0% found this document useful (0 votes)
26 views82 pages

Nit Hvac Admin

This tender document is for the centralized air conditioning (HVAC) work of the Administration Building at Central University of Rajasthan with an estimated cost of Rs. 2.28 Crore and a completion period of 4 months. Interested bidders must submit their bids by 18th September 2023 at 2:00 PM along with an earnest money deposit of Rs. 4.56 lakh. The technical bids will be opened on the same day at 3:00 PM.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
26 views82 pages

Nit Hvac Admin

This tender document is for the centralized air conditioning (HVAC) work of the Administration Building at Central University of Rajasthan with an estimated cost of Rs. 2.28 Crore and a completion period of 4 months. Interested bidders must submit their bids by 18th September 2023 at 2:00 PM along with an earnest money deposit of Rs. 4.56 lakh. The technical bids will be opened on the same day at 3:00 PM.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 82

Tender Document

For

Centralized Air Conditioning (HVAC) work of Administration


Building at Central University of Rajasthan.

NIT No. : CURAJ/R/F.150/2023/1761


NIT Issue Date : 25.08.2023
Estimated Cost : Rs. 2.28 Crore
Last Date of Submission : 18.09.2023 upto 2.00 PM
Technical Bid Opening : 18.08.2023 at 3.00 PM

CENTRAL UNIVERSITY OF RAJASTHAN


NH-8, Bandarsindri, Kishangarh, Dist.- Ajmer, Rajasthan – 305817
www.curaj.ac.in
INDEX

Name of Centralized Air Conditioning (HVAC) work of Administration Building at Central


Work: University of Rajasthan
NIT No. CURAJ/R/F.150/2023/1761 dated 25.08.2023

Sl. No. Description Page No.


Index 1
Tender Notice 1-2
PART - A
Checklist for Contractors for submission of bids 5
Information & Instruction for Bidder for tendering 6-7
List of documents to be attached with the Technical Bid 8
within the period of submission
Brief Particulars of Work (Section I) 9
Information & Instruction for Bidder (Section II) 10 – 12
CPWD Form 6 : Notice Inviting Tender 13 – 17
CPWD Form 7 (Standard CPWD contract Form -Percentage 18 – 19
rate tender), Acceptance
Form of Agreement 20 – 21
Schedule A to F for composite work (Electrical & Civil) 22 – 26
Specimen Format for MOU & Willingness Letter for 27 – 31
Appointing Associated Specialized Agency
Integrity Pact 32 – 36
PART B
General Terms & Conditions 38 – 48
Technical Specifications For Internal & External EI Works 49 – 52
Specifications and Conditions for HVAC Works 53 – 54
Annexure – I to IV (to be enclosed with technical bid) 55 – 61
Annexure – V (Format of Performance Bank Guarantee) 62 – 63
Annexure – VI (List of Approved Makes) 64 – 67
Schedule of Works 68 – 82
Drawings and Heat Load Calculation 83 – 88

2
CENTRAL UNIVERSITY OF RAJASTHAN
TENDER NOTICE
The Registrar, Central University of Rajasthan, NH-8, Bandarsindri, Kishangarh-305817 invites sealed
Percentage Rate Tender from approved and eligible contractors of CPWD and those of appropriate list
of MES, BRO, BSNL, Railway and State PWD or Public sector undertakings set up by the central or
state government for following work(s):

S. Name of Work NIT No. Estim Earnest Stipulated Last date & Date & Tine
No. ated money Period of time of of Opening
Cost Completi submission of Technical
on of of Bid Bid
work (in
months)
Centralized Air
Conditioning
CURAJ/R/F.150/2023/1761

(HVAC) work of

18.09.2023 till 02.00 PM

18.09.2023 at 03.00 PM
Administration
dated 25.08.2023

Rs. 2.28 Crore

Rs. 4.56 lakh

Building at
04 months

1 Central University
of Rajasthan

The tender document, forms and other details can be obtained from the O/o The Registrar, Central
University of Rajasthan, NH-8, Bandarsindri, Kishangarh -305817 or can be downloaded from the
University website www.curaj.ac.in and CPP Portal.

Registrar
Central University of Rajasthan

3
PART- A

4
CHECK LIST FOR CONTRACTORS FOR SUBMISSION OF BIDS

1. The tenderer should read all the instructions, terms & Conditions, contract clause, nomenclature of
items, specifications etc. contained in the tender documents very carefully, before quoting the rates.
The tenderer should also read the General Conditions of Contract 2020 for construction works in lines
with schedule F, with upto date correction slips upto date of submission of bids.

2. The agency shall quote the percentage rate for complete scope of work in both words and figures in
the financial bid.

3. The bidders shall quote his rates keeping in mind the scope of work, specifications, terms &
conditions, additional conditions and special conditions etc. and nothing shall be payable extra what
so ever unless otherwise specified.

4. In the event of the tender being submitted by a firm, it must be signed separately by each partner
thereof or in the event of the absence of any partner, it must be signed on his behalf by a person
holding a power of attorney authorizing him to do so. Such power of attorney should be produced
with the tender and it must be disclosed that the firm is duly registered under the Indian partnership
act, 1952.

5. GST, Labour Cess etc. as applicable shall be paid by the contractor himself. The department shall
deduct from the R/A bills, the TDS as applicable. The contractor shall quote his rates considering all
such Taxes.

6. The bidder shall quote their rates considering all prevalent taxes/ cess like GST, Workers Cess or any
other tax on material /work as applicable on the last date of bid submission and nothing extra shall be
paid to the contractor on this account.

7. Power/ electricity supply DG sets of required capacity required for construction; testing &
commissioning shall have to be provided to the contractor on payment basis as per the University
norms. Water required for testing of equipment is also in the scope of agency.

8. The Contractor shall note that DLP period for this work is ONE YEAR from the date of completion of
work and handing over to client department.

9. Damages to existing infrastructure/equipment done by executing agency due to carelessness/poor


quality work shall be compensated by Contractor to Central University of Rajasthan.

10. Scope of Drawings:


The design including heat load, electrical load etc calculation provided by the University are tentative
and Contractor may have to provide the same for finalization. The bidder shall quote their rates
considering the cost incurred on the same and nothing extra shall be paid to the contractor on this
account. If any modification, in Design/drawings is needed as per site conditions, or subsequent to
proof checking, the contractor shall do/redo the design without any extra cost. The Contractor shall
prepare and supply all the coordinated ‘Good for Construction” drawings duly proof checked and
approved. The decision of the Engineer- in-charge in this regard shall be final and binding. No claim
whatsoever on this account will be entertained on this account.

5
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR TENDERING FORMING
PART OF BID DOCUMENT

The Registrar, Central University of Rajasthan, NH-8, Bandarsindri, Kishangarh-305817 invites sealed
Percentage Rate Tender from approved and eligible contractors of CPWD and those of appropriate list of
MES, BRO, BSNL, Railway and State PWD or Public sector undertakings set up by the central or state
government for following work(s):

S. Name of Work NIT No. Estim Earnest Stipulated Defect Last Date &
No ated money Period of Liability date & Tine of
Cost Completi Period time of Opening
on of submiss of
work (in ion of Technic
months) Bid al Bid
Centralized Air

commissioning/ completion certificate


Conditioning

One Year from the date of record of


CURAJ/R/F.150/2023/1761 dated

(HVAC) work of

18.09.2023 till 02.00 PM

18.09.2023 at 03.00 PM
Administration

by Engineer-In-Charge
Building at
Rs. 2.28 Crore

Rs. 4.56 lakh


25.08.2023

04 months
Central University
of Rajasthan.

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. Information and
Instructions for bidders posted on website shall form part of bid document.

2. 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 University website www.curaj.ac.in and CPP portal free of
cost.

3. The contractor of CPWD, MES, BRO, State PWD or Public sector undertakings set up by the central or
state government have to submit copy of enlistment in appropriate class valid up to date. They are also
required to submit the authorization letter from the manufacturer whose product is quoted, which
valid up to date.

4. The bidder must ensure to quote rate of each item. Amount should be worked out for all items. Therefore,
if any cell is left blank and no rate is quoted by the bidder, rate of such item shall be treated as “0”
(ZERO). However, If a tenderer quotes nil rates against each item in item rate tender or does not quote
any percentage above/below on the total amount of the tender or any section / sub head in percentage rate
tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.

5. Tenders with any condition including that of conditional rebates in the tender document shall be rejected
forthwith.

6
6. The tenderer should also read the General Conditions of Contract for Construction works 2020 with latest
amendments upto date of submission of bid (available on CPWD website), which is available as Govt. of
India Publications, which will be a part of the agreement including the special conditions and particular
specifications etc.

7. GST or any other tax applicable in respect of inputs procured by the contractor for this contract shall be
payable by the Contractor and Government will not entertain any claim whatsoever in respect of the same.
However, component of GST at time of supply of service (as provided in CGST Act 2017) provided by
the contract shall be varied if different from that applicable on the last date of receipt of tender including
extension if any.

8. Goods and service tax turn over tax, Excise duty, work contract tax or any other tax on materials as
applicable shall be paid by the contractor himself. The contractor shall quote his rates considering all
such taxes.

9. The tenderer(s) shall have to make his/her own arrangement for housing facilities for staff at his own cost.
No labour huts will be allowed to be constructed in University campus. Any decision in this regard shall
rest with the Central University of Rajasthan.

10. The work is required to be executed in occupied buildings. The tenderer(s) shall take precaution to ensure
quality of workmanship as well as the progress of the work. He shall regulate the labour accordingly. The
tenderer(s) shall make arrangements for disposal of dismantled materials and other trash properly in an
environmental friendly manner.

