No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
I N D E X
Name of work: - Construction of 03 nos community toilet
(sulabh sauchalaya) near open air
theatre centre , police canteen & rose
garden at 25 BN BSF campus chhawla new
delhi(SH:- ei & service cable connection)
S. No DESCRIPTION
PAGE NO.
1. INDEX 1
2. NOTICE INVITING e-TENDER 2
3. NOTICE TO BE PUBLISHED ON WEB SITE 3-4
4. NOTICE INVITING TENDER FORM CPWD-6
5-11
5. ITEM RATE TENDER FORM CPWD – 8
12– 19
6. INSTRUCTIONS FOR ONLINE BIDDERS
20-22
7. TERM AND CONDITIONS 23-27
8. SCHEDULE OF QUANTITY 28-37
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
E- TENDER
Name of work Construction of 03 nos community toilet
(sulabh sauchalaya) near open air
theatre centre , police canteen & rose
garden at 25 BN BSF campus chhawla new
delhi(SH:- ei & service cable connection)
Estimated Cost : Rs.777771=00
Earnest Money : Rs. 15555=00
Security Deposit : 2.5% of tendered value
Performance Guarantee: 5% of tendered value
Time Allowed : 30 Days
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
(NOTICE TO BE POSTED ON WEB SITE)
Notice Inviting e -Tenders
The Executive Engineer (Electrical), FTR BSF New Delhi on behalf of President of
India invites online Item rate bids from from approved and eligible contractors of
CPWD/Railway & Delhi PWD dealing with similar for the following work (s):
Name of work : Construction of 03 nos community toilet (sulabh sauchalaya) near open air theatre centre , police canteen & rose garden at 25 BN BSF campus chhawla new delhi(SH:- ei & service cable connection)
Estimated Cost : Rs.777771=00 Earnest Money : Rs. 15555 =00
Period of Completion : 30 days
Last date & time of submission of bid
: 04 Jan 2019 up to 1500 hrs.
Time and date of opening of bid
: 07 Jan 2019 at 1200 hrs.
2. Tender document shall be considered valid of only those contractors who will
upload the scanned copies of the following documents along with tender.
a. Earnest money in the form of Treasury Challan/Demand Draft/Pay order or
Banker’s Cheque /Deposit at Call Receipt/FDR/Bank Guarantee of any
Scheduled Bank issued in favour of DDO, DIG(HQ)FHQ BSF R.K.Puram
New Delhi. The original EMD should be deposited in the office of Tender
inviting authority i.e. AE(Elect) DIG(HQ)FHQ BSF New Delhi within the period
of bid submission i.e. up to 1500 Hrs on 04/01/2019 . Failing which bid will
be rejected
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
b. Enlistment order of the Contractor and PAN Card /GST registration numbers.
c. Certificates of 03 Nos work Experience in BSF for similar type of works.
d. Electrical licences
e. Under taking for submission of EMD and eligibility documents:-
“ The EMD & other eligibility documents shall be deposited by me/us with the EE
calling the bid in case I/we become the lowest bidder within a week of the
opening of financial bid otherwise department may reject the bid and also take
action to debar me/us from tendering in BSF and Enlistment Department may also
take action against me/us to debar me/us from tendering in Department”.
f. The tenderer shall have to furnish an affidavit as under:-
“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, 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 the Earnest money /Performance Guarantee.”
3. 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
website www.bsf.nic.in /eprocure.gov.in
No.80/ENGG/BV-2/DIG(HQ)/ENGG/ Executive Engineer(E)
FHQ BSF New Delhi Dated______Dec 2018
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
AMENDED UPTO CON 248 CPWD- 6
GOVERNMENT OF INDIA
BORDER SECURITY FORCE
NOTICE INVITING TENDER
1. Item rate tenders are invited on behalf of President of India from approved
and eligible contractors of CPWD Railway & Delhi PWD dealing with similar
for the work of
“Construction of 03 nos community toilet (sulabh sauchalaya)
near open air theatre centre , police canteen & rose garden
at 25 BN BSF campus chhawla new delhi(SH:- ei & service cable
connection)”.
