0% found this document useful (0 votes)
0 views34 pages

NIT+No05+Tender+Notification (1)

Download as pdf or txt
Download as pdf or txt
Download as pdf or txt
You are on page 1/ 34

1

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
OFFICE OF THE ASSISTANT ENGINEER (E)
CHENNAI ELECTRICAL SUB DIVISION - 2/II, CENTRAL P.W.D,
MSME CAMPUS, GUINDY, CHENNAI-600 032.

NOTICE INVITING e-TENDER

NIT No: 05/AE(E)/EE(E)/CESD-2/CED-II/ CPWD / CHENNAI-40 /2024 -25.

Name of work :- Up gradation of Infrastructural facilities for Regional Training Institute


Chennai. SH : Providing split AC unit, LED Fittings and refilling of Fire Extinguishers
etc.

Estimated cost: - Rs. 5,52,410/-

1 Front cover and Index 1

2 Information and Instructions to Contractors for e- 2 to 4


tendering

3 CPWD- 6 for e- Tendering 5 to 9

4 CPWD – 7/8 & Schedule A to F 10 to 18

5 Bank Guarantee Bond Format 19 to 20

6 Integrity Pact 21 to 28

7 Affidavit – I. 29
8 Format of Receipt of Deposition of Original EMD 30
9 Additional Condition & List of Approved Makes of 31 to 32
Materials
10 Schedule of Quantities 33 to 34

Certified that this e - NIT contains 1 to 34 Pages only.

Assistant Engineer (E)


CESD-2/II, Central P.W.D.,
Guindy, Chennai-600 032.
2

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING


PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE
(Applicable for inviting open bids)

The Assistant Engineer (E), CESD-2/II, CPWD, MSME Campus, Guindy, Chennai-32 on
behalf of President of India invites online percentage rate tender from the eligible
contractors of CPWD Enlisted in Composite Category in single bid system for
execution of the following works:

1 NIT No. 05/AE(E)/EE(E)/CESD-2/CED-II/


CPWD / CHENNAI-40 /2024 -25 .
2 Name of work & Location Up gradation of Infrastructural facilities for
Regional Training Institute Chennai. SH :
Providing split AC unit, LED Fittings and
refilling of Fire Extinguishers etc.
3 Estimated cost put to bid (in Rs.) Rs. 5,52,410/-
4 Earnest Money (in Rs.) Rs. 11,048/-
5 Period of Completion ONE MONTH
6 Last date and time of online
submission of bid, Original EMD,
copy of receipt for deposition of
Original EMD, should be
deposited either in the office of
Executive Engineer inviting bids 01.06.2024 up to 04.00 PM
or Division office of any Executive
Engineer, CPWD with in the
period of bid submission.
(Format of receipt of deposition
of Original EMD is enclosed
herewith for contractor use)
7 Time & date of opening of bid. 01.06.2024 at 04.30 PM

1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He
should only submit his bid if he considers himself eligible and he is in possession
of all the documents required as per the list @ Sl.No.11 below”.
2. Information and Instructions for bidders posted on website shall form part of bid
document.
3. The bid document consisting of specifications, the schedule of quantities of
various types of items to be executed and the set of terms and conditions of the
contract to be complied with and other necessary documents can be seen and
downloaded from website https://etender.cpwd.gov.in or www.cpwd.gov.in or
www.eprocure.gov.in. Free of cost.
4. Those contractors not registered on the website mentioned above, are required to
get registered beforehand. If needed they can be imparted training on online
bidding process as per details available on the website.
5. The intending bidder must have valid class-III digital signature to submit the bid.
6. Contractor can upload documents in the form of JPG format and PDF Format.
7. Contractor must ensure to quote rate of each item. The column meant for quoting
rate is left blank ,and no rate is quoted by the bidder, rate of such item shall be
treated as “0”(ZERO).
8. The eligibility bid shall be opened first on due date and time as mentioned above.
The time and date of opening of the Financial bid of contractors qualifying in the
eligibility bid shall be communicated to them at a later date.
3

9. 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.
10. The department reserves the right to reject any prospective application without
assigning any reason and to restrict the list of qualified contractors to any number
deemed suitable by it, if too many bids are received satisfying the laid down
criterion.

11. A. List of documents to be scanned and uploaded within the period of bid
submission:-

a) Proof of Valid CPWD Enlistment in appropriate classes of Composite Category.

b) Scanned copies of EMD documents and receipt for deposition of Original


EMD

c) GST registration Certificate of the state in which the work is to be taken up,
if already obtained by the bidder. If the bidder has not obtained GST
registration in the state in which the work is to be taken up, or as required
by GST authorities, then in such a case the bidder shall scan and upload
following undertaking along with other bid document “If work is awarded to
me, I/we shall obtain GST registration certificate of the state, in which work
is to be taken up, within one month from the date of receipt of award letter
or before release of any payment by CPWD, whichever is earlier, failing which
I/We shall be responsible for any delay in payments which will be due
towards me/us on a/c of the work executed and / or for any action taken by
CPWD or GST department in this regard. (Undertaking, if any submitted, shall be
work specific and the name of work shall be indicated).

d) Notarized Affidavit of ‘Non-black listing’ by CPWD/State/ Central


Department/PSU/Autonomous bodies as per Affidavit-I on Rs 100/- Stamp
paper (Not earlier than six months from the date of opening of Notice
Inviting Tender).
e) Valid Electrical License or a letter of association with the valid electrical
contractor possess a valid Electrical license

B. Documents to be submitted by the successful tender on issue of LOI.


(These documents can be uploaded with the tender also)
a) Certificates of Registration with GST, EPFO, ESIC, Labor License or proof of
applying for the same.

12. The bid submitted shall become invalid if:


i) The bidders is found ineligible.
ii) The bidders does not deposit original EMD with Division office of any
Executive Engineer, CPWD.
iii) The bidders does not upload all the documents (as per Sl.No: 11a to
11f) as stipulated in the bid document.
4

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

No. 19(1)/CESD-2/II/AE(E)/2024-25/47 Dated:- 25/05/2024.

To:-https://etender.cpwd.gov.in (Uploaded Schedule-A & relevant files on-line)

Assistant Engineer (E),


CESD-2/II, CPWD, Chennai - 32.
Copies to:-
1. Notice Board.
2. https://etender.cpwd.gov.in

Assistant Engineer (E),


5

CPWD-6 FOR e-Tendering

Percentage rate bids are invited on behalf of President of India from the eligible
contractors of CPWD Enlisted in Composite Category in single bid system for
execution of the following works:

Name of work :- Up gradation of Infrastructural facilities for Regional Training Institute


Chennai. SH : Providing split AC unit, LED Fittings and refilling of Fire Extinguishers
etc.