11. Earnest Money Deposit of Rs. 4.56 lakh in the form of Demand Draft/FDR (drawn in favour of Central
University of Rajasthan) of any Scheduled Bank payable at Bandarsindri/Kishangarh, District-Ajmer.

12. The tender should be submitted in two parts i.e. Technical Bid and Financial Bid. Both the bids shall be
placed in two separate envelope with due mentioning of name of work and bid type. Both Sealed
Envelopes should be kept in a main/ bigger envelope with due mention of Name of work date & time of
opening of bids. This is to be submitted in the Tender Box, Dispatch Section Room No 101, Ground
Floor, Administrative Building, Central University of Rajasthan within the period mentioned above. The
University will not be responsible for any postal or other delay whatsoever. The offers submitted by
Telegram/Fax/e-Mail shall not be considered. No correspondence will be entertained in this matter.

13. 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.

14. All needful statutory provisions to be adopted at site to tackle epidemic/ pandemic or similar situation of
COVID-19 shall be done by the agency and expenditure on the same shall be borne by the contractor
unless statutory orders direct for the reimbursement of the same.

7
LIST OF DOCUMENTS TO BE ATTACHED WITH THE TECHNICAL BID

1. Earnest Money Deposit of Rs. 4.56 lakh in the form of Demand Draft/FDR (drawn in favour of
Central University of Rajasthan) of any Scheduled Bank payable at Bandarsindri/Kishangarh, District-
Ajmer.
2. Copy of Experience/work completion certificates from the clients regarding the quality and duration
of services rendered during last seven years (Form C)
3. Copy of Enlistment Order of the Contractor in appropriate class in CPWD, MES, BRO, State PWD or
Public sector undertakings set up by the central or state government having validity atleast till last
date of bid submission.
4. Authorization letter from respective make original equipment manufacturer, which should be valid
upto date.
5. Copy of GST Registration Certificate.
6. Photo copy of PAN Card.
7. Certificate of Financial Turnover from CA or Copy of audited balance sheets of last three financial
years.(Form A)
8. Banker's Certificate or Net Worth Certificate (Form B/ B-1)
9. A self-certificate showing the track record of contracting firm/Contractor on the non-judicial stamp
paper. (Annexure-III)
10. Undertaking for supply of genuine spare parts (Annexure –IV)
11. Letter of Transmittal (Annexure –I)

Note:
 Tenders received without EMD will not be accepted.
 Each and every page of all the tender documents, annexures, corrigendum/addendum (if any) and
their annexures should be duly seal & signed and submitted with technical bid.

Registrar
Central University of Rajasthan

8
SECTION – I
(Brief Particulars of Work)

1. Salient details of the work for which bids are invited are as under:
Sl. No. Name of Work Estimated Cost Period of
Completion
01 Centralized Air Conditioning
(HVAC) work of Administration Rs. 2.28 Crore/- 04 Months
Building at Central University of
Rajasthan.

2. Work shall be executed according to General Conditions of Contract 2020 available separately at
printer’s outlets and online including amendments issued there in upto last date of bid. The General
Conditions of Contract for Central Public Works Department is also available on website
www.cpwd.gov.in.

3. The scope of work includes Centralized Air Conditioning (HVAC) work of Administration Building
at Central University of Rajasthan. The scope of work in this contract shall include all Civil,
Electrical/HVAC works including services.

4. General features & major components of the scope of this work to be executed by the contractor are as
under:
i) Electrical/HVAC Works :
a) Complete Internal and External Electrical and Mechanical works in the buildings.
b) All E&M works including water supplies, external electric supplies, plumbing,
insulation, piping, ducting, etc.
c) SITC of Air Cooled Chiller AHU Air Conditioning Plants as per BOQ
ii) Civil Works :
a) Scope of work also includes masonry work, plaster work, all external and internal
finishing works, internal and external water supply, drainage, false ceiling work as
per BOQ etc.
b) Any other work as detailed in BOQ, specified elsewhere in tender documents and
even incidental works not defined in this document but essential for completion of
work.
iii) The work shall be executed according to BOQ items, specifications and conditions specified
in tender document, approved architectural, structural and service drawings and directions of
Engineer-in-charge or his authorized representative.
iv) The above-mentioned scope of work of the contractor which is only indicative and not
exhaustive. The contractor shall be responsible for executing all items required for completing
the buildings and allied works in all respects to make it habitable and ready for occupation, as
per direction of Engineer-in-charge.
v) The scope of work includes cost of all materials, manpower, equipment’s, T&P, fixtures,
accessories, royalties, taxes, watch & ward and all other essential elements for completion and
maintenance of works whatsoever, under the scope of this contract. Any changes,
modifications, revisions etc. required to be done by University, client, local bodies, design
consultants etc. in accordance with applicable standards will have to be executed by the
contractor as per provisions of the contract specified elsewhere in this bid document.

9
SECTION – II
(INFORMATION & INSTRUCTIONS FOR BIDDERS)

1 General :
INFORMATION & INSTRUCTIONS FOR BIDDERS
1.1 Letter of transmittal and forms for deciding eligibility are given in Annexure -I.
All information called for in the enclosed forms should be furnished against the relevant
columns in the forms. If for any reason, information is furnished on a separate sheet, this fact
should be mentioned against the relevant column. Even if no information is to be provided in a
column, a "nil" or "no such case" entry should be made in that column. If any particulars/query
is not applicable in case of the bidder, it should be stated as "not applicable". The bidders are
cautioned that not giving complete information called for in the application forms or not giving
it in clear terms or making any change in the prescribed forms or deliberately suppressing the
information may result in the bid being summarily disqualified. Bids made by telegram or e-
mailed or telex and those received late will not be entertained.
1.2 References, information and certificates from the respective clients certifying suitability,
technical knowledge or capability of the bidder should be signed by an officer not below the
rank of Executive Engineer or equivalent.
1.3 The bidder may furnish any additional information which he thinks is necessary to establish his
capabilities to successfully complete the envisaged work. He is, however, advised not to furnish
superfluous information. No information shall be entertained after submission of eligibility
criteria document unless it is called for by the Employer.

2 Definitions:
2.1 In this document the following words and expressions have the meaning hereby assigned to
them.
2.2 Employer: Means the Central University of Rajasthan, acting through the Registrar, Central
University of Rajasthan.
2.3 Bidder: Means the individual, proprietary firm, firm in partnership, limited company private or
public or corporation
2.4 "Year" means "Financial Year" unless stated otherwise.

3 Method of application:
3.1 If the bidder is an individual, the application shall be signed by him above his full type written
name and current address.
3.2 If the bidder is a proprietary firm, the application shall be signed by the proprietor above his
full typewritten name and the full name of his firm with its current address.
3.3 If the bidder is a firm in partnership, the application shall be signed by all the partners of the
firm above their full typewritten names and current addresses, or, alternatively, by a partner
holding power of attorney for the firm. In the latter case a certified copy of the power of
attorney should accompany the application. In both cases a certified copy of the partnership
deed and current address of all the partners of the firm should accompany the application.
If the bidder is a limited company or a corporation, the application shall be signed by a duly
authorized person holding power of attorney for signing the application accompanied by a copy
of the power of attorney. The bidder should also furnish a copy of the Memorandum of Articles
of Association duly attested by a Public Notary.

4 Final decision making authority


The employer reserves the right to accept or reject any bid and to annul the process and reject all bids
at any time, without assigning any reason or incurring any liability to the bidders.

5 Particulars provisional
The particulars of the work given in Section I are provisional. They are liable to change and must be

10
considered only as advance information to assist the bidder.

6 Site visit
The bidder is advised to visit the site of work, at his own cost, and examine it and its surroundings to
himself collect all information that he considers necessary for proper assessment of the prospective
assignment.

7 Minimum Criteria for Technical Eligibility :


7.1 The Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures
are not accepted. Should have satisfactorily completed the works as mentioned below during
the last Seven years ending last day of the month previous to the one in which tenders are
invited.
 Three similar works each costing not less than 40% of estimated cost put to tender or two
similar works each costing not less than 60% of estimated cost put to tender or one similar
work costing not less than 80% of estimated cost put to tender.
 Similar work shall mean works of SITC of Chiller based Air Conditioning System.
 The value of executed works shall be brought to current costing level by enhancing the
actual value of work at simple rate of 7% per annum; calculated from the date of completion
to previous day of last day of submission of tenders. (Documentary evidence to
substantiate above fact must be submitted along with Form C of Annexure-II with
technical bid).

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

7.2 The contractor of CPWD, MES, BRO, State PWD or Public sector undertakings set up by the
central or state government have to submit copy of enlistment in appropriate class valid up to
date. They are also required to submit the authorization letter from the OEM whose product
is quoted, which valid up to date

7.2 Should have had Average Annual Financial Turnover of Rs. 1.14 Crore during the last three
years ending 31st March 2023 (Scanned copy of Certificate from CA with Unique Document
Identification Number (UDIN) to be attached). Year in which no turnover is shown would also
be considered for working out the average.(Form A of Annexure-II)

7.3 The bidder should not have incurred any loss (profit after tax should be positive) in more than
two years during available last five consecutive balance sheets, duly certified and audited by the
Chartered Accountant. (The balance sheet in case of Pvt./ Public Ltd. company means its
standalone financial statement and consolidated financial statement both).

7.4 The bidder should have a Banker's certificate from a Commercial Bank for amount equal to
40% of the Estimated Cost put to tender (ECPT) or the bidder should submit Net-worth
Certificate of minimum 10% of ECPT issued by the certified Chartered Accountant (on the
format prescribed in form B-1).