The enlistment of the contractors should be valid on the last date of sale of tenders. In case only the last date of sale of tender is extended, the enlistment of contractor should be valid on the original date of sale of tenders. In case both the last date of receipt of application and sale of tenders are extended, the enlistment of contractor should be valid on either of the two dates i.e. original date of sale of tender or on the extended date of sale of tenders.
1.1 The work is estimated to cost Rs. 777771=00 .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 tenders. He will also nominate Division which will deal with all matters relating to the invitation of tenders.
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
For composite tender, besides indicating the combined estimated cost put to tender, should clearly indicates the estimated cost of each component separately. The eligibility of tenderer will correspond to the combined estimated cost of different components put to tender. 1.2 Tenders will be issued to eligible contractors provided they produce 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 issue of tender documents
1.2.1 .For works estimated to cost up to Rs. 15 Crore.
Three similar works each of value not less than 40% of estimated cost or two similar work each of value not less than 50% of estimated cost or one similar work of value not less than 80% of estimated cost (rounded to nearest Rs. 10 lac) in last 7 years ending last day of the month previous to the one in which the tenders are invited.
2. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD 7 which is available as a Govt. of India Publication. Tenderer 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 30 days 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 tender
documents.
4. The site for the work is available.
5. (i) Tenders shall be accompanied with earnest money of Rs 15555.00 in the shape of BD/ receipt treasury challan / deposit at call receipt of a scheduled bank /fixed deposit receipt of scheduled bank / demand draft of a scheduled bank issued in favour of DDO, DIG(HQ)FHQ BSF R.K.PURAM NEW DELHI. 50%of earnest money or Rs. 20 lakh, whichever is less, will have to be deposited in the shape prescribed above and balance amount of earnest money can be accepted in the form of Bank guarantee issued by a scheduled bank having validity for 12 months or more from the last date of receipt of tenders. iv) The scanned copy of EMD shall be uploaded by the bidder with the tender documents. The original EMD should be deposited in the office of Tender Inviting Authority i.e. AE(ELECT) DIG(HQ)FHQ BSF New Delhi within the period of bid
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
submission i.e.1500 Hrs on 04/01/2019 . Failing which bid will be rejected . All the contractors shall upload following undertaking with the tender documents:-
“ The EMD & other eligibility documents shall be deposited by me/us with the EE
calling the bid in case I/we become the lowest bidder within a week of the
opening of financial bid otherwise department may reject the bid and also take
action to debar me/us from tendering in BSF and Enlistment Department may also
take action against me/us to debar me/us from tendering in Department”.
6. The contractor whose tender 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 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 (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. 7. The description of the work –As per schedule attached Copies of other drawing and documents pertaining to the works will be open for inspection by the tenderers at the office of above mentioned officer. Tenderers are advised to inspect and examine the site and its surroundings and
satisfy themselves before submitting their tenders as to the nature of the ground
and sub-soil (so far as is practicable), the form and nature of the site, the means of
access to the site, the accommodation they may require and in general shall
themselves obtain all necessary information as to risks, contingencies and other
circumstances which may influence or affect their tender. A tenderer 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 tenderer 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 tender by a tenderer
implies that he has read this notice and all other contract documents and has
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
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.
8. The competent authority on behalf of the President of India does not bind itself to accept the lowest or any other tender and reserves to itself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer shall be summarily rejected. 9. Canvassing whether directly or indirectly, in connection with tenderers is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection. 10. The competent authority on behalf of President of India reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted. 11. The contractor shall not be permitted to tender for works in the BSF 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 Senior 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 gazette officer in the Border Security Force or in the Ministry of Home Affairs. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this Department. 12. No Engineer of gazette 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 previous permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Government of India as aforesaid before submission of the tender or engagement in the contractor’s service.