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. 5,52,410/- This estimate, however, is given
merely as a rough guide.
1.1.1 The authority competent to approve NIT for the combined cost and belonging to
the major discipline will consolidate NITs for calling the bids. He will also
nominate Division which will deal with all matters relating to the invitation of
bids. For composite bid, besides indicating the combined estimated cost put to
bid, should clearly indicate the estimated cost of each component separately.
The eligibility of bidders will correspond to the combined estimated cost of
different components put to bid.
1.2 Intending bidders is eligible to submit the bid provided he has definite proof from
the appropriate authority, which shall be to the satisfaction of the competent
authority, of having satisfactorily completed similar works of magnitude specified
below:

Criteria of eligibility for submission of bid documents

1.2.1 Conditions for Non-CPWD contractors only, if bids are also open to non- CPWD
contractors. For works estimated cost up to Rs. 15 Crore ( the figure of Rs. 15 Crore may
be modified as per bidding limit of CPWD class I/ Group A contractors of respective
discipline such as Electrical, Horticulture and Furniture etc. as the case may be). Three
similar works each of value not less than Rs. ..................... or two similar work each of
value not less than Rs. ..................... or one similar work of value not less than Rs.
..................... (all figures rounded to nearest Rs.10 lac) in last 7 years ending last day of
the month previous to the one in which the bids are invited.
Note :-
For works costing above Rs. 3 Crore but up to Rs. 15 Crore, ( the figure of Rs. 3 Crore
and Rs. 15 Crore may be modified as per bidding limit of CPWD class II/ Group B and
CPWD Class I/ Group A contractors respectively of respective discipline such as
Electrical, Horticulture and Furniture etc. as the case may be) when bids are open to
non-CPWD contractors also, then class II contractors of CPWD shall also be eligible if
they satisfy the eligibility criteria specified in 1.2.1 above.
1.2.2 Criteria of eligibility for CPWD as well as non-CPWD contractors.
For works estimated to cost above Rs. 15 Crore. (the figure of Rs. 15 Crore may be
modified as per bidding limit of CPWD class I/ Group A contractors of respective
discipline such as Electrical, Horticulture and Furniture etc. as the case may be)

1.2.3 When bids are invited from non CPWD contractors and CPWD class II contractors
as per provisions of clause 1.2.1 above, it will be mandatory for non CPWD contractors
6

and CPWD class-II contractors to upload the work experience certificate(s) and the
affidavit as per the provisions of clause 1.2.2. But for such bids, Class-I contractors of
CPWD are eligible to submit the bids without submission of work experience certificate
and affidavit. Therefore, CPWD class-I contractors shall upload two separate letters for
experience certificate and affidavit that these documents are not required to be
submitted by them. Uploading of these two letters is mandatory otherwise system will
not clear mandatory fields.

2. Agreement shall be drawn with the successful bidders on prescribed Form No.
CPWD 7/8 (or other Standard Form as mentioned) which is available as a Govt. of
India Publication and also available on website www.cpwd.gov.in. Bidders shall
quote his rates as per various terms and conditions of the said form which will
form part of the agreement.
3. The time allowed for carrying out the work will be ONE MONTH from the date of
start as defined in schedule ‘F’ or from the first date of handing over of the site,
whichever is later, in accordance with the phasing, if any, indicated in the bid
documents.
4. The site 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
https://etender.cpwd.gov.in or www.cpwd.gov.in free of cost.
6. After submission of the bid the contractor can re-submit revised bid any number
of times but before last time and date of submission of bid as notified.
7. White 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.
7.A. No running account bill shall be Paid for the work till the applicable
Labour license, registration with GST EPFO, ESIC and BOCW welfare board,
whatever applicable are submitted by the contractor To the Engineer-in-
charge.
8. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or
Banker`s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in
favour of Executive Engineer (E), CCED-III, CPWD, Chennai-40 shall be
scanned and uploaded to the e-tendering website with in the period of bid
submission. The original EMD should be deposited either in the office of
Executive Engineer, CCED-III or division office of any Executive Engineer,
CPWD with in the period of bid submission.

The EMD receiving Executive Engineer shall issue a receipt of deposition of


earnest money deposit to the bidder in a prescribed format (enclosed)
uploaded by tender inviting EE in the NIT. This receipt shall also be uploaded
to the e-tendering website by the intending bidder within the specified bid
submission date and time.

A part of earnest money is acceptable in the form of bank guarantee also. In such case,
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 6 months or more from the last date of receipt of
bids which is to be scanned and uploaded by the intending bidders.
7

The physical EMD of the scanned copy of EMD uploaded shall be deposited by the lowest
tenderer before the due date and time stipulated for opening of eligibility bid,
failing which the tender shall be rejected forthwith.

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

“ The physical EMD shall be deposited by me/us with the EE calling the tender in case
i/we become the lowest tenderer with in a week of the opening of financial bid otherwise
department may reject the tender and also take action to withdraw my/our enlistment.

The intending bidder has to fill all the details such as Banker's name, Demand
Draft/Fixed Deposit Receipt /Pay Order/ Banker's Cheque/Bank Guarantee number,
amount and date.

The amount of EMD can be paid by multiple Demand Draft / Pay Order / Banker's
Cheque / Deposit at call receipt / Fixed Deposit Receipts along with multiple Bank
Guarantee of any Scheduled Bank if EMD is also acceptable in the form of Bank
Guarantee.

Copy of Enlistment Order 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.

Online bid documents submitted by intending bidders shall be opened only of those
bidders, whose EMD deposited with any division office of CPWD and other documents
submitted in office are found in order.

The bid submitted shall be opened as per page no 02 forming part of bid document and
to be posted on website.

9. The bid submitted shall become invalid if:


i) The bidders is found ineligible.
ii) The bidders does not deposit original EMD with Division office of any
Executive Engineer, CPWD
iii) The bidders does not upload all the documents (as per Sl.No:11a to
11e) as stipulated in the bid document.
iv) 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 tenderer in the office of tender opening authority.