8 The bidders have to submit a list of jobs in progress. Brief details of the units scope of work, names
and address (postal mail) of present clients. (Form C-1 of Annexure-II)

11
9 The track record of the contracting manufacturer/dealer/firm/contractor should be clean and
should not be blacklisted or not have any involvement in illegal activities or financial
misappropriation / frauds etc. by any Central/State Government/Public Undertaking/Institute on any
account. A self-certificate on the Non-Judicial Stamp paper shall be attached. (Annexure-III)

10 Financial information
Bidder should furnish the Annual financial statement for the last five years in (Form"A"). Banker’s
Certificate in (Form "B") or Networth Certificate in (Form"B-1"). Please refer Annexure- II for
forms.

11 Experience of similar works


Bidder should furnish the List of eligible similar nature of works successfully completed during the
last seven years in (Form "C") and ongoing works as well (Form C-1). Please refer Annexure- II for
forms.

12 Organization information
Bidder is required to submit the information in respect of his organization in Forms "E" Please refer
APPENDIX- II for forms.

13 Letter of transmittal
The bidder should submit the Letter of Transmittal attached with the document. Please refer
Annexure-I for format of letter.

14 Preparation & Submission of bids :


 The tender should be submitted in two parts i.e. Technical Bid and Financial Bid. The Technical
Bid and the Financial Bid should be sealed by the bidder in two separate covers super-scribed
name of work and bid type.
 Both Sealed Envelopes should be kept in a main/ bigger envelope super-scribed name of work,
time and date of opening of bids.
 The duly completed sealed envelope, superscripting the name of work wi l l be received in the
Tender Box, Rom-101 Dispatch Section, Administrative Building, Central University of
Rajasthan, Bandarsindri, Kishangarh, District- Ajmer, (Raj) Pin-305817 only up to 02:00 pm on
date mentioned in Notice Inviting Tender. The technical bid will be opened on the same day at
03:00 pm Bidder’s representative may be present with their ID proof at the time of bid
opening. Any tender received after the prescribed time may not be accepted/ considered for
opening. The University will not be responsible for any postal or other delay whatsoever. The
offers submitted by Telegram/Fax/e-Mail shall not be considered. No correspondence will be
entertained in this matter.

15 Financial bid should contain only the Bidder’s/Contractor’s quoted rates in the given format
(Annexure-XI) enclosed in Envelope-II with due mentioning name of work and bid type.
Financial bid shall be opened only of those who have submitted proper EMD and have qualified in
the Technical Bid as per eligibility criteria and on submission of all the required documents

16 Opening of Price bid


After evaluation of technical bids, a list of short listed bidders will be prepared. Thereafter the
financial bids of only the qualified and technically acceptable bidders shall be opened.

12
17 Award Criteria
17.1 The employer reserves the right, without being liable for any damages or obligation to inform
the bidder, to:
(a) Amend the scope of work and value of contract.
(b) Reject any or all the applications without assigning any reason.

17.2 Any effort on the part of the bidder or his agent to exercise influence or to pressurize the
employer would result in rejection of his bid. Canvassing of any kind is prohibited.

13
CPWD FORM -6
CENTRAL UNIVERSITY OF RAJASTHAN
NOTICE INVITING TENDER

The Registrar, Central University of Rajasthan, NH-8, Bandarsindri, Kishangarh-305817 invites sealed
Percentage Rate Tender from approved and eligible contractors of CPWD and those of appropriate list of
MES, BRO, BSNL, Railway and State PWD or Public sector undertakings set up by the central or state
government for following work(s):

Centralized Air Conditioning (HVAC) work of Administration Building at Central University of Rajasthan.

The work Estimated Cost: Rs. 2.28 Crore/-. This estimate, however, is given merely as a rough guide.

The contractor of CPWD, MES, BRO, State PWD or Public sector undertakings set up by the central or state
government having enlistment in appropriate class valid up to date and fulfilling the eligibility criteria of NIT
are invited to apply.

1. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD-7/8 of GCC
2020 duly amended upto last date of submission of bid, 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.

2. The time allowed for carrying out the work will be 03 Months from the date of start as defined in
schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with
the phasing, if any, indicated in the tender documents.

3. The site for the work is mostly available.

4. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms & conditions of contract to be complied with and other
necessary documents except Standard General Conditions of Contract Form can be seen from website
https://etender.cpwd.gov.in, from Estate Office of Central University of Rajasthan, free of cost.

5. 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 tender as notified. While submitting the revised bid, contractor can
revise the quoted percentage rates but before last time and date of submission of tender as notified.

6. The bid submitted shall become invalid, if


(i) The bidder is found ineligible.
(ii) The bidder does not deposit original EMD with technical bid envelope.
(iii) If a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above / below on the total amount of the tender or any section/ sub head in
percentage rate tender, the tender shall be treated as invalid and will not be considered as
lowest tenderer.
(iv) If any discrepancy is noticed in the documents / details as submitted by bidder.

7. Earnest Money Deposit: The bidder shall be required to submit the Earnest Money Deposit (EMD)
for an amount of Rs. 4.56 lakh (Rupees Four Lakhs Fifty Six Thousand only) by way of demand
draft/Fixed Deposit Receipt drawn in favour of “Central University of Rajasthan”. The EMD must
be enclosed in the envelope containing the technical bid. Bid(s) received without EMD will be
rejected.

14
8. Performance Guarantee :
The contractor whose bid is accepted will be required to furnish performance guarantee of 5% (Five
Percent) of the tender accepted 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 Government Securities or Fixed Deposit Receipts or Guarantee Bonds of
any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the
contractor fails to deposit the said performance guarantee within the period as indicated in Schedule
‘F’, including the extended period if any, the Earnest Money deposited by the contractor shall be
forfeited automatically without any notice to the contractor. The earnest money deposited along with
bid shall be returned after receiving the aforesaid performance guarantee. The contractor whose bid is
accepted will also be required to furnish either copy of applicable licenses/ registrations or proof of
applying for obtaining labour licenses, registration with EPFO, ESIC and BOCW Welfare Board
including Provident Fund Code No, if applicable and also ensure the compliance of aforesaid
provisions by the sub contractors, if any, engaged by the contractor for the said work within the period
specified in Schedule F.

9. Security Deposit :
 The contractor whose tender is accepted will also be required to furnish by way of Security
Deposit for the fulfillment of his contract, an amount equal to 2.5% of billed amount plus 50% of
PG of tender accepted amount the work. The Security deposit will be collected by deductions
from the running bills as well as final bill of the contractor at the rates mentioned above. The
Security amount will also be accepted in cash or in the shape of Government Securities. Fixed
Deposit Receipt of a Scheduled Bank or will also be accepted for this purpose provided
confirmatory advice is enclosed.
 The said security deposit shall be returned after satisfactorily completion of defect liability period.
 This security deposit shall be forfeited if he/they fails to comply with any of the conditions of the
contract. No interest shall be paid on the security deposit.

10. Payment Clause:


A) Running Account bill payment will be made as per execution of work duly certified by the
Engineer-In-Charge or authorized representative of the University.
B) No advance payment will be made. Income tax and all other statutory tax deduction will be
made as per Govt. of India norms.
GST: The amount of GST (if any) charged by the Contractor from the University on account of
the services rendered by him, will be paid only after submission of copy of challan of GST with
necessary supporting documents.

11. The description of the work is as follows :- Centralized Air Conditioning (HVAC) work of
Administration Building at Central University of Rajasthan. 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

15
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.

Equipment data shall be submitted as per format attached. Tenderers not submitting data in full will do
so at the risk of the tenders being evaluated with such information as may be available with the client.

Mere becoming the lowest bidder, prior to financial bid scrutiny will not give any right to the lowest
bidder to claim that he is successful in the bidding process. The successful bidder (L1) shall be decided
only after following due procedure.

The Bidder meeting the minimum eligibility criteria and with the overall lowest bid price shall be
deemed as the successful Bidder and shall be considered eligible L-1 Bidder for further processing.

12. The competent authority on behalf of the Central University of Rajasthan does not bind itself to accept
the lowest or any other bid and reserves to itself the authority to reject any or all the tenders received
without the assignment of any reason. All bidders 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 to 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. 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/her 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.

16. The tender for the works shall remain open for acceptance for a period of Ninety Days (90) days
from the date of opening of tenders. If any bidder 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 bidder shall not be allowed to participate in the re-tendering process of the work.

17. Except writing rates and amount, the bidder should not write any conditions or make any
changes, additions, alterations and modifications in the printed/downloaded form of tenders. If any
changes, additions, alterations , modifications are detected in the submitted bid even at a later date
when contract has been awarded , the contract will be liable to be void .The decision of Registrar,
Central University of Rajasthan will be final & binding to the Contractor in this regard.

18. The University does not bind itself to accept the lowest or any other tender 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 bidder shall be summarily rejected.

19. The Specifications to be followed for execution of work: CPWD General specifications for electrical
works Part-I (Internal) 2013, HVAC-2017 and DSR Civil Vol-I &II (2019) as modified and
Correction Slips/amendments issued upto previous day to last date of bid submission or any other
relevant CPWD manual/guideline or IS.

16
20. Signing of Contract
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
(i) the notice inviting tender, all the documents including drawings, if any, forming the tender as
issued at the time of invitation of tender and acceptance thereof together with any correspondence
leading thereto.
(ii) Standard C.P.W.D. Form as mentioned in Schedule 'F' consisting of:
(a) Various standard clauses with corrections up to the date stipulated in Schedule 'F' along with
annexures thereto.
(b) C.P.W.D. Safety Code.
(c) Model Rules for the protection of health, sanitary arrangements for workers employed by
CPWD or its contractors.
(d) CPWD Contractor's Labour Regulations.
(e) List of Acts and omissions for which fines can be imposed.
(f) Integrity Pact
(iii) No payment for the work done will be made unless contract is signed by the contractor.