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
13. The tender for the works shall remain open for acceptance for a period of ninety (90) days from the date of opening of tenders/Ninety days from the date of
opening of financial bid in case tenders are invited on 2/3envelop system (strike
out as the case may be) if any tenderer withdraws his tender before the said
period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the tender which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the tenderer shall not be allowed to participate in the retendering process of the work. 14. This notice inviting Tender shall form a part of the contract document. The successful tenderer/contractor, on acceptance of his tender by the Accepting Authority shall within 15 days from the stipulated date of start of the work, sign the contract consisting of:- a) The Notice Inviting Tender, all the documents including additional conditions, specifications and drawings, if any, forming the tender as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto. b) Standard C.P.W.D. Form 8 15. For Composite Tenders 15.1.1 The Executive Engineer in charge of the major component will call tenders for the composite work. The cost of tender document and Earnest Money will be fixed with respect to the combined estimated cost put to tender for the composite tender. 15.1.2 The tender document will include following three components: Part A:- CPWD-6, CPWD-8 including schedule A to F for major component of the work, Standard General Conditions of Contract for CPWD 2014 or latest edition as applicable with all amendments/modifications.
Part B:- General/specific conditions, specifications and schedule of quantities
applicable to major component of the work.
Part C: Schedule A to F for minor component of the work. (SE/EE in charge of
major component shall also be competent authority under clause 2 and clause 5
as mentioned in schedule A to F for major components) General/specific
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
conditions, specifications and schedule of quantities applicable to minor
component(s) of the work.
15.1.3 The tenderer must associate with himself, agencies of the appropriate class
eligible to tender for each of the minor component individually.
15.1.4 The eligible tenderers shall quote rates for all items of major component as
well as for all items of minor components of work. It will be obligatory on the part
of the tenderer to sign the tender document for all the components (The schedule
of quantities, conditions and special conditions etc.)
15.1.5 After acceptance of the tender by competent authority, the AE in charge of
major component of the work shall issue letter of award on behalf of the President
of India. After the work is awarded, the main contractor will have to enter into one
agreement with AE in charge of major component and has also to sign two or
more copies of agreement depending upon number of AE’s in charge of minor
components. One such signed set of agreement shall be handed
over to AE in charge of minor component. AE of major component will operate
part A and part B of the agreement. AE in charge of minor component(s) shall
operate Part C along with Part A of the agreement.
15.1.6 Entire work under the scope of composite tender including major and all
minor components shall be executed under one agreement.
15.1.7 Security Deposit will be worked out separately for each component
corresponding to the estimated cost of the respective component of works. The
Earnest Money will become part of the security deposit of the major components
of work.
15.1.8 The main contractor has to associate agency(s) for minor component(s) conforming to eligibility criteria as defined in the tender document and has to submit detail of such agency(s) to Engineer-in-charge of minor component(s) within prescribed time. Name of the agency(s) to be associated shall be approved by Engineer-in-charge of minor component(s). 15.1.9 In case the main contractor intends to change any of the above agency/agencies during the operation of the contract, he shall obtain prior approval of Engineer-in-charge of minor component. The new agency/agencies shall also have to satisfy the laid down eligibility criteria. In case Engineer-in-charge is not satisfied with the performance of any agency, he can direct the
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
contractor to change the agency executing such items of work and this shall be binding on the contractor. 15.1.10 The main contractor has to enter into agreement with the contractor(s) associated by him for execution of minor component(s). Copy of such agreement shall be submitted to EE/DDH in charge of each minor component as well as to EE in charge of major component. In case of change of associate contractor, the main contractor has to enter into agreement with the new contractor associated by him. 15.1.11 Running payment for the major component shall be made by EE of major discipline to the main contractor. Running payment for minor components shall be made by the Engineer-in charge of the discipline of minor component directly to the main contractor. 15.1.12 Final bill of whole work shall be finalized and paid by the EE of major component. Engineer(s) in charge of minor component(s) will prepare and pass the final bill for their component of work and pass on the same to the EE of major component for including in the final bill for composite contract
CPWD FORM 6 : CORRECTION SLIP No.1
Vide DGW/CON/250 dt 29.3.2010 Following para stands added after para 1.2.2 : -
Para 1.2.3 :- To become eligible for issued of tender, the tender shall have to furnish an
affidavit as under :-
“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, 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 the
Earnest Money/Performance Guarantee”.