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


bid submission:-

AS IN SL.NO 11A @ PAGE NO:- 03

1. The contractor whose bid is accepted will be required to furnish performance


guarantee of 3% (Three Percent) of the bid amount within the period specified in
Schedule F. This guarantee shall be in the form of cash (in case guarantee amount
is less than Rs. 10000/-)
or
Deposit at Call receipt of any scheduled bank/Banker’s cheque of any scheduled
bank/Demand Draft of any scheduled bank/Pay order of any Scheduled Bank of
any scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-)
or
8

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 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 license,
registration with EPFO, ESIC and BOCW welfare board and programme chart (time
and progress) with in the period specified in Schedule-F. The applicable and eligible
amount of EPF & ESI shall be reimbursed on submission of documentary proof of
payment provided same are in order.

11. 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
bidder 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
bidder 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 President of India does not bind itself to
accept the lowest or any other bid and reserves to itself the authority to reject any
or all the bids received without the assignment of any reason. All bids in which
any of the prescribed condition is not fulfilled or any condition including that of
conditional rebate is put forth by the bidders shall be summarily rejected.
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 President of India reserves to himself the
right of accepting the whole or any part of the bid and the bidders shall be bound
to perform the same at the rate quoted.
15. The contractor shall not be permitted to bid for works in the CPWD Circle
(Division in case of contractors of Horticulture/Nursery category) responsible for
award and execution of contracts, in which his near relative is posted a Divisional
Accountant or as an officer in any capacity between the grades of Superintending
Engineer and Junior Engineer (both inclusive). He shall also intimate the names of
persons who are working with him in any capacity or are subsequently employed
by him and who are near relatives to any gazetted officer in the Central Public
Works Department or in the Ministry of Urban Development. Any breach of this
condition by the contractor would render him liable to be removed from the
approved list of contractors of this Department.
9

16. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering


or Administrative duties in an Engineering Department of the Government of India
is allowed to work as a contractor for a period of one year after his retirement from
Government service, without the prior permission of the Government of India in
writing. This contract is liable to be cancelled if either the contractor or any of his
employees is found any time to be such a person who had not obtained the
permission of the Government of India as aforesaid before submission of the bid or
engagement in the contractor’s service.
17. The bid for the works shall remain open for acceptance for a period of sixty (60)
days from the date of opening of bids from the date of opening of financial bid
(strike out as the case may be) if any bidders withdraws his bid 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 Government shall, without prejudice to any other right
or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid.
Further the bidders shall not be allowed to participate in the rebiding process of
the work.
18. This notice inviting Bid shall form a part of the contract document. The successful
bidders/contractor, on 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, if any, forming part of the bid as uploaded at the
time of invitation of bid and the rates quoted online at the time of submission
of bid and acceptance thereof together with any correspondence leading
thereto.
b) Standard C.P.W.D. Form 7/8 or other Standard C.P.W.D. Form as applicable.
For composite Tender-Not Applicable
10

CPWD-7/8 CPWD
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Percentage Rate Tender & Contract for Works

Tender for the work of:-

Name of work : Up gradation of Infrastructural facilities for Regional Training Institute


Chennai. SH : Providing split AC unit, LED Fittings and refilling of Fire Extinguishers
etc.

Estimated cost: - Rs. 5,52,410/-


i) To be submitted online by the Contractor as per page no 02 forming part of bid
document and to be posted on website to the Assistant Engineer (Elect), CESD-
2/II, CPWD, Chennai-32.

ii) To be opened in presence of tenderers who may be present as per page no 02


forming part of bid document and to be posted on website in the office of the
Assistant Engineer(Elect), CESD-2/II,CPWD, Chennai-32.

Issued to ………………………………………………………………………..
Signature of officer issuing the documents …………………………………………
Designation: Assistant Engineer (Elect), CESD-2/II, CPWD, Chennai-32.
Date of Issue 25-05-2024.

TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F
Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions
of Contract, clauses of contract, Special conditions, Schedule of Rate & other documents
and Rules referred to in the conditions of contract and all other contents in the tender
document for the work.

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

We agree to keep the tender open for (30) Thirty days from the date of opening of
financial bid in case tenders are invited on 3 envelop system and not to make any
modification in its terms and conditions.

A sum of Rs.11,048/- is hereby forwarded in cash/receipt treasury challan/deposit at


call receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of
a scheduled bank/bank guarantee issued by a scheduled bank as earnest money. If
I/We, fail to furnish the prescribed performance guarantee within prescribed period.
I/We agree that the said President of India or his successors, in office shall without
prejudice to any other right or remedy, be at liberty to forfeit the said earnest money
absolutely. Further, if I/We fail to commence work as specified, I/We agree that
President of India or the successors in office shall without prejudice to any other right or
remedy available in law, be at liberty to forfeit the said earnest money and the
11

performance guarantee absolutely, otherwise the said earnest money shall be retained by
him towards security deposit to execute all the works referred to in the tender documents
upon the terms and conditions contained or referred to those in excess of that limit at
the rates to be determined in accordance with the provision contained in Clause 12.2
and 12.3 of the tender form. Further, I/We agree that in case of forfeiture of Earnest
Money & Performance Guarantee as aforesaid. I/We shall be debarred for participation in
the re-tendering process of the work.

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

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

Dated: Signature of Contractor

Witness: Postal Address:

Address:

Occupation:

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is
accepted by me for and on behalf of the President of India for a sum of Rs.
……………………………..…….. (Rupees
…………………………………………………………………………………………………………………
……………………).
The letters referred to below shall form part of this contract agreement:

(a)

(b)

(c)
For & on behalf of President of India

Signature………………………………

Dated: Designation…………………….
12

PROFORMA OF SCHEDULES CPWD

PROFORMA OF SCHEDULES
(Separate Performa for Civil, Elect. & Hort. Works in case of Composite Tenders)
(Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE ‘A’

Schedule of quantities (as per PWD-3) (attached separately)

SCHEDULE 'B'

Schedule of materials to be issued to the contractor.


S.No. Description of Quantity Rates in figures & words Place of
item at which the material will issue
be charged to the
contractor
1 2 3 4 5

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

SCHEDULE 'C'

Tools and plants to be hired to the contractor

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


1 2 3 4

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

SCHEDULE ‘D’

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


COMMERCIAL AND ADDITIONAL CONDITIONS & TECHNICAL SPECIFICATIONS as per
NIT

SCHEDULE ‘E’
Reference to General Conditions of contract.

Name of work:- Up gradation of Infrastructural facilities for Regional Training Institute


Chennai. SH : Providing split AC unit, LED Fittings and refilling of Fire Extinguishers
etc.