21. The bid document will include following two components:-


Part A: CPWD-6, CPWD-7 including schedule A to F for the both the components of the work,
Standard General Conditions of Contract for CPWD 2020 as amended/ modified up to last
date of submission of bid.
Part B: General/specific conditions, specifications and schedule of quantities applicable to the work.
In case of any discrepancy between part A and part B of the contract agreement, the provision of Part
A shall prevail.

22. Entire work under the scope of composite bid including major and all minor components shall be
executed under one agreement.

23. Any dispute unless resolved amicable shall be settled by a court of law having jurisdiction over
Jaipur/Ajmer.

17
CPWD – 7
(Percentage Rate Tender)
Central University of Rajasthan
STATE RAJASTHAN
BRANCH ESTATE
Percentage Rate Tender & Contract for Works

Tender for the work of: Centralized Air Conditioning (HVAC) work of Administration Building at Central
University of Rajasthan.
(i) Tender to be submitted by 02.00 PM on 18.09.2023 at Room 101, Admin Building, Central
University of Rajasthan.
(ii) To be opened in presence of tenderers/contractors who may be present at 03.00PM on 18.09.2023 by
the authorized representative of Central University of Rajasthan.

Issued to: - M/s __________________

Signature of officer issuing the documents

Designation:

Date of Issue:
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 condition 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 University within the time specified in Schedule
"F”, viz., schedule of quantities and in accordance with the specifications, designs, drawings and instructions in
writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and
with such materials as are provided for, by, and in respects in accordance with, such condition so far as applicable.

I/We agree to keep the tender open for ninety (90) days from the due date of opening and not to make any
modification in its terms and conditions.

A sum of Rs. 4.56 lakh is hereby forwarded in demand draft in favour of Registrar, Central University of Rajasthan
as earnest money. If I/We fail to furnish the prescribed performance guarantee of tender form within prescribed
period. I/We agree that the University, 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 University 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 therein and to carry out such deviations as may be ordered, up to maximum of the percentage mentioned
in schedule ‘F’ and those in excess of that limit at the rates to be determined in accordance with the provision
contained in clause 12.2 and 12.3 of the tender form.
Further I/We agree that in case of forfeiture of earnest money or both earnest money and 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

18
debarred for tendering in Central University of Rajasthan 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 Tenderer/Contractors


Postal Address*______________________
_______________________
Telephone No.*______________________
Fax ______________________
E-Mail _______________________
Witness**: _______________
Address**: ________________
Occupation**: ______________
(*) To be filled in by the Tenderer/Contractors.
(**) To be filled in by the Witness.

ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is
accepted by me on behalf of Central University of Rajasthan for a sum of
Rs.___________________________________________________________________).

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

a)

b)

c)

Signature…………………………..

Dated …………………………
Registrar ,
Central University of Rajasthan.

19
FORM OF AGREEMENT
(To be executed on non-judicial stamp paper of Rs.500/-)

Agreement No: ____________ Dated: ______________

CONTRACT FOR CENTRALIZED AIR CONDITIONING (HVAC) WORK OF ADMINISTRATION


BUILDING AT CENTRAL UNIVERSITY OF RAJASTHAN.

THIS AGREEMENT is made on _______ day of ________ (month), _____(year) between Central
University of Rajasthan, NH-8 Bandarsindri, Tehsil-Kishangarh, District- Ajmer , Rajasthan, Pin-
305817, hereinafter called University, (which expression shall, wherever the context so demands or requires,
includes their successors in office and assigns) on the one part and ………………………………….
hereinafter called the Contractor (which expression shall wherever the context so demands or requires,
include his/their successors and assigns) on the other part.

WHEREAS the University is desirous that certain works should be executed viz.
……………………………………………………………………………………………………………………
…………………………………… and has by Letter of acceptance/award …………………………dated
………………….accepted the quotation/offer submitted by the contractor for the execution, maintenance and
completion of such works at a total contract price of Rs……………………… (Rupees
………………………………………………… only).

Now THIS AGREEMENT WITNESSETH as follows:


1. In this agreement, words and expressions shall have the same meaning as are respectively assigned
to them in the conditions of contract hereinafter referred to.
2. The following documents shall be deemed to form and be read and construed as part of the
agreement viz:
a) This Form of Agreement
b) The Letter of Award dated ________
c) NIT document
d) Priced Schedule/ Schedule of Quantities.
e) Scope of work and conditions of contract.
f) All Annexures to NIT
g) CPWD GCC with up-to-date correction slips.
The aforesaid documents shall be taken as complementary and mutually explanatory of one another,
but in the case of ambiguities or discrepancies, shall take precedence in the order set out above.
3. In consideration of the payment to be made by the University to the contractor as hereinafter
mentioned, the contractor hereby covenants with the University to execute, complete and maintain
the works in conformity in all respects within the provisions of the contract.
4. The University thereby covenants to pay to the contractor in consideration of the execution,
completion and maintenance of the works at contract price at the time and in the manner prescribed
by the contract.

In WITNESS whereof the parties hereto have caused their respective common seals to be here into affixed
(or have herewith set their respective hands and seals) the day and year first above written.

20
Signed, Sealed And Delivered By Signed, Sealed And Delivered By

For and on behalf of For and on behalf of

Central University of Rajasthan


Bandarsindri, Kishangarh
Ajmer, Rajasthan

By: By:

Name

Designation

In the presence of In the presence of

WITNESS WITNESS

1. 1.

2. 2.

21
PROFORMA OF SCHEDULES A to F

SCHEDULE ‘A’
Schedule of quantities (Enclosed) As per Schedule of Work, Page 68-82

SCHEDULE ‘B’
Schedule of materials to be issued to the tenderer/contractor.

Sl. Description of Item Quantity Rates in figures & words at which the Place of Issue
No. material will be charged to the contractor

2
1 3 4 5
1. NIL NIL NIL NIL

SCHEDULE ‘C’
Tools and plants to be hired to the tenderer/contractor
Sl. No. Description Hire charges per day Place of issue
1 2 3 4
NIL NIL NIL

SCHEDULE ‘D’
Extra schedule for specific requirements/ documents for the work, if any. Nil

SCHEDULE ‘E’
1. Reference to General Conditions of contract: General Conditions of contract for Central PWD Works:
GCC 2020, SOP for Works Manual, Form-7 for CPWD works as amended upto last date of submission
of bid.

2. Name of work:- Centralized Air Conditioning (HVAC) work of Administration Building at Central
University of Rajasthan.

(i) The work is estimated to the cost : Rs. 2.28 Crore/-

(ii) Earnest Money : Rs. 4.56 lakh


(to be returned after receiving performance guarantee without interest)

(iii) Performance guarantee : 5% of tender accepted value.


(to be returned after completion of work without interest)

(iv) Security Deposit : 2.5% of billed amount plus 50% of PG of tender


accepted amount the work
(to be returned without interest after completion of defect liability period)

SCHEDULE ‘F’
General Rules & Directions
Officer Inviting Tender Registrar
Central University of Rajasthan, Bandarsindri,
NH-8.

Maximum percentage for quantity of items of work to See Below under clause 12
be executed beyond which rates are to be determined

22
in accordance with Clauses 12.2 & 12.3

Definitions:
2(v) Engineer-in-Charge Executive Engineer, Central University of
Rajasthan, Bandarsindri, NH-8.

2(vii) Accepting Authority Registrar, Central University of Rajasthan,


Bandarsindri, NH-8.

2(x) Percentage on cost of materials and labor to cover 15%


all overhead & profits

2(xi) Standard Schedule of Rates DSR 2022 (E&M), DSR Civil 2021, DSR VRV
2019 and Market Rates.

2(xii) Department Central University of Rajasthan

9(ii) Standard CPWD contract Form GCC 2020, GCC 2020 or latest, CPWD Form 8 as modified
CPWD Form 7/ 8 as modified & corrected upto and Correction Slips/amendments issued upto
previous day to last date of bid submission.

Clause 1 (Performance Guarantee)


i) Time allowed for submission of Performance
guarantee, Programme Chart (Time and Progress) 14 days
and applicable labour licenses, registration with
EPFO, ESIC and BOCW Welfare Board including
Provident Fund Code No. or proof of applying
thereof from date of issue of letter of acceptance.
ii) Maximum allowable extension with late fee @
0.1% per day of performance guarantee amount 07 days
beyond the period provided in (i) above

Clause 2 (Compensation for Delay) Registrar, Central University of Rajasthan.


Authority for fixing compensation under clause 2.

Clause 5
Number of days from the date of issue of letter of
acceptance for reckoning date of start Mile stone(s) as 14 days
per table given below:-

Clause 5.2 (Hindrance Register) Applicable

Milestone(s) as per table given below


Amount to be
Time Allowed in
withheld in case of
S.No. Description of Milestone (Physical) Days (from date
non-achievement of
of start)
mile stone.
Submitting of samples of material/drawings (if 0.25% of accepted
1 15 Days
any) for approval Tender amount
0.25% of accepted
2 Placing of order for 100% material. 25 Days
Tender amount
0.50% of accepted
3 Supply of 30% material 40 Days
Tender amount

23
Installation of 30% material received and Supply 1.0% of accepted
4 45 Days
of 50% material Tender amount
1.0% of accepted
5 Installation of 50% of the material 60 Days
Tender amount
1.0 % of accepted
6 Supply and Installation of 80% material 90 Days
Tender amount
0.50% of accepted
7 Installation of 100% material 105 Days
Tender amount
Testing and commissioning of all installation 1.0 % of accepted
8 120 Days
100% Tender amount

Time allowed for execution of work Four (04) Months

Authority to decide:
(i) Extension of time Registrar, Central University of Rajasthan

(ii) Rescheduling of milestones Registrar, Central University of Rajasthan

(iii) Shifting of date of start in case of delay in Registrar, Central University of Rajasthan
handing over of site

Clause 6 : Computerized Measurement Book Applicable

Clause 7 : Gross work to be done together with net


payment/ adjustment of advances for material As per decision of Engineer-In-Charge
collected, if any, since the last such payment for being
eligible to interim payment

Clause 7A :
No Running Account Bill shall be paid for the work Applicable
till the applicable labour licenses, registration with
EPFO, ESIC and BOCW Welfare Board, whatever
applicable are submitted by the contractor to the
Engineer-in-Charge.