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
AMENDED UPTO CON 248 CPWD- 8 GOVERNMENT OF INDIA
BORDER SECURITY FORCE
STATE Delhi CIRCLE HQ DG BSF New Delhi
BRANCH Engg DIVISION FTR BSF New Delhi
ZONE FHQ SUB-DIV DIG(HQ)FHQ BSF N/D
Item Rate Tender & Contract for Works
(A) Tender for the work of: Construction of 03 nos community toilet
(sulabh sauchalaya) near open air theatre centre ,
police canteen & rose garden at 25 BN BSF campus
chhawla new delhi(SH:- ei & service cable connection)
(i) To be submitted by 1500 hours on 04 Jan 2019 by e-tendering. ………………………………………………………………………………………………………
(ii) To be opened in presence of tenderers who may be present at 1200 hours on
07 Jan 2019 in the office of DIG(HQ)FHQ BSF R.K.Puram New Delhi.
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
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
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 ninety (90) days from the due date of its opening / ninety days from the date of opening of financial bid in case tenders are invited on 2/3 envelop system (strike out as the case may be) and not to make any modification in its terms and conditions. A sum of Rs.15555/-=00 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 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 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 anon 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)
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
For & on behalf of President of India
Signature …………………………………..
Dated: Designation ……………………………
SCHEDULES
SCHEDULE ‘A’
Schedule of quantities (Enclosed)
SCHEDULE 'B'
Schedule of materials to be issued to the contractor.
S.
No.
Description of item Quantity Rates in figures & words
at which the material will
be charged to the
contractor
Place of issue
1 2 3 4 5
-------------- NIL----------------
SCHEDULE ‘C’
Tools and plants to be hired to the contractor
S.No. Description Hire charges per day Place of issue
1 2 3 4
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
----------------NIL----------------
SCHEDULE ‘D’
Extra schedule for specific requirements/document for the work, if any.
SCHEDULE ‘E’
Reference to General Conditions of contract.
Name of Work: Construction of 03 nos community toilet (sulabh
sauchalaya) near open air theatre centre , police canteen &
rose garden at 25 BN BSF campus chhawla new delhi(SH:- ei &
service cable connection)
(i) Estimated cost of work : Rs. 777771,=00
(ii) Earnest Money : Rs. 15555=00
(iii) Performance Guarantee : 5% of tendered value
(iv) Security Deposit : 2.5% of tendered value
SCHEDULE 'F'
GENERAL RULES &DIRECTIONS: Officer inviting tender : EE(Elect) 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 : EE/EE (Elect)
2(viii) Accepting Authority : EE (Elect)
2(x) Percentage on cost of materials and
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
Labour to cover all overheads and profits: 15% 2(xi) Standard Schedule of Rates : DSR 2018 2(xii) Department : BORDER SECURITY FORCE 9(ii) Standard CPWD Contract Form GCC 2014, CPWD Form 7 modified Corrected up to date
Clause 1
(i) Time allowed for submission of Performance Guarantee from the date of issue of letter of acceptance : 15 days (ii) Maximum allowable extension beyond the period provided in (i) above : 07 days
Clause 2
Authority for fixing compensation under clause 2 : EE (Elect)/SE(Elect)
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 : 15 days.
Mile stone(s) as per table given below:-
Table of Mile Stones (s)
S. No. Description of
Milestone (Physical)
Time Allowed in days
(from date of start)
Amount to be with-held in
case of non achievement of
milestone.
1. Nil
Time allowed for execution of work : 30 days
Authority to decide:
(i) Extension of time: EE (Elect) (Engineer in Charge or Engineer in Charge of Major Component in case of Composite Contracts, as the case may be)
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
(ii) Rescheduling of mile stones: EE (Elect) (Superintending Engineer in Charge or Superintending Engineer in Charge of Major Component in case of Composite Contracts, as the case may be)
Clause 6, 6A
Clause applicable - (6 or 6A) . :6/ 6(A)
Clause 7
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 : - Nil
Clause 10A
List of testing equipment to be provided by the contractor at site lab. 1.................. 2. .................. 3.................. Nil 4.................. 5. .................. 6..................
Clause 10B(ii)
Whether Clause 10 B (ii) shall be applicable No
Clause 10C
Component of labour expressed as percent of value of work = Nil
Clause 10CA
Materials covered under this clause
Nearest Materials(other than cement, reinforcement bars and structural steel) for which All India Wholesale Price Index to be followed
Base price of all the Materials covered under Clause 10 CA
1. Nil
* Base price of all the materials covered under clause 10 CA is to be mentioned at the time of approval of NIT.