Estimated cost of work : Rs. 5,52,410/-


i) Earnest Money : Rs. 11,048/-
ii) Performance Guarantee : 5% of tendered value
iii) Security Deposit : 2.5% of tendered Value
13

SCHEDULE 'F'

GENERAL RULES & DIRECTIONS: Officer inviting tender : The Assistant Engineer
(Elect), CESD-2/II, CPWD, Chennai -32.

Maximum percentage for quantity of items of work to be executed beyond which rates are
to be determined in accordance with Clauses 12.2 & 12.3: See below

Definitions:

2(v) Engineer-in-Charge: The Assistant Engineer(Elect), CESD-2/II, CPWD, Chennai-32.


2(viii) Accepting Authority: The Assistant Engineer(Elect),CESD-2/II, CPWD,Chennai-32.
2(x) % on cost of materials and Labour to cover all overheads and profits: 15%
2(xi) Standard Schedule of Rates: DSR (Electrical Part-1 – Internal & External) -2022
2(xii) Department : CPWD
9(ii) Standard CPWD Contract Form GCC 2020 Construction, CPWD Form 7/8 modified
& Corrected up to the previous day of last date of online submission of tender.

Clause 1
(i) Time allowed for submission of Performance Guarantee, Programme chart
(Time and progress) Applicable Labour license, Certificate of Registration EPFO, ESIC,
if Proof of application for the same uploaded: 7 days
(ii) Maximum allowable extension with late fee 0.1% Per day of performance
guarantee amount the Period provided in (i) above : 5 days

Clause 2
Authority for fixing compensation under clause 2 : CE (Chennai Region)

Clause 2A
Whether Clause 2A shall be applicable: No

Clause 5
Number of days from the date of issue of letter of acceptance for reckoning date of start
: 5 days

Mile stone(s) as per table given below:

S.No. Description of Time allowed in Amount to be with-held


Milestone (Physical) days(from date of in case of non
start) achievement of mile
stone
NIL

Time allowed for execution of work: ONE MONTH


14

Authority to decide:
(i) Extension of time : The Assistant Engineer(E), CESD-2/II, CPWD, Chennai-32.
(ii) Rescheduling of mile stones : NA

Clause 6, 6A
Clause applicable – 6A

Gross work to be done together with net payment/adjustment of advances for material
collected, if any, since the last such payment for being eligible to interim payment:

Clause 7A: Whether clause 7A shall be applicable : Yes.

Clause 10A: List of testing equipment to be provided by the contractor at site lab.:
Nil

Clause 10B(ii):
Whether Clause 10 B (ii) shall be applicable : No

Clause 10C:
Component of labour expressed as percent of value of work = 100%

Clause 10CA : Not Applicable

S.No. Material Nearest Materials (other than Base Price of all


covered cement, reinforcement bars Materials covered
under this and the structural steel) for under clause 10
clause which All India Wholesale CA
Price Index to be followed

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

Clause 10CC: Not Applicable


Clause 10 CC to be applicable in contracts with stipulated period
of completion exceeding the period shown in next column : ….. months

Schedule of component of other Materials, Labour, POL etc. for price escalation.
Component of civil (except materials covered under)

Clause 10CA: Electrical construction Materials expressed as percent of total value of


Work : Xm ..........%

Component of Labour expressed as percent of total value of work : Y ..........%

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

Clause 11
Specifications to be followed : for execution of work:
15

(i) CPWD General Specifications for Electrical works Part I Internal - 2013, as
amended upto date.
(ii) CPWD General Specifications for Electrical works Part II External - 1994, as
amended upto date.

12.2. & 12.3 Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for building
work : 100%
12.5 Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for foundation work :
Not applicable

Type of work: CONSTRUCTION WORK

Clause 16
Competent Authority for deciding reduced rates : CE (Chennai Region)

Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site:
NIL

Clause 19C Rs. 200/- Per day each day of default


Clause 19D Rs. 200/- Per day each day of default

Contractor Shall submit the report by 4th and 19th of every month
1 Number of labourers employed
2 Working Hours
3 Wages Paid
4 Accidents occurred
5 Number of female workers employed

Clause 19G Not Applicable


Clause 19K Not Applicable

Clause 25(i)
Constitution of Dispute Redressal Committee:

(i) For all claims in dispute:


(a) Conciliator: (Special Director General or the Additional
Director General concerned with the work, as
applicable).

(b) Arbitrator Appointing Chief Engineer (Chennai), CPWD, Chennai or


Authority: his successor or thereof.

(c) Place of Arbitration: Chennai, Tamil Nadu


16

Notice for appointment of Arbitrator

To
The Chief Engineer, Chennai.
............
Subject: Notice for appointment of Arbitrator for adjudication of disputes relating to
agreement Number…………...

Dear Sir,
In terms of clause 25 (Arbitration Clause) of the aforesaid agreement, particulars of
which are given below, I/we hereby give you notice to appoint an arbitrator for
adjudication of disputes mentioned below:

1. Name of applicant
2. Whether applicant is Individual/Prop. Firm/Partnership Firm/Ltd. Co.
3. Full address of the applicant
4. Name of the work and contract number in which arbitration sought
5. Name of the Division which entered into contract
6. Contract amount
7. Date of contract
8. Stipulated date of start of work
9. Stipulated date of completion of work
10. Actual date of completion of work (if completed)
11. Total number of claims made
12. Total amount claimed
13. Date of intimation of final bill (if work is completed)
14. Date of payment of final bill (if work is completed)
15. Amount of final bill (if work is completed)
16. Date of reference made to SDG/ADG for conciliation, if applicable:
17. Date of termination of conciliation proceedings:
18. I/We hereby give consent for appointment of Arbitrator of MoHUA Waiver
agreement as per Appendix –XIX is enclosed
Or
I/We do not give consent for appointment of Arbitrator of MoHUA.
I/We certify that the information given above is true to the best of my/our
knowledge. I/We enclose following documents.
1. Statement of claims with amount of claims.
2. * Agreement of Waiver of Section 12(5) of the Arbitration and Conciliation Act.
1996 in Appendix-XIX
(Strikeout if not applicable)

Yours faithfully,

(Signature of the applicant)


(only the person/authority who signed the contract should sign here)

Copy to:

1. The Executive Engineer(‘E), CED-II, Central PWD, Thirumangalam, Chennai-


40.
17

APPENDIX-XIX
Agreement towards waiver of Section 12(5) of Arbitration & Conciliation
Act 1996

1. Whereas certain disputes have arisen between M/s ………………………………….


(Claimants) and M/s …………………………. (Respondents) relating to agreement
No………….
2. And whereas the parties are aware that Shri ……………………………… is on the
cadre of CPWD, presently on deputation as Arbitrator, Ministry of Housing and
Urban Affairs, Government of India.
3. I/We agree for the appointment of Shri ….. …………………….. as the sole
Arbitrator for adjudication of the disputes, and we hereby waive the applicability
of Section 12(5) of the Arbitration & Conciliation Act, 1996.