Clause 8A Not Applicable

Clause 10A
List of testing equipment to be provided by the As per site requirement
contractor at site lab

Clause 10 B (ii) Not Applicable


Clause 10 C
Component of labour expressed as percent of value of NA
work:

Clause 10 CA
Payment due to variation in prices of materials after NA
receipt of tender

Clause 10 CC
Payment due to Increase / Decrease in Prices/ Wages NA
(excluding materials covered under clause 10 CA)
after Receipt of Tender for Works

24
Clause 11 CPWD General specifications for electrical
Specifications to be followed for works Part-I (Internal) 2013, HVAC-2017 and
execution of work DSR Civil Vol-I &II (2019), other relevant
CPWD Manual/guidelines or IS norms as
modified and Correction Slips/amendments issued
upto previous day to last date of bid submission.

Clause 12
Authority to decide deviation upto 1.5 times of Registrar, Central University of Rajasthan
tendered amount

12.2 & 12.3: Deviation limit beyond which clauses 100%


12.2 & 12.3 shall apply for building/electrical work.

12.5 :
(i) Deviation limit beyond which clauses 12.2 & 12.3 NA
shall apply for foundation work (except work).
(ii) Deviation Limit for items in earth work subhead of NA
DSR or related items

Clause 16
Competent Authority for deciding reduced rates Registrar, Central University of Rajasthan

Clause 18
List of mandatory machinery, tools & plants to be As applicable to be arranged by the contractor
deployed by the contractor at site

Clause 19
Authority to decide penalty for each default Registrar, Central University of Rajasthan

Clause 25
Constitution of Dispute Redressal Committee (DRC) Competent Authority to appoint DRC
DRC shall constitute one Chairman and two members Honorable Vice Chancellor
Central University of Rajasthan

Clause 32
Requirement of Technical Representative(s) and recovery Rate
S.No Min Discipline Designation Minimu Number Rate at which recovery
. Qualification of m shall be made from the
Technical Experien contractor in the event of
Representative ce not fulfilling provision of
clause 36(i)
Figures Words
01 Graduate (Electrical) Graduate 01 02 Yrs. 15000/- (Rs.
Engineer or Engineer or OR Fifteen
Diploma Diploma 05Yrs. Thousand)
Engineer Engineer
Assistant Engineers retired from Government services that are holding Diploma will be treated at par with
Graduate Engineers. Diploma holder with minimum 10 year relevant experience with a reputed construction
co. can be treated at par with Graduate Engineers for the purpose of such deployment subject to the
condition that such diploma holders should not exceed 50% of requirement of degree engineers.

25
Clause 38
(i) (a) Schedule/statement for determining
theoretical quantity of cement & bitumen on
the basis of Delhi Schedule of Rates
(ii) Variations permissible on theoretical
quantities:
(a) Cement
For works with estimated cost put to
tender not more than Rs. 25 lakh. 3% plus/minus
For works with estimated cost put to
tender more than Rs. 25 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 2% plus/minus
category
(d) All other materials Nil

26
ITEMS WHICH ARE TO BE EXECUTED THROUGH SPECIALIZED AGENCY
(ELECTRICAL COMPONENT)

Note:
1) The value of executed works shall be brought to current costing level by enhancing the actual
value of work at simple rate of 7% per annum calculated from the date of completion to last
date of submission of tender. For other conditions, refer special conditions specified in Part C.

2) The applicant shall either himself meet the eligibility conditions for the respective E&M
packages or otherwise, he will have to associate an agency meeting the eligibility requirements
as given in this tender document and submit the details as required for association within 15
days of award of work OR before start of minor component of work whichever is earlier .

The contractor must associate specialized agencies meeting eligibility criteria as detailed below for specialized
nature of items / work listed below: -

S. No. Specialized Work(s) Estimated Eligibility Criteria for specialized agency to be


/ Component of Cost (in Rs.) associated by contractor for the work
work(s)
A Electrical Work – 16,98,934/- The main contractor shall have to associate with agency
LT Panel, Cabling, fulfilling the following eligibility criteria having
EI & Fittings etc successfully completed during last seven years ending
up to previous day of last date of submission of tender as
given below with completion certificate issued by an
officer not below the rank of Executive Engineer or
equivalent duly attested.
Three similar completed works each of value not less
than 40% of estimated value of component or
Two similar completed works each of value not less than
Rs. 60% of estimated value of component or
One similar completed work of value not less than 80%
of estimated value of component.
Similar work shall mean "SITC of Electrical LT work”.
Note: The Associated Electrical Contractor should
have valid Electrical Contractor License of appropriate
class.

However, the Composite category contractor shall also


be eligible to carry out himself without associating any
specialized agency provided: (a) He fulfills the
prescribed eligibility criteria respectively for this work
& possess valid electrical contractor license of
appropriate class Or (b) He directly procures the
equipment of approved make from manufacturer and
gets it installed from authorized agency/service provider
of the manufacturer Or specialized agency as per criteria
mentioned as above.

27
B Civil Work – False 17,23,246/- The main contractor shall have to associate with agency
Ceiling etc fulfilling the following eligibility criteria having
successfully completed during last seven years ending
up to previous day of last date of submission of tender as
given below with completion certificate issued by an
officer not below the rank of Executive Engineer or
equivalent duly attested.
Three similar completed works each of value not less
than 40% of estimated value of component or
Two similar completed works each of value not less than
Rs. 60% of estimated value of component or
One similar completed work of value not less than 80%
of estimated value of component.
Similar work shall mean "False Ceiling related works”.

However, the Composite category contractor shall also


be eligible to carry out himself without associating any
specialized agency provided: (a) He fulfills the
prescribed eligibility criteria respectively for this work
Or (b) He directly procures the equipment of approved
make from manufacturer and gets it installed from
authorized agency/service provider of the manufacturer
Or specialized agency as per criteria mentioned as
above.

1. The Composite Contractor and the associated specialized agency is give required affidavit to confirm their
association. The main contractor will submit MOU signed with eligible and approved specialized agency.
The MOU in the specified format shall be signed by both the parties’ i.e. main contractor as 1st party and
associated specialized agency as 2nd party.

2. The proposed specialized agency should submit a copy of an affidavit on non-judicial stamp paper of Rs.
100/- as under, the same shall be counter signed by main contractor.
“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
CURAJ, then I/We shall be debarred for working in CURAJ contracts in future forever. It is also
certified that the specialized agency ______________ is not blacklisted from any Government
organization”.

3. In addition to the eligibility criteria as mentioned above table, of the proposed associated agency, copy of
his/their registration in GST, Valid electrical contractor license (if applicable( duly attested by the Main
Contractor shall be submitted to the University.

4. In the event of the concerned associated agency is not performing satisfactorily or failure of associate/ sub-
contractor to complete the work, the main contractor on the direction of the department in writing, shall
remove the Associate/subcontractor deployed on the work and shall submit name of new associate
subcontractor who fulfill the conditions mentioned in NIT to execute the leftover work without any loss of
time. Such associates shall also enter into tripartite Agreement/Contract along with the main contractor and
the University and shall meet all the guarantee for the equipment’s already supplied for which payment has
been released by the CURAJ in part. If any equipment supplied for the work, during the currency of the
earlier Associate/sub-contractor and paid partly by the CURAJ, becomes redundant /not in a position to be
installed and commissioned and put to beneficial use due to change in agency for execution of E&M work,
the main contractor shall be liable for replacement of the equipment(s) at no cost to the University.

28
5. No change of associated agency will be allowed without prior approval of the University. Tender accepting
authority reserves the right/approves to the change of Sub-Agency in case it is required during the currency
of the contract.

6. The main contractor shall be responsible and liable for proper and complete execution of the Electrical
work and ensure coordination and completion of both electrical and related civil work.

7. The University shall not be liable to payment of the associated specialized agency in whatsoever case and
it will be the responsibility of Main Contractor only. The University shall not entertain any dispute
regarding the same between Main Contractor & associated specialized agency.

8. The associate or sub-contractor shall sign a tripartite Agreement/MOU along with the main tenderer and
the University, for technical compliance of specification, guarantee, execution of work as per scope of
work mentioned in NIT and conditions of contract etc.

29
SPECIMEN FORMAT FOR MOU MEMORANDUM OF UNDERSTANDING
[M.O.U] BETWEEN

1] M/S [Name of the firm with full address]


Enlistment Status (as per the tender document)
[Henceforth called the main contractor]
And
2] M/S [Name of the firm with full address]
[Henceforth, called Associated Electrical Contractor/Specialized Agency]

For the execution of Work Centralized Air Conditioning (HVAC) work of Administration Building at
Central University of Rajasthan.

We state that M.O.U between us will be treated as an agreement and has legality as per Indian Contract Act
[amended up to date] and the department [CURAJ] can enforce all the terms and conditions of the agreement
for execution of the above work. Both of us have read the terms & conditions, scope of work involved in
[Name of Work involved] and fully agree to provide the service as per NIT. Both of us shall be responsible for
the execution of work as per the agreement to the extent this MOU allows. Both the parties shall be paid
consequent to the execution as per agreement to the extent this MOU permits. In case of any dispute, either of
us will go for mediation/arbitration by the Competent Authority of the University. Any of us may appeal
against the mediation/arbitration to the Competent Authority of the University. His decision shall be final and
binding on both of us.