Clause 10CC
Clause 10 CC to be applicable in contracts with stipulated period of completion exceeding the period shown in next column 24 months -Nil
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
Schedule of component of other Materials, Labour, POL etc. for price escalation. Component of Elect (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. Z ..........%
Clause 11
Specifications to be followed for execution of work : CPWD Specifications.
Clause 12
12.2 & 12.3 Deviation Limit beyond which Clauses 12.2 & 12.3 shall apply for Building work : 12.5 Deviation Limit beyond which Clauses 12.2 & 12.3 shall apply for Foundation work :
Clause 16
Competent Authority for deciding reduced rates : SE(Elect)/Comdt(Works)
Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site:- 1. ....................................... 2. .........................................
3. ....................................... 4. .........................................
Clause 36 (i)
Sl. No
Minimum Qualification of Technical Representative
Discipline Minimum Experience
Numb-er
Rate at which recovery shall be made from the
contractor in the event of not fulfilling provision of
clause 36(i)
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
Figures Words
Assistant Engineers retired from Government services that are holding Diploma will be treated at par with Graduate Engineers.
Clause 42
(i) (a) Schedule/statement for determining theoretical quantity of cement &
bitumen on the basis of Delhi Schedule of Rates DSR 2018 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. For works with estimated cost put to tender more than Rs.5 lakh. (b) Bitumen All Works (c) Steel Reinforcement and structural steel sections for each diameter, section and category (d) All other materials. Nil
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION
Sl. No.
Description of item Rates in figures and words at which recovery shall be made from the Contractor
Excess beyond permissible variation
Less use beyond the permissible variation
1.
Cement
- On prevailing market rate.
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
INSTRUCTIONS FOR ONLINE BID SUBMISSION FOR BIDDERS 34.SUBMISSION OF TENDER
34.1 Online bidding through CPPP e-procurement system. The tender document is
available at CPPP e-procurement site i.e., http://eprocure.gov.in/eprocure/app. Prospective bidder desirous of participating in this tender may view and download tender document from the above mentioned website.
34.2 All documents should be submitted electronically in PDF format. 35. INSTRUCTION FOR ONLINE BID SUBMISSION: As per the directives of Department of Expenditure, this tender document has been published
on the Central Public Procurement Portal (URL: http://eprocure.gov.in). The bidders are required to submit soft copies of their bids electronically on the CPP Portal at http://eprocure.gov.in/eprocure/app, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained
at: https://eprocure.gov.in/eprocure/app
35.1 REGISTRATION 35.1.1 Possession of valid Digital Signature Certificate (DSC) and
enrollment/registration of the contractors/bidders on the e-procurement/e-tender portal is a prerequisite for e-tendering.
35.1.2 Bidder should do the enrollment in the e-Procurement site using the “Click here to Enroll” option available on the home page. Portal enrollment is generally free of charge. During enrollment/registration, the bidders should provide the correct/true information including valid E.mail ID. All the correspondence shall be made directly with the contractors / bidders through E.mail ID provided.
35.1.3 Bidder need to login to the site thro’ their user ID/password chosen during enrollment/registration.
35.1.4 Then the Digital Signature Certificate ( Class II or Class III Certificates with signing key usage ) issued by SIFY / TCS / nCode / eMudra or any
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
Certifying Authority recognized by CCA India on e-Token / Smart Card, should be registered.
35.1.5 The DSC that is registered only should be used by the bidder and should ensure safety of the same.
35.1.6 Contractor/Bidder may go through the tenders published on the site and download the required tender documents/schedules for the tenders he/she is interested.
35.1.7 After downloading / getting the tender document / schedules, the Bidder should go through’ them carefully and then submit the documents as asked, otherwise bid will be rejected.
35.1.8 If there are any clarifications, this may be obtained online through’ the tender site, or through’ the contact details. Bidder should take into account the corrigendum published before submitting the bids online.
35.1.9 Bidder then logs in to the site through the secured log in by giving the user id/ password chosen during Enrolment / registration and then by giving the password of the e token/smart card to access DSC.
35.1.10 Bidder selects the tender which he/she is interested in by using the search option & then moves it to the ‘ my tenders’ folder.