(Signature)
(Only the person/authority who signed the contract should sign here)
Name ……………………………..
Date …………

(The name of the Arbitrator, Ministry of Housing and Urban Affairs,


Government of India may be enquired form the Engineer-in-charge, if
required).

Clause 36 (I) Requirement of Technical Representative (S) and recovery Rate


Requirement of Designation of Minimum Nos. (of Rate at which
Technical Technical Staff Experience Major+Mino recovery shall
Sl Staff- (Years) r be made from
No Qualification. component) the contractor
in the event of
not fulfilling
provisions of
Clause 36(i)
Figures Words
1 Graduate Project Manager 2 or 5 1 of major Rs Fifetee
Engineer or cum respectively comp 15000/ n
Diploma planning/quality - per thous
Engineer /site/billing month and
Engineer per only
person
18

Clause 42 : Not applicable


(i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen
on the basis of Delhi Schedule of Rates .................. printed by C.P.W.D.
(ii) Variations permissible on theoretical quantities:
a) Cement
 For works with estimated cost put to tender not more than Rs. 5 lakh.
3% plus/minus.
 For works with estimated cost put to tender more than Rs.5 lakh.
2% plus/minus.
b) Bitumen All Works 2.5% plus & only & nil on minus side.
c) Steel Reinforcement and structural steel sections for each diameter, section and
category 2% plus/minus All other materials. Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION


: Not applicable

S.No. Description of Item Rates in figures and words at which


recovery shall be
made from the Contractor
Excess beyond Less use beyond
permissible permissible
variation variation
1 Cement
2 Steel Reinforcement
3 Structural Sections
4 Bitumen issued free
5 Bitumen issued at stipulated
fixed price
19

Form of Performance Security (Guarantee)


Bank Guarantee Bond
In consideration of the President of India (hereinafter called “The Government”) having
offered to accept the terms and conditions of the proposed agreement between Executive
Engineer(E), Chennai Electrical Division - II, CPWD, Chennai-600040 and
…………….....................……(hereinafter called “the said Contractor(s)”) for the
work…………………………………………………… (hereinafter called “the said agreement”)
agreed to production of an irrevocable Bank Guarantee for Rs. ………….
(Rupees………………………………… only) as a security/guarantee from the contractor(s)
for compliance of his obligations in accordance with the terms and conditions in the said
agreement.

1. We, ………………………………. (herein after referred to as “the Bank”) hereby


undertake to pay to the Government an amount not exceeding Rs.
……………………….. Rupees………………. Only) on demand by the Government.

2. We, ……………………………….(indicate the name of the Bank) do hereby undertake


to pay the amounts due and payable under this guarantee without any
demure, merely on a demand from the Government stating that the amount
claimed as required to meet the recoveries due or likely to be due from the said
contractor(s). Any such demand made on the bank shall be conclusive as
regards the amount due and payable by the bank under this Guarantee.
However, our liability under this guarantee shall be restricted to an amount
not exceeding Rs.………………….. (Rupees ……………….only)
3. We, the said bank further undertake to pay the Government any money so
demanded notwithstanding any dispute or disputes raised by the contractor(s)
in any suit or proceeding pending before any court or Tribunal relating thereto,
our liability under this present being absolute and unequivocal. The payment
so made by us under this bond shall be a valid discharge of our liability for
payment there under and the Contractor(s) shall have no claim against us for
making such payment.
4. We, ……………………………. (indicate the name of the Bank) further agree that the
guarantee herein contained shall remain in full force and effect during the
period that would be taken for the performance of the said agreement and that
it shall continue to be enforceable till all the dues of the Government under or
by virtue of the said agreement have been fully paid and its claims satisfied or
discharged or till Engineer-in- Charge on behalf of the Government certified
that the terms and conditions of the said agreement have been fully and
properly carried out by the said Contractor(s) and accordingly discharges this
guarantee.
20

5. We, ……………………………. (indicate the name of the Bank) further agree with
the Government that the Government shall have the fullest liberty without our
consent and without affecting in any manner our obligation hereunder to vary any of
the terms and conditions of the said agreement or to extend time of performance by
the said Contractor(s) from time to time or to postpone for any time or from time to
time any of the powers exercisable by the Government against the said contractor(s)
and to forbear or enforce any of the terms and conditions relating to the said
agreement and we shall not be relieved from our liability by reason of any such
variation, or extension being granted to the said Contractor(s) or for any forbearance,
act of omission on the part of the Government or any indulgence by the Government
to the said Contractor(s) or by any such matter or thing whatsoever which under the
law relating to sureties would, but for this provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the
Bank or the Contractor(s).
7. We, ……………………………. (indicate the name of the Bank) lastly undertake not to
revoke this guarantee except with the previous consent of the Government in
writing.
8. This guarantee shall be valid up to …………………………unless extended on demand by
the Government Not withstanding anything mentioned above, our liability against this
guarantee is restricted to Rs. …………………… (Rupees ………………..) and unless a
claim in writing is lodged with us within six months of the date of expiry or the
extended date of expiry of this guarantee all our liabilities under this guarantee shall
stand discharged. Dated the………………..day of
……………………for………………….(indicate the name of the Bank)
21

GUIDELINES REGARDING SIGNING OF INTEGRITY PACT BY THE BIDDER AT THE


TIME OF SUBMISSION OF BID
Sub: Clarification regarding Introduction of Integrity Pact introduced vide OM No.
CON 255 dated 23.05.2011

A new provision of Integrity Pact (IP) was introduced in GCC-2020. It is


mentioned that at the time of submission of bid, it shall be mandatory to sign
the pact by the bidder failing which the bidder will stand disqualified from the
tendering process and such bid would be summarily rejected.

Some field Units have raised their doubts regarding submission of duly signed
Integrity Pact by the bidder at the time of submission of bid. In this regard it
is clarified that :-

1. Submission of duly signed Integrity Pact by the bidder is applicable in case of


manual tendering where e-tendering is not followed.