We have agreed as under:

1] The Associated electrical contractor/specialized agency will execute the specializes works as per terms and
conditions of the agreement.

2] That the Associated electrical contractor/specialized agency has gone through the contract and has
understood the scope of work required for the purpose of executing the specialize work.

3] That the Associated electrical contractor/specialized agency has given its consent to carry out the said work
in accordance with the specification and the time schedule prescribed in the above mentioned contract.

SIGNATURE OF MAIN CONTRACTOR SIGNATURE OF ASSOCIATED OEM/


OEM Authorized Service Center

Name of Authorized Signatory: Name of Authorized Signatory:

Date: Date:
Place: Place:

COUNTERSIGNED:
REGISTRAR, CURAJ

30
WILLINGNESS CERTIFICATE

Name of work: Centralized Air Conditioning (HVAC) work of Administration Building at Central
University of Rajasthan

I hereby give my willingness to work as Associate Specialized Agency for electrical component of the
above mentioned work.

I will execute the work as per specifications and conditions for the agreement and as per direction of
the Engineer-In-Charge. Also, I will engage full time technically qualified supervisor/engineer for the works. I
will attend inspection of officers of the department as and when required.

Dated:

Signature of the Associate Specialized Agency

31
INTEGRITY PACT

To,
Registrar
Central University of Rajasthan

Sub: Submission of Tender for the work of _________________________________________________.

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


UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

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

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement,
while submitting the tender/bid, CPWD shall have unqualified, absolute and unfettered right to
disqualify the tenderer/bidder and reject the tender/bid is accordance with terms and conditions of the
tender/ bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

32
To be signed by the tenderer and same signatory competent / authorised to sign the relevant contract on
behalf of Central University of Rajasthan

INTEGRITY PACT

This Integrity Agreement is made at ............... on this ...........day of ...........20......


BETWEEN
Central University of Rajasthan through Registrar, Central University of Rajasthan, bandersindri, Dist-Ajmer.
(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 ……………………………………………… .........………………………
(Details of duly authorized signatory)
Hereinafter referred to as the “Tenderer/Contractor” and which expression shall unless repugnant to the
meaning or context hereof include its successors and permitted assigns)

Preamble
WHEREAS the Principal / Owner has floated the Tender (NIT No. ………………………………………)
(hereinafter referred to as “Tender/Bid”) and intends toward, under laid down organizational procedure,
contract for - ……………………………………………………………..
Here in after referred to the “Contract”.

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules,
regulations, economic use of resources and of fairness/transparency in its relation with its Tenderer(s) and
Contractor(s).

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

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

Article 1: Commitment of the Principal/Owner


1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to observe
the following principles:
(a) No employee of the Principal/Owner, personally or through any of his/her family members, will in
connection with the Tender, or the execution of the Contract, demand, take a promise for or accept,
for self or third person, any material or immaterial benefit which the person is not legally entitled to.
(b) The Principal/Owner will, during the Tender process, treat all Tenderer(s) with equity and reason.
The Principal/Owner will, in particular, before and during the Tender process, provide to all
Tenderer(s) the same information and will not provide to any Tenderer(s) confidential/ additional
information through which the Tenderer(s) could obtain an advantage in relation to the tender process
or the contract execution.
(c) The Principal/Owner shall endeavour to exclude from the Tender process any person, whose conduct
in the past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal
offence under the Indian Penal code(IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation of
the principles herein mentioned or if there be a substantive suspicion in this regard, the Principal/Owner
will inform the Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its
internal laid down policies and procedures.

33
Article 2: Commitment of the Tenderer(s)/Contractor(s)
1) It is required that each Tenderer/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 Tenderer(s)/Contractor(s) commit 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 Tenderer(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 Tenderer(s)/Contractor(s) will not enter with other Tenderer(s)into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or on-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.
c) The Tenderer(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further the
Tenderer(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain), or
pass on to others, any information or documents
provided by the Principal/Owner as part of the business relationship, regarding plans, technical
proposals and business details, including information contained or transmitted electronically.
d) The Tenderer(s)/Contractor(s) of foreign origin shall disclose the names and addresses of
agents/representatives in India, if any. Similarly Tenderer(s)/Contractor(s) of Indian Nationality shall
disclose names and addresses of foreign agents/representatives, if any. Either the Indian agent on
behalf of the foreign principal or the foreign principal directly could bid in a tender but not both.
Further, in cases where an agent participate in a tender on behalf of one manufacturer, he shall not be
allowed to quote on behalf of another manufacturer along with the first manufacturer in a
subsequent/parallel tender for the same item.
e) The Tenderer(s)/Contractor(s) will, when presenting his bid, disclose 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 Tenderer(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an
accessory to such offences.
4) The Tenderer(s)/Contractor(s) will not, directly or through any other person or firm indulge in fraudulent
practice means a wilful misrepresentation or omission of facts or submission offake/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 Tenderer(s)/Contractor(s) will not, directly or through any other person or firm use Coercive Practices
(means the act of obtaining something, compelling an action or influencing a decision through
intimidation, threat or the use of force directly or indirectly, where potential or actual injury may
befall upon a person, his/ her reputation or property to influence their participation in the tendering
process).

Article 3: Consequences of Breach


Without prejudice to any rights that may be available to the Principal/Owner under law or the
Contract or its established policies and laid down procedures, the Principal/Owner shall have the
following rights in case of breach of this Integrity Pact by the Tenderer(s)/Contractor(s) and the
Tenderer/ Contractor accepts and undertakes to respect and uphold the Principal/Owner’s absolute
right:
1) If the Tenderer(s)/Contractor(s), either before award or during execution of Contract has committed a
transgression through a violation of Article 2above or in any other form, such as to put his reliability
or credibility in question, the Principal/Owner after giving 14 days’ notice to the Contractor shall have
powers to disqualify the Tenderer(s)/Contractor(s) from the Tender process or terminate/determine the

34
Contract, if already executed or exclude the Tenderer/Contractor from future contract award
processes. The imposition and duration of the exclusion will be determined by the severity of
transgression and determined by the Principal/Owner. Such exclusion may be forever or for a limited
period as decided by the Principal/Owner.
2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has disqualified
the Tenderer(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 Tenderer/Contractor.
3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Tenderer or Contractor,
or of an employee or a representative or an associate of a Tenderer or Contractor which constitutes
corruption within the meaning of IPC Act, or if the Principal/Owner has substantive suspicion in this
regard, the Principal/Owner will inform the same to law enforcing agencies for further investigation.

Article 4: Previous Transgression


1) The Tenderer declares that no previous transgressions occurred in the last 5 years with any other
Company in any country confirming to the anticorruption approach or with Central Government or
State Government or any other Central/State Public Sector Enterprises in India that could justify his
exclusion from the Tender process.
2) If the Tenderer makes incorrect statement on this subject, he can bed is qualified from the Tender
process or action can be taken for banning of business dealings/ holiday listing of the
Tenderer/Contractors deemed fit by the Principal/ Owner.
3) If the Tenderer/Contractor can prove that he has resorted / recouped the damage caused by him and
has installed a suitable corruption prevention system, the Principal/Owner may, at its own discretion,
revoke the exclusion prematurely.
Article 5: Equal Treatment of all Tenderers/Contractors/SubContractors
1) The Tenderer(s)/Contractor(s) undertake(s) to demand from all subContractors a commitment in
conformity with this Integrity Pact. The Tenderer/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 Tenderers and
Contractors.
3) The Principal/Owner will disqualify Tenderers, who do not submit, the duly signed Pact between the
Principal/Owner and the tenderer, 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 tenderers, 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 Headquarters of the
Division of the Principal/Owner, who has floated the Tender.
2) Changes and supplements need to be made in writing. Side agreements have not been made.
3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by
one or more partner holding power of attorney signed by all 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.

35
5) It is agreed term and condition that any dispute or difference arising between the parties with regard to
the terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal in accordance
with this Integrity Agreement/ Pact or interpretation
thereof shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS


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

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

…………………………………………. …………………………………………………
(For and on behalf of Principal/Owner) (For and on behalf of Tenderer/Contractor)

WITNESSES:

1. ……………………………. 2. …………………………………..
(signature, name and address) (signature, name and address)

Place:
Dated :

36
PART –B

37
GENERAL TERMS & CONDITIONS

General
This specification covers manufacture, testing as may be necessary before dispatch, delivery at site, all
preparatory work, assembly and installation, final testing, commissioning, for the following work:-

Name of Work: Centralized Air Conditioning (HVAC) work of Administration Building at Central
University of Rajasthan.

The tenderer is advised to visit the site of the work i.e. “Administration Building of Central University of
Rajasthan, Bandarsindri, Kishangarh, Distt. – Ajmer, Rajasthan.” to have an idea of the execution of the work;
failure to do so shall not absolve their responsibility to do the work as specified in agreement.

1. The work shall be executed as per CPWD’s general specification for Electrical Works Part-I Internal
2013 & HVAC-2017, IE rules, Indian Standards, as per Rules of NBC 2005 & all the amendment
issued upto date and as per directions of Engineer-in-Charge. These additional specifications are to be
read in conjunction with above and in case of variations; specifications given in this Additional
conditions shall apply. However, nothing extra shall be paid on account of these additional
specifications & conditions as the same are to be read along with schedule of quantities for the work.

2. Mobilization Advance:
No mobilization advance shall be paid for the work, unless otherwise stipulated in tender papers for
any individual works/ composite work.

3. Rates:
3.1 The work shall be treated as on works contract basis and the rates tendered shall be for complete
items of work (except the materials, if any, stipulated for supply by the department) inclusive of
all taxes, duties, and levies etc. and all charges for items contingent to the work, such as packing,
forwarding, insurance, freight and delivery at site for the materials to be supplied by the
contractor, watch and ward of all materials (including those supplied by the department, if any)
for the work at site etc
3.2 Prices quoted shall be firm.