35.1.11 Form my tender folder, he selects the tender to view all the details indicated.
35.1.12. It is construed that the bidder has read all the terms and conditions before submitting their offer. Bidder should go through the tender schedules carefully and upload the documents as asked; otherwise, the bid will be rejected.
35.1.13 Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document/schedule and generally, they can be in PDF/xls/rar/zip/dwf formats. If there is more than one document, they can be clubbed together and can be provided in the requested format. Each document to be uploaded through online for the tenders should be less than 2 MB. If any document is more than 2 MB, it can be reduced through zip/rar and the same can be uploaded, if permitted. Bidders Bid documents may be scanned with 100 dpi with black and white option. However of the file size is less than 1 MB the transaction uploading time will be very fast.
35.1.14 If there are any clarifications, this may be obtained through the site, or during the pre-bid meeting if any. Bidder should take into account the corrigendum published from time to time before submitting the online bids.
35.1.15 The Bidders can update well in advance, the documents such as certificates, annual report details etc., under My Space option and these can be selected as per tender requirements and then send along with bid documents during bid submission. This will facilitate the bid submission process faster by reducing upload time of bids.
35.1.16 Bidder should upload the scan copy of the EMD as specified in the tender. The original should be posted/couriered/given in person to the Tender Inviting Authority, within one week after opening of the tender by lowest tenderer only
35.1.17 While submitting the bids online, the bidder reads the terms & conditions
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
and accepts the same to proceed further to submit the bid packets. 35.1.18 Bidder should upload the scan copy of the tender fee as specified in the
tender. The original should be posted/couriered/given in person to the Tender Inviting Authority before opening of tender.
35.1.19 The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise submitted bid will not be acceptable.
35.1.20 The bidder has to digitally sign and upload the required bid documents
one by one as indicated. Bidders to note that the very act of using DSC
for downloading the bids and uploading their offers shall be deemed to be
a confirmation that they have read all sections and pages of the bid
document including General conditions of contract without any exception
and have understood the entire document and are clear about the
requirements of the tender requirements.
35.1.21 The bidder has to upload the relevant files required as indicated in the cover content. In case of any irrelevant files, the bid will be rejected
35.1.22 If the price bid format is provided in a spread sheet file like BoQ_xxxx.xls,
the rate offered should be entered in the allotted space only and uploaded
after filling the relevant columns. The Price Bid/BOQ template must not
be modified/replaced by the bidder, else the bid submitted is liable to be
rejected for this tender.
35.1.23 The bidders are requested to submit the bids through online e-tendering system to the Tender Inviting Authority (TIA) well before the bid submission end date & time ( as per Server System Clock). TIA will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders at the eleventh hour
35.1.24 After the bid submission (i.e after Clicking “Freeze Bid Submission” in the portal), the acknowledgement number, given by the system should be printed by the bidder and kept as a record of evidence for online submission of bid for the particular tender and will also act as any entry pass to participate in the bid opening date.
35.1.25 The time settings fixed in the server side & displayed at the top of the tender site, will be valid for all actions of requesting, bid submission, bid opening etc., in the e-tender system. The bidders should follow this time during bid submission.
35.1.26 All the data being entered by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered will not viewable by unauthorized persons during bid submission & not be viewable by any one until the time of bid opening.
35.1.27 Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid openers public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
35.1.28 The confidentiality of the bids is maintained since the secured Socket Layer 128 bit encryption technology is used. Data storage encryption of sensitive fields is done.
35.1.29 The bidder should logout of the tendering system using the normal logout option available at the top right hand corner and not by selecting the (X) exit option in the browser.
35.1.30 For any queries regarding e-tendering process, the bidders are requested to contact as provided in the tender document. Parallel for any further queries, the bidders are asked to contact through e-mail- [email protected] or by over phone: 011-24364864 or CPPP Toll Free no. 1800-3070-2232.
TERM AND CONDITIONS
TECHNICAL SPECIFICATIONS
1. All hardware items such as screws , GI wire etc which are essentially required for
completing on items as per specifications will be deemed to be included in the item even
when the same have not been specified mentioned.
2. All hardware materials such as nuts/bolts/screws/washers etc to be used in the work
shall be zinc/ cadmium plated iron.