2. In case of manual tendering Executive Engineer should sign the first page
addressed to the intending bidder at the time of issue of tender form and
before submission of the bid, each bidder shall sign IP at respective places
and submit the bid. If duly signed IP is not submitted by the bidder, such
bid shall not be considered.

3. In case of e-tendering, Integrity Pact shall be treated in the same manner as


other components of the bid document. In e-tendering, the intending
bidder does not sign any document physically and entire bid document is
submitted through digital signature. Since IP is a part of bid document no
separate physical submission is required with other documents to be
submitted in the office of tender opening authority. In addition to other
component of bid document, the Integrity Pact shall also be signed
between Executive Engineer and successful bidder after acceptance of bid.
However in this case Integrity PACT required to be uploaded as per NIT
eligibility.
22

Integrity Pacts

To.
------------------------
-----------------------
-----------------------
-----------------------

Sub : NIT No. 05/AE(E)/EE(E)/CESD-2/CED-II/ CPWD /CHENNAI-40/2024 -25.


for the work:

Name of Work : Up gradation of Infrastructural facilities for Regional Training Institute


Chennai. SH : Providing split AC unit, LED Fittings and refilling of Fire Extinguishers
etc.

Dear Sir,
It is here by declared that CPWD is committed to follow the principle of
transparency, equity and competitiveness in public procurement.
The Subject Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that the Bidder will sign the integrity Agreement, which is an integral part of
tender/bid documents, failing which the bidder/bidder will stand disqualified from the
tendering process and the bid of the bidder would be summarily rejected.
The declaration shall form part and parcel of the Integrity Agreement and signing
of the same shall be deemed as acceptance and signing of the Integrity Agreement on
behalf of the CPWD.

Yours faithfully,

The Assistant Engineer (E)


CESD-2/II - CPWD,
Chennai - 600 032.
23

Integrity Pacts
To.
The Assistant Engineer (E)
CESD-2/II - CPWD,
Chennai - 600 032.

Sub : Name of Work : Up gradation of Infrastructural facilities for Regional Training


Institute Chennai. SH : Providing split AC unit, LED Fittings and refilling of Fire
Extinguishers etc.

Dear Sir,

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


enumerated in the Integrity Agreement enclosed with the tender/bid document.
I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on
the condition that I/We will sign the 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 UNCONDTIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.
I/We confirm acceptance and compliance with the Integrity Agreement in letter
and sprit and further agree that execution of the said Integrity Agreement shall be
separate and distinct from the main contract, which will come into existence when
tender/bid is finally accepted by CPWD. I/We acknowledge and accept the duration of
the Integrity Agreement, which shall be in the line with Article 1 of the enclosed Integrity
Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the
Integrity Agreement, while submitting the tender/bid, CPWD shall have unqualified
absolute and unfettered right to disqualify the bidder/bidder and reject the tender/bid is
accordance with terms and conditions of the tender/bid.
Yours faithfully,

(Duly authorized signatory of the Bidder)


To be signed by the bidder and same signatory competent / authorized to sign the
relevant contract on behalf of Firm / Company.
24

INTEGRITY AGREEMENT
To be signed by the bidder and same signatory competent/authorized to sign the
relevant contract on behalf of CPWD
This Integrity Agreement is made at …………on this …………day of ………… .20…..
BETWEEN
President of India represented through Executive Engineer ,CHENNAI ELECTRICAL
DIVISION , CPWD, CHENNAI-40 (Hereinafter referred as the ‘Principal/Owner’, which
expression shall unless repugnant to the meaning or context hereof include its
successors and permitted assigns)
And
……………………………………………………………………………………………….
(Name and Address of the Individual/firm/Company)
through …………………………………………………(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 Principle / 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:- Up gradation of Infrastructural facilities for Regional Training Institute
Chennai. SH : Providing split AC unit, LED Fittings and refilling of Fire Extinguishers
etc.
hereinafter referred to as the “Contract”
AND WHEREAS the Principle/Owner values full compliance with all relevant laws of the
land, rules, regulations, economics use of resources and of fairness/transparency in its
relation with its Bidder(s) and Contractor(s).
AND WHEREAS to meet the purpose aforesaid boat 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 or
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.
25

(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 endeavor to exclude from the Tender process
any person, whose conduct in the past has been of biased nature.
2) The Principal /Owner obtains information on the conduct of any of its
employees which is a criminal offence under the Indian Penal code
(IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation of the
principles herein mentioned or if there be a substantive suspicion in this
regard, the Principal/Owner will inform the Chief Vigilance Officer and in
addition can also initiate disciplinary actions as per its internal laid down
policies and procedures.
Article 2 : Commitment of the Bidder(s)/Contractor(s)
1) It is required that each Bidder/Contractor (including their respective officers,
employees and agents ) adhere to the highest ethical standards and report to
the Government /Department all suspected acts of fraud or corruption or
Coercion or Collusion of which it has knowledge or becomes aware, during
the tendering process and throughout the negotiation or award of a contract.
2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to
prevent corruption. He commits himself to observe the following principles
during his participation in the Tender process and during the Contract
execution. :
a) The Bidder(s)/Contractor(s) will not, directly or through any other person or
firm, offer, promise or give to any of the Principal/Owner’s employees involved
in the Tender process or execution of the contract or to any third person any
material or other benefit which he/she is not legally entitled to, in order to
obtain in exchange any advantage of any kind whatsoever during the Tender
process or during the execution of the Contract.
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any
undisclosed agreement or understanding, whether formal or informal. This
applies in particular to prices, specifications, certifications, subsidiary
contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.
c) The Bidder(s)/Contractors will not commit any offence under the relevant
IPC/PC Act. Further the Bidder(s)/Contractor(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
26

another manufacturer along with the first manufacturer in a


subsequent/parallel tender for the same item.
e) The Bidder(s)/Contractor(s) will, when presenting the 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 person to commit offences
outlined above or be an accessory to such offences.
4) The Bidder(s)/Contractor(s) will not, directly or through any other person or
firm indulge in fraudulent practice means a willful misrepresentation or
omission of facts or submission of fake/forged documents in order to
induce public official to act in reliance thereof with the purpose of
obtaining unjust advantage by or causing damage to justified interest of
others and/or to influence the procurement process to the detriment of
the Government Interests.
5) The Bidder(s) /Contractors 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(s)/Contractor(s) 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 power to
disqualify the Bidder(s)/Contractor(S) from the Tender process or
terminate/determine the contract, if already executed or exclude the
Bidder/Contractor from future contract award processes. The imposition and
duration of the exclusion will be determined by the severity of transgression and
determined by the 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 IPC Act
27