4. Taxes and Duties:


4.1 Being an indivisible works contract, GST etc. are not payable separately.
4.2 The GST shall be deducted from the bills of the contractor as applicable in the State in which the
work is carried out, at the time of payments.

5. Payment Terms:
5.1 The following percentage of contract rates shall be payable against the stages of work shown herein:
S.No. Stage of work Machinery & All other
Equipment Item cost
Cost
I After initial inspection (wherever specified) & delivery 80% 70%
at site in good condition on pro-rata basis
II On completion of pro-rata installation 10% 20%
III On commissioning and completion of successful running 5% 5%
in period
IV On completion of major seasonal test 5% 5%

5.2 When the major seasonal test cannot be carried out on commissioning of the installation due to any
reason not attributable to the contractor, the installation will he handed over to the Department for
beneficial use after completion of successful running in test of 7 days subject to a minimum aggregate
of 120 hours as per para 1.15 above. The balance payment shall be released to the contractor on his

38
furnishing a bank guarantee in the specified format from a scheduled bank for an equivalent amount.
The bank guarantee shall be valid for a period of 6 months. However it will be extended till the
successful completion of the major seasonal test. This bank guarantee shall be independent of the one
furnished for performance guarantee.

5.3 The following shall be considered major seasonal test for the purpose of the above payment terms: -
a) Air-conditioning system: Summer or monsoon
b) Central heating system : Winter
c) ETAC : Summer
d) Cold room/ Walk in cooler : Summer

6. Completeness of Tender:
All sundry equipment’s, fittings, assemblies, accessories, hardware items, termination lugs for
electrical connections as required, and all other sundry items which are useful and necessary for
proper assembly and efficient working of the various components of the work shall be deemed to have
been included in the tender, whether such items are specifically mentioned in the tender documents or
not.

7. Works to be done by the contractor:


Unless and otherwise mentioned in the tender documents, the following works shall be done by the
contractor, and therefore their cost shall be deemed to be included in their tendered cost:-
(i) Foundations for equipment and components where required, including foundations bolts.
(ii) (Cutting and making good all damages caused during installation and restoring the same to
their original finish.
(iii) Sealing of all floor openings provided by him for pipes and cables, from fire safety point of
view, after laying of the same.
(iv) Painting at site of all exposed metal surfaces of the installation other than pre-painted items
like fittings, fans, switchgear/distribution gear items, cubical switchboard etc. Damages to
finished surfaces of these items while handling and erection, shall however be rectified to the
satisfaction of the Engineer-in-Charge.
(v) Testing and commissioning of completed installation.
(vi) Storage space for all equipment components and materials for the work.
(vii) Cutting/removing of existing gypsum type false ceiling of suitable size for the work of fixing
of armored cables on wall above false ceiling & repairing & painting of same.

8. Storage and Custody of Materials:


The contractor has to make his own arrangement for the storage of the material at site & necessary
watch and ward of the electrical installation during the execution of work till the same is handed over
to the department. No extra payment will be made on this account. The storage space shall however
be arranged by the department at site, if available.
The main contractor shall arrange for proper storage of the electrical fans and fittings at site and that
double lock system shall be arranged for the fans and fittings after receipt at site until the time they
are taken for installation. The contractor shall however be responsible for proper storage and safe
custody of the same till their installation and handing over to the department.

9. Electric Power Supply and Water Supply:


Power and water supply will be arranged by the contractor at the site for installation purpose.
However, for final testing purpose after complete installation of the electrical items, electricity supply
will be made available free of cost to the contractor. Contractor will take due care to ensure safety of
electrical installation during execution of work.

10. Tools & Machinery For Handling & Erection


(i) All tools and tackles required for unloading/handling of equipments and materials at site, their
assembling, erection, testing and commissioning shall be the responsibility of the contractor.

39
(ii) No T & P including special T&P etc. shall be issued by the Department and nothing extra shall
be paid on account of this. The contractor will have to make his own arrangements at his
expenses.
(iii) All tools, plant and machinery provided by the contractor shall, when brought at the site, be
deemed to be exclusively intended for the construction and completion of this work and the
contractor shall not remove the same or any part thereof (save for the purpose of moving it from
one part of the site to another) without the consent of the Engineer-in-charge.

11. Co-ordination with other agencies:


The contractor shall co-ordinate with all other agencies involved in the building work so that the
building work is not hampered due to delay in his work. Recessed conduit and other works, which
directly affect the progress of building work, should be given priority.

12. Care of the building and other structures / installations


Care shall be taken by the contractor while handling and installing the various equipments and
components of the work to avoid damage to the building and its surrounding roads, pavements,
horticulture work, boundary wall, sewer and water lines etc. He shall be responsible for repairing all
damages and restoring the same to their original finish at his cost. He shall also remove at his cost all
unwanted and waste materials arising out of the installation from the site of work.

13. Structural Alterations to Buildings:


(i) No structural member in the building shall be damaged/altered, without prior approval from
the competent authority through the Engineer-In-charge.
(ii) Structural provisions like openings, cutouts, if any, provided by the department for the work,
shall be used. Where these required modifications or fresh provisions are required to be made,
such contingent works shall be carried out by the contract at his cost.
(iv) All such openings in floors provided by the department shall be closed by the contractor after
installing the cables/conduits/rising mains/GI&MS Pipe etc. as the case may be, by any
suitable means as approved by the Engineer-In-charge without any extra payment.
(v) All chases required in connection with the electrical works shall be provided and filled by the
contractor at his own cost to the original architectural finish of the buildings.

14. Addition to an installation:


Any addition, temporary or permanent, to the existing electrical installation shall not be made without
a properly worked out scheme/design by a qualified Electrical Engineer to ensure that such addition
does not lead to overloading, safety violation of the existing system.

15. Data Manual and Drawings to be furnished by the Tenderers (as applicable):
With Tender: The tenderer shall furnish along with the tender, detailed technical literature, pamphlets
and performance data for appraisal and evaluation of the offer.
After Award of work: - The contractor shall prepare & submit three sets of following drawings and
get them approved from the Engineer-In-Charge before the start of the work. The approval of
drawings however does not absolve the contractor not to supply the equipments/ materials as per
agreement, if there is any contradiction between the approved drawings and agreement.
1) General arrangement drawings of the equipments in the building with complete dimensions.
2) Any other drawings relevant to the work.

16. Work in occupied buildings:


(i) When work is executed in occupied buildings, there would be minimum of inconvenience to
the occupants. The work shall be programmed in consultation with the Engineer-in-charge
and the occupying department. If so required, the work may have to be done even before and
after the office hours.
(ii) The contractor shall be responsible to abide by the regulations or restrictions set in regard to
entry into, and movement within the premises.

40
(iii) The contractor shall not tamper with any of the existing installations including their switching
operations or connections there to without specific approval from the Engineer-in-charge.

17. Drawings:
(i) The work shall be carried out in accordance with the building drawings issued by
Engineerin-charge. The electrical drawings for above work shall be prepared by the
contractor and will be got approved by the Engineer-in-charge before execution of work.
(ii) All wiring diagrams shall be deemed to be ‘Drawings’ within the meaning of the term as
used in Clause 11 of the conditions of contract (PWD 7 or PWD 8). They shall indicate
the main switch board, the distribution boards (with circuit numbers controlled by them),
the runs of various mains and sub mains and the position of all points with their controls.
(iii) All circuits shall be indicated and numbered in the wiring diagram and the points shall be
given the same number as the circuit to which they are electrically connected.
(iv) After award of the work, the firm will be required to submit the drawings for the proposed
work including layout plan, conduit routes etc. Work will be carried out as per the
approved drawings.

18. Drawings/Documents to be furnished on completion of installation:-


Three sets of the following laminated drawings shall be submitted by the contractor while handing
over the installation to the Department. Out of these three, one set shall be laminated on a hard base
for display in the control room/room. One set shall be displayed in Junior Engineer’s room and one
set for a designated area.
1. Manufacturer’s technical catalogues of all equipments and accessories.
2. Operation and maintenance manual of all major equipments, detailing all adjustments, operation
and maintenance procedure.

19. General requirements of components:


Quality of material: All materials and equipment supplied by the contractor shall be new. They shall
be of such design, size and materials as to satisfactorily function under the rated conditions of
operation and to withstand the environmental conditions at site.

20. Inspection of materials and equipment:


20.1 All major equipments shall be offered for initial inspection by the Engineer-In-Charge or officer
authorized by him at manufacturer’s works in India. The department may or may not inspect the
material at its discretion. The contractor will intimate the date of testing of equipments at the
manufacturer’s works before dispatch. Contractor shall make all arrangements for inspection of
material at works. Nothing Extra Shall be paid on this account. The department reserves the right to
get the equipment inspected by third party inspection also. Such inspection shall be of following
categories:
A. Inspection of materials/ equipments to be witnessed at the manufacturer’s premises/ at its
authorized works in India, in accordance with relevant BIS/ Agreement Inspection Procedure.
B. To receive material at site with manufacturer’s Test certificates.
C. To inspect material at the authorized dealer’s go-down to ensure delivery of genuine material at
site.
D. To receive material after physical inspection at site.

20.2 Adequate care to ensure that only tested and genuine materials of proper quality are used in work shall
be ensured by firm. The firm shall ensure that:
i. Material will be ordered & delivered at site only with the prior approval of the department to
ensure timely delivery.