3. Any conduit which is not be wired by the contractor shall be provided which GI fish wire
for wiring by the same other agency subsequently. Nothing extra shall be paid for the
same.
4. While laying conduit , suitable junction boxes shall left for pulling the wires.
5. Copper wires shall be FRLS PVC insulated multi-stranded conductor. Termination of
multi stranded conductor shall be done using crimping type thimbles as both the ends.
Nothing extra shall be paid for the same.
6. The makes of material have been indicated in the list of acceptable makes (Appendix-A)
. No other make will be acceptable. The material to be used in the work shall be got
approved from the Engineer – in- charge before its use at site. The Engineer-in-Charge
shall reserve the right to instruct the contractor to remove the material which , in his
opinion, is not as per specification.
7. The proof of purchase in the form of Invoice/cash memo of all the major components
such as Cables, Wires, Fitting, MCB DB,s , Geysers, Exhaust fans etc shall have to
produced by the contractor at the time of final bill or as when demanded by the deptt.
8. Test report of all the XLPE insulated PVC sheathed armoured power cables used at site
of work shall have to be submitted by the contractors at the time of submission of final
bills.
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
9. Where switches/ sockets/ telephone outlets are to be provided the same shall be of only
one make.
10. The MCB distribution boards shall be factory fabricated in the work of the manufacturer
of the MCB,s of any of the makes specified and the same shall be duly pre-wired in the
works. The board shall be brought to site in ready for installation condition. The MCB,s
and the MCB Distribution board shall be of the same make.
11. The earthing shall be carried out in the presence of Engineer-In-Charge or his authorized
representative.
12. All fittings/fans will be earthed as per specifications.
ADDITIONAL SPECIFICATIONS AND CONDITIONS
(INTERNAL E.I.)
1. The work shall be carried out strictly in accordance with CPWD specification for
electrical work.Part-1 Internal 2013 and 1995 (external) is amended upto date and
in accordance with Indian Electricity Rules 1956, Indian Electricity Act 1910 as
amended upto date and as per instructions of the Engineer-in-Charge including as
below and nothing will be paid extra.
2. All material to be used on this work by the contractor shall be got approved from
the Engineer-In-Charge and deptt has right to inspect the material as
manufacturers place before installation at site.
3. The work shall be carried out according to approved drawings/details which shall
be subsequently issued to the successful bidder for execution of work and as per
instructions of the Engineer-In-Charge who will have the right to change the layout
as per requirement at site and the contractor shall not have any claim due to
change in layout.
4. All damage done to the building, roads, pathways, floors wall during execution of
electrical work shall be the responsibility of the 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 Engineer-in-Charge about recovery shall
be final .
5. The bad workmanship will not be accepted and defects shall be rectified at
contractor’s cost and to the satisfactions of the Engineer-in-charge. The
programme of electrical work are to be co-ordinate in accordance of the building
works and no claim for idle labour will be stipulated in the tender electrical work
shall be completed within 30 days of the completion of civil work.
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
6. All the debris of the electrical work shall be removed and the site should be
cleared by the contractor immediately after the accruing of debris. Similarly any
rejected material should cleared off from the site by the contractor on day to day
basis.
7. Issue of material to the contractor wherever stipulated shall be according to the
requirement at site from time to time depending upon the progress of the work
8. Cement for this bonafied work is to be arranged and used by the contractor
himself and nothing extra will be paid on this account.
9. The contractor of his representative is bound to sign the site order book as and
when required by the Engineer-in-Charge and to comply with the remarks therein.
10. The size of conduit and wiring shall be got approved by the Engineer-in-Charge
before taking upon the execution.
11. The contractor shall make his own arrangement at his own cost for
electrical/general tool and plants required for the work at site.
12. Main board and main distribution board :The work shall be carried out according
to the drawing /details as approved by the Engineer-in- Charge. The Contractor
shall have get the samples approved before the whole lot is brought to site and it
shall include all inter connections etc.
13. No any Taxes etc shall be separately paid by the department. The rates tendered
should by inclusive all taxes and duties . Deduction of contract tax at source shall
be made while releasing payment through running/final bill as applicable . A
certificate specifying the rate and amount of deduction shall however be issued.