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
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.
1) 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.
2) 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, its own discretion, revoke the exclusion prematurely.
Article 5 : Equal Treatment of all Bidders/Contractors/Sub Contractors
1) The Bidder(s) /Contractor(s) undertake to demand from all subcontractors a
commitment in conformity with this Integrity Pact. The Bidder/Contractor
shall be responsible for any violation(s) of the principles laid down in this
agreement/Pact by any of its Sub-contractors/Sub-vendors.
2) The Principal/Owner will enter into Pacts on identical terms as this one with
all Bidders and Contractors.
3) The Principal/Owner will disqualify Bidders, who do not submit, the duly
signed Pact between the Principal/Owner and the bidder, along with the
Tender or violate its provisions at any stage of the Tender process, from the
Tender process.
Article 6 – Duration of the Pact
This Pact begins when both the parties have legally signed it. It expires for the
Contractor/Vendor 12 months after the completion of work under the contract or till the
continuation of defect liability period. Whichever is more and for all other bidders, till the
Contract has been awarded.
If any claim is made/lodged during the time, the same shall be binding and continue to
be valid despite the lapse of this Pacts as specified above, unless it is
discharged/determined by the Competent Authority, CPWD.
Article 7 – Other Provisions
1) This Pact is subject to Indian Law, place of performance and jurisdiction is the
Head quarters of the Division of the Principal/Owner, who has floated the
Tender.
2) Changes and supplements need to be made in writing. Side agreements have
not been made.
3) If the Contractor is a partnership or a consortium, this Pact must be signed by
all the partners or by one or more partner holding power of attorney signed by
all partners and consortium members. In case of a Company, the Pact must be
signed by a representative duly authorized by 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.
28

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/Contract 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 :
29

AFFIDAVIT-I

We undertake and confirm that our firm has not been blacklisted by any
State/Central Departments/PSUs/ Autonomous bodies during the last 7 years of its
operations. Further that, if such an information comes to the notice of the Department,
then we shall be debarred for bidding in CPWD in future forever. Also, if such an
information comes to the notice of department on any day before date of start of work the
Engineer in charge shall be free to cancel the agreement and to forfeit the entire amount
of Earnest Money Deposit/Performance Guarantee.

Signature of Notary with Seal Signature of Bidder(s) or and


With Stamp and date authorized Officer of the Firm.
30

Receipt of deposition of Original EMD

Receipt No. ……………………………………………………….. Dt. ………………….


1. Name of Work* Up gradation of Infrastructural facilities for
Regional Training Institute Chennai. SH :
Providing split AC unit, LED Fittings and refilling
of Fire Extinguishers etc..
2. NIT No.* 05/AE(E)/EE(E)/CESD-2/CED-II/CPWD /
CHENNAI-40/ 2024 -25.
3. Estimated Cost* Rs. 5,52,410/-
4. Amount of Earnest Money Rs. 11,048/-
Deposit*
5. Last date of submission of
Bid* Upto 16:00 hrs on 01.06.2024
(* To be filled by NIT approving authority / EE at the time of issue of NIT
and uploaded along with NIT)

1. Name of Contractor#
With email Id :-
2. Form of EMD#

3. Amount of Earnest Money


Deposit#

4. Date of Submission of EMD#

Signature, Name and Designation of EMD


receiving Officer (EE/AE(P)/AE/AAO)

i) The Authority receiving EMD in original form examines the EMD deposited by the bidder and issues
receipt of deposition of earnest money to the agency in a given format uploaded by tender inviting authority.
The receipt can also be issued by any subordinate gazetted authority as authorized by the EE/Engineer in
Charge/DDH.
ii) The authority receiving original EMD also intimates tender inviting authority about deposition of EMD by
the agency by email/fax/telephonically.
iii) The original EMD receiving authority releases the EMD to unsuccessful bidders after the expiry of
stipulated bid validity period or immediately after acceptance of the successful bidder, whichever is earlier,
after verification from the e-tendering portal website (www.tenderwizard.com>tender free view> advance
search>awarded tenders) that the particular contractor is not L-1 bidder and work is awarded.
iv) The tender inviting authority calls for original EMD of the L1 bidder from EMD receiving authority
immediately.
Note:- Earnest Money in the form of Treasury Challan or Demand Draft or Pay order
or Banker`s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in
favour of Executive Engineer (E), CCED-III, CPWD, Chennai-40.
31

ADDITIONAL CONDITIONS

Name of work:- Up gradation of Infrastructural facilities for Regional Training Institute


Chennai. SH : Providing split AC unit, LED Fittings and refilling of Fire Extinguishers
etc.

1. The work shall be carried out in accordance with the CPWD General Specification for
electrical works (Part I Internal 2013, Part II external 1995 and Part –IV Sub Station) as
amended up to date. The installation shall comply with the requirements of Indian
Electricity Rules 1956 as amended up to date and NEC 2011.

2. All repairs and patch work shall be neatly carried out to match with the original finish and
to the entire satisfaction of Engineer-in-Charge. Any damage done to the building during
the execution of electrical work shall be the responsibility of the electrical contractor and
the same will be made good immediately at his own cost to the satisfaction of the Engineer-
in-Charge. Any expenditure incurred by the department in this connection shall be
recovered from the contractor and decision of the Engineer-in-Charge about recovery shall
be final.

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

4. The contractor has to make his own arrangement at his own cost for the entire general and
special T&P required on the work.

5. All the debris due to the Electrical works shall be removed from the site by the contractor
as soon as the work is completed. Similarly rejected materials should be immediately be
cleared from the site by the contractor. Otherwise a recovery @ 50/- per day shall be made.

6. All tendered rates shall be inclusive of all taxes & levies payable under respective statutes,
GST, or any other tax on material in respect of the contract shall be payable by the
Contractor & Government will not entertain any claim whatsoever in respect of the same.

7. Earthing lugs shall be provided for connecting all earth wires to all switch boxes / boards
without any extra cost.

8. Statutory deduction of GST as applicable, CESS 1% and IT 2% shall be recovered from the
bills to payable to the contractor.

9. The copper wire to be used on the work shall be multi-strand and ISI marked.

10. Any accident / injury happened to the worker during the course of duty, the sole
responsibility lies on the contractor for accident / injury. Any risk cover and compensation
if necessary in this regard shall be the responsibility of the contractor and the department
is not liable for payment of any compensation, damages etc. in any way.