No Form-D .31/32( Road permit) shall be issued by the department. The road
permit shall be arranged by the tenderer on his own.
14. The entire installation shall be at the risk and responsibility of the contractor until
these are tested and handed over to the department. However if there is any
delay in construction from the department side the installation may be taken over
in parts, but the decision on the same shall rest with Engineer-in-charge which
shall be binding on the contractor.
15. Not with standing the schedule of schedule of quantities’, all items of interrelated
works considered necessary to make the installation complete and operative are
deemed to be included shall be provided by the contractor at extra cost.
16. The connection inter connection earthing and inter earthing shall be done by the
contractor wherever required and making extra shall be paid on this account.
17. Some of the items of work if already executed on the case the successful tenderer
shall required shall be used by the contractor. The recovery will made for these
items as accepted rate of other agencies.
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
18. Nothing shall be extra paid for:
Inter connection with thimble / wire/ tape strips etc
Appendix-A
LIST OF ACCEPTABLE MAKE
S/No. Item Name of manufacturer 01 FRLS PVC insulated copper conductor single
core cable for wiring (ISI marked) Havells/Fenolex/HPL/L&T/Anchor
02 Telephone cable Co-axial TV Cable Havells/HPL/Finolex/L&T /Polycab/Anchor
03 MS conduit i/c accessories (ISI marked)
AKG/BEC/NIC/Steelcraft
04 Modular switch, socket/ telephone socket/cable cable TV socket /data outlay socket/ Fan Regulator/Metal boxes/ Occupancy sensor
Anchor(AVE)/Legrand(Mosaic)/ MK (Blenze)/ Crabtree
05 GI Pipe Tata/Jindal/Prakash/Surya
06 Paints Asian/Burger/Nerolac/Shalimar
07 Terminal block and connectors Elemex/Essen/Connect well
08. Compact air insulated rising main Legrand/Schneider/L&T/GE/Havells/ABB
09. MCB/MCBDB/RCBO,s/RCCB,s/Havells Havells/HPL/Schneider Electric/ L&T/ Legrand/ABB
10. MCCB/Timer Havells/HPL/Schneider/Electric/L&T/ Legrand/ABB
11. SFU/FSU/HRC Fuses/Cable management system/DLP tranking
Havells/Schneider Electric /L&T /Legrand/ Siemens
12 Ammeter/ Voltmeter AE/Rishabh/L&T/HPL( Only digital type to be used
13. Selector switch/CTs Kayee/Siemens//L&T/Bhartiya cutler Hammer
14 Change over Switch Havells/HPL/L&T/Siemens/ABB
15 Indicating Lamp L&T/Siemens/Technic/Vaishnoy
16 Panel board /Feeder pillar Manufacturer ISO 9001 certification & CPRI approved
17 Energy meter / Multifunctional / Inteligent energy meter
L&T/HPL/Hensel/Anchor/Siemens
18. Ceiling fans/Exhaust fan( only energy efficient fans consuming > 50 W and CMM >200 for 1200 mm and 60 watt and CMM>240 or 1400 mm shall be used shall be used)
Havells/Crompton/Orient/Khaitan/Usha/Polar/Bajaj/
No. of corrections- Nil No. of Deletions –Nil
No of Insertions – Nil
AE( E) EE(E)
19. Fluorescent/CFL/LED/Flood lights Philips/Havells/CG/Polycab/Wipro
20. Lamps Philips/ Havells/Wipro/Polycab/CG/Osaram
21. PVC angle holder/batten holder ISI marked (Anchor/Kinjal/Emperor/SSK
22. Geyser Crompton/Havells/Jaguar/Bajaj/ AO smith
23. NRV/gate valve BS/Leader/Sant
24. Piano Type switches/Socket/ TV/ Telephone socket Outlet (ISI marked)
Anchor/Havells/SSK/leader/Rider
25. Phenolic laminated sheet Hylem/Super hylem
26. ACB Havells/L&T U-power omega /Legrand/ ABB-emax/ Scheinder master pack
27. XLPE insulated PVC sheathed aluminium cable upto 1.1 KV gde
Havells/Finolex/L&T/Universal/Gloster
28. Any other material not listed above As per decision of Engineer-in-Charge
Top Related