11. The Contractor should purchase the materials to be used in the work directly from the
authorized dealer / manufacturer and the Contractor should preserve the proof of the
same. i.e. delivery challan / pro forma invoice / bill etc. till the completion of work and has
to produce the same in case the Engineer-in- Charge demands for, to check the genuinely
of the materials.

12. Care should be taken by the contractor to avoid damage to the building during execution of
his part of the work. The contractor shall be responsible of repairing all damages and
restoring the same to their original finish at his cost.
32

13. All the LED Bulbs / LED fittings shall be guaranteed for a period of 5 years. Necessary
Guarantee Certificate from the Original Manufacturer / their authorized stockiest / service
partner shall be submitted.

14. 50 % of the performance guarantee shall be refunded to the contractor soon after the
completion of the work and recording of the completion certificate.

15. 50 % of the performance guarantee shall be retained as security deposit.

16. 50 % of the performance guarantee retained as security deposit plus 2.5 % security deposit
already deducted from running bills (total 2.5 + 2.5 = 5 %) shall be refunded year wise
proportionately.

17. The LED fittings shall give an output of not less than 80 lumen/watt. CRI should be more
than 80.

18. Total Harmonic Distortion (THD) of all LED fittings except 10 W / 20 W batten shall be less
than 10%. For batten fittings THD shall be maximum 15%. Test certificate from
manufacturer / any NABL approved laboratory shall be submitted along with supply of the
items

19. The materials used in the work shall be one of the approved makes mentioned in
Annexure-A.

Wherever specialized agencies are required to be associated, the same


shall be done immediately on award of work. Failure to do the same
will be sufficient reason to terminate the contract/ department to take
necessary action to carry out these portion of work at the risk and
cost of the original contractor.

ANNEXURE-A
LIST OF APPROVED MAKE OF MATERIALS FOR USE

a) Approved makes as approved by SDG (PR) vide Lr. No. 32/2/2019-NP/SDG(PR)/1046-


56(H) dated 13.03.2020 (List under Annexure B).
b) Approved makes as approved by CE (CZ) vide Lr. No. 32/04/2019/CE Chennai/3868-
75(H) dated 02.12.2020 (List under Annexure II).
c) Materials shall satisfy the revised preference to make in India order issued vide Order No.
P45021/2/2017-PP (BE-II) dated 04.06.2020 of the Ministry of Commerce and Industry,
Government of India.
d) Makes of Special Items in respect of this work
S.
Item Makes
No.

Acceptable makes for


Blue Star / Daikin / Carrier/ Hitachi/
Split Inverter type AC
1 Voltas
Unit -

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

Assistant Engineer (Elect)


CESD-2/II, CPWD, Chennai-32.
33

CENTRAL PUBLIC WORKS DEPARTMENT


CHENNAI ELECTRICAL DIVISION - II
NIT No: 05/AE(E)/EE(E)/CESD-2/CED-II/CPWD / CHENNAI-40/ 2024 -25.
Name of work: : Up gradation of Infrastructural facilities for Regional Training Institute
Chennai. SH : Providing split AC unit, LED Fittings and refilling of Fire Extinguishers etc.
Schedule of Work
S.
Description of work Qty Unit Rate Amount
No
Supplying, Installation, Testing and
Commissioning of 36 Watt Energy Efficient 2ft X
2ft LED Panel Surface/Recess Type Luminaire
designed for installation in Grid/Armstrong false
ceiling made/ surface with CRCA Powder coated
housing with High transmittance polystyrene opal
diffuser for glare free symmetric light distribution.
The Luminaire shall have following specifications
as Ingress Protection : IP20, Unified Glare Rating :
UGR<19, System Efficacy ≥ 100 lm/W, Operating
1 Voltage Range 140V - 270V, Colour Temperature 12 Each 4493 53916.00
5700K, Complete system power rating not more
than 36 Watts with High performance Constant
Current Electronic Driver suitable for operation on
230V, 50Hz AC Supply including connection with
1.5 Sq.mm. FRLS PVC insulated copper wire single
core cable duly covered in flexible conduit from
point to fitting, earthing the fitting etc. complete
including providing suitable metallic chain support
from ceiling to avoid weight on false ceiling etc as
required.

Supplying, Installation, Testing and


Commissioning of not less than 1.5 TR capacity
Split type Inverter Air- Conditioners unit with
minimum 5 Star rating performing minimum
cooling capacity 4900 watts with ISEER 4.60
(Minimum) with R-32/R-410 Refrigerant, rotary
compressor, copper condenser Coil with necessary
copper tubing's control wiring and Drain pipe
2 lines(up to 3.00 Mtrs of Copper Pipe, Control 9 Each 54470 490230.00
Wiring and Drain Pipe)), providing suitable
bracket for outdoor unit , 5.0 KVA Voltage
Stabilizer and outdoor stand, suitable operation of
230 V, 50 Hz, AC Single phase including
dismantling the existing split AC indoor, outdoor,
all other copper pipe, drain pipe connections and
handing over to the client stores complete etc. as
required.
34

Supplying and fixing extra twin copper pipe


refrigerant line (1/2 & 1/4 Inch) insulated
with suitable dia 9 mm thick Nitrile rubber
hose pipe , wrapped with PVC non adhesive
tape roll i/c jointing the refrigerant pipe line &
3 20 Mtr 974 19480.00
supplying and laying of Suitable core 2.5 sq. mm
PVC insulated copper cable for power and
control wiring, including providing necessary
clamps/supports from split AC indoor unit to
outdoor unit etc complete as required.

Supplying, Installation, Testing and


Commissioning 5.0 KVA Voltage Stabilizer for the
4 2 Each 3293 6586.00
existing 2 TR split AC, suitable operation of 230 V,
50 Hz, AC Single phase complete etc. as required.

Refilling of following type Fire Extinguishers after


5 pressure testing the fire extinguishers, testing,
commissioning complete etc as required.

a. 6 Kg capacity Dry powder type Fire Extinguisher 3 Each 1519 4557.00

b. 2 Kg capacity Co2 type Fire Extinguisher 3 Each 1097 3291.00

Credit for 1.5 TR capacity old unserviceable split


type units i/c Indoor unit Out door unit and all
6 accessories like stabilizer, refrigerant pipeline, 9 Set -2850 -25650.00
drain water pipe lines etc.

Total Rs. 552410.00

Say Rs. 552410.00

Assistant Engineer (Elect)


CESD-2/II, CPWD, Chennai-32.

You might also like