41
ii. As and when the order is placed for the fittings/ fixtures, cables, switchgears, poles, rising
main, other main items etc, its copy shall be endorsed to the CPWD Engineer-in-charge.
iii. The firm will be required to procure material like exhaust fans, MCB’s & DB’s, switches &
sockets, wires & cables, conduits and switchgears etc. directly from the manufacturer/
authorized dealers to ensure genuineness & quality and as per the approved makes only. Proof
in this regard shall be submitted by the contractor if required by the department.
iv. Inspection at factory or at godown of the manufacturer, as required, shall be arranged by the
firm if applicable for a mutually agreed date. Certificate for genuineness of the fittings shall
have to provided duly signed by the manufacturer’s officer not below the rank of Regional
Manager.
v. Delivery of material shall be taken up only with the consent of department, after clearance of
the material.
vi. Department shall reserve the right to waive inspection in lieu of suitable test certificate, at its
discretion.

20.3 Similarly, for fabricated equipment, the contractor will first submit dimensional detailed drawings for
approval before fabrication is taken up in the factory. Suitable stage inspection at factory also will be
made to ensure proper use of materials, workmanship and quality control.

21. Ratings of components:


21.1 All components in a wiring installation shall be of appropriate ratings of voltage, current and
frequency, as required at the respective sections of the electrical installations in which they are used.

21.2 All conductors, switches and accessories shall be of such size as to be capable of carrying the
maximum current, which will normally flow through them, without their respective ratings being
exceeded.

22. Compliance With Regulations And Indian Standards


22.1 All works shall be carried out in accordance with relevant regulation, both statutory and those
specified by the Indian Standards related to the works covered by this specification. In particular, the
equipment and installation will comply with the following:
a) Factories Act.
b) Indian Electricity Rules.
c) B.I.S. & other standards as applicable.
d) Workmen’s Compensation Act.
e) Statutory norms prescribed by local bodies like CEA, Power Supply Co., etc.

22.2 Nothing in this specification shall be construed to relieve the successful tenderer of his responsibility
for the design, manufacture and installation of the equipment with all accessories in accordance with
currently applicable statutory regulations and safety codes.

22.3 Successful tenderer shall arrange for compliance with statutory provisions of safety regulations and
departmental requirements of safety codes in respect of labour employed on the work by the tenderer.
Failure to provide such safety requirement would make the tenderer liable for penalty as decided by
the University authority. In addition, the department will be at liberty to make arrangement for the
safety requirements at the cost of tenderer and recover the cost thereof from him.

22.4 All components shall confirm to relevant Indian Standard Specifications wherever existing. Materials
with ISI certification mark shall be preferred.

22.5 Relevant Indian Standards including amendments or revisions thereof up to the date of tender
acceptance shall be applicable in the respective contracts for respective items, firm to ensure its
compliance

42
23. Interchangeability:
Similar parts of all switches, lamp holders, distribution fuse boards, Switch gears, ceiling roses,
brackets, pendants, fans and all other fittings of the same type shall be interchangeable in each
installation.

24. Workmanship:
 Good workmanship is an essential requirement to be complied with. The entire work of
manufacture/fabrication, assembly and installation shall conform to sound engineering practice.
 Proper supervision/skilled workmen: The contractor shall be a licensed electrical contractor of
appropriate class suitable for execution of the electrical work. He shall engage
suitably/skilled/licensed workmen of various categories for execution of work supervised by
super visors Engineer of appropriate qualification and experience to ensure proper execution of
work. They will carry out instruction of Engineer-In-Charge and other senior officers of the
Department during the progress of work.
 Use of quality materials: Only quality materials of reputed make as specified in the tender will be
used in work.
 Fabrication in reputed workshop: Switch boards and LT panels shall be fabricated in a
factory/workshop having modern facilities like quality fabrication, seven tank process,
powder/epoxy paint plant, proper testing facilities, manned by qualified technical personnel.
These shall be as per make / item approved.

25. Testing:
All testes prescribed in this General Specification, to be done before, during and after installation,
shall be carried out, and the test results shall be submitted to the Engineer-In Charge in prescribed
Performa, forming part of the Completion Certificate.
All expenditure to be incurred for testing of samples e.g. packaging, sealing, transportation,
loading, unloading etc. including testing charges shall be borne by the contractor

26. Commissioning on completion:


After the work is completed, it shall be ensured that the installation is tested and commissioned.

27. Completion plan and completion certificate:


27.1 For all works completion certificate after completion of work as given in Appendix –E of CPWD
Specification shall be submitted to the Engineer-in-charge.

27.2 Completion plan for the following, along with three set of prints of the same shall also be submitted.
(i) General layout of the building.
(ii) Locations of main switchboard and distribution boards, indicating the circuit numbers controlled
by them.
(iii) Position of all points and their controls.
(iv) Types of fittings, viz. fluorescent, pendants, brackets, bulk head, fans, exhaust fans etc.
(v) Name of work, job number, tender reference, actual date of completion, names of Division/ Sub-
division and name of the firm who executed the work with their signature.

28. Warranties/Guarantee:
 The Air Conditioners plant with all associated accessories (both electrical & civil) and work
executed under said contract are to be guaranteed for trouble free operation, maintenance and
service. The warranty should cover defects due to faulty manufacture, workmanship or material
for 1 year from the date of commissioning and handed over with the requisite documentation.
In case the testing of the plant/equipment is delayed for any reason, beyond 6 months the defects
liability shall extend for a minimum period of 6months from the date the test readings are
accepted. The firm will be required to submit guarantee/warranty (as per OEM) of material from
the manufacturer to the department.

43
 Any manufacturing defect found in the equipments or components, or any part thereof so found
defective during this period shall be repaired/ replaced by the Contractor free of charge to the
satisfaction of the Engineer-in-Charge and as per terms and conditions of NIT/ agreement
executed with CURaj.
 Any breakdown call under this contract, the agency shall address the issue on site immediately
within maximum 24 Hours of the email/message through any medium. In case of failure due to
any unavoidable reasons/circumstances, the contractor has to address the issue with in next 24 hrs
with consent of the Engineer-in-Charge. Failing to which, penalty of Rs. 500/- per day shall be
imposed against the agency & recovered from the security deposit.
 A record of such service should be duly acknowledged by the person in charge/user of the
location and copy of the same has to be submitted to the Engineer-In-Charge.
 In case it is felt by the University that undue delay is being caused by the contractor in attending
the defect/fault removed, the same will be got done by the department at the risk and cost of the
contractor. The decision of Engineer-In-Charge in this regard shall be final.
 The Contractor has to carry out quarterly preventive maintenance / service during the defect
liability period failing which penalty shall be imposed as per decision of the University.

29. Safety Code & Labour Regulations


A. In respect of all labour employed directly or indirectly on the work for the performance of the
contractor’s part of work, the contractor at his own expense, will arrange for the safety
provisions as per the statutory provisions, B.I.S. Recommendations, Factory Act, workmen’s
compensation act, CPWD code and instructions issued from time to time. Failure to provide
such safety requirements would make the tenderer liable for penalty for Rs. 200/- for each
violation. In addition the Engineer-In-Charge, shall be at liberty to make arrangements and
provide facilities as aforesaid and recover the cost from the contractor.
B. The contractor shall provide necessary barriers, warning signals and other safety measures
wherever necessary so as to avoid accident. He shall also indemnify CPWD against claims for
compensation arising out of negligence in this respect. Contractor shall be liable, in
accordance with the Indian Law and Regulations for any accident occurring due to any cause.
The department shall not be responsible for any accident occurred or damage incurred or
claims arising there from during the execution of work. The contractor shall also provide all
insurance including third party insurance as may be necessary to cover the risk. No extra
payment would be made to the contractor due to the above provisions thereof.

30. Completion Period


The completion period of 04 (Four) Months indicated in the tender documents is for the entire work of
planning, designing, etc., arrangement of materials & equipment’s, delivery at site including
transportation, installation, testing, commissioning and handing over of the entire system to the
satisfaction of the Engineer-In-Charge.

31. Extent Of Work


The work shall comprise of entire labour including supervision and all materials necessary to make a
complete installation and such tests and adjustments and commissioning, as may be required by the
department. The term complete installation shall not only mean major items of the plant and
equipments covered by specifications but all incidental sundry components necessary for complete
execution and satisfactory performance of installation with all layout charts whether or not those have
been specifically mentioned in bill of quantity in the tender document. However, major equipment not
covered in the scope of the work and required subsequently as an additional feature, not covered in the
contract specifications, shall be paid extra. The decision of the Engineer-In-Charge in the matter shall
be final and binding upon the contractor.

44
32. Insurance And Storage
All consignments are to be duly insured upto the destination from warehouse to warehouse at the cost
of the contractor. The insurance covers shall be valid till the equipment is handed over duly installed,
tested and commissioned.

33. Painting
The major equipments shall be factory final finish painted. The agency shall be required to do only
touching to the damages caused to the painting during transportation, handling & installation at site, if
there is no major damage to the painting. However hangers, supports etc. shall be painted with
required shade including painting with two coats of anticorrosive primer paint at site as per the
instructions of the engineer-in-charge.

34. The order of preference in case of any discrepancy as indicated in condition no. 1 under “Conditions
of contract” given in the Standard CPWD Contract form may be read as the following:
a) Nomenclature of item as per Schedule of Quantities.
b) Additional specifications, particular specifications and special conditions for Electrical
Works.
c) General conditions.
d) Contract Clauses of General conditions of contract for CPWD latest edition and amendment
therein upto date (Date of call of tender) CPWD specifications for electrical works as
applicable.
e) Architectural/structural drawings and specifications mentioned in drawings.
f) Indian standard specifications of BIS.
g) Sound engineering practice as per directions of the Engineer-in-charge. (h) Manufacturer’s
specifications.
A reference made to any Indian Standard Specifications in these documents, shall imply reference to
the latest version of that standard, including such revisions /amendments as issued by the Bureau of
Indian Standards upto last date of receipt of tenders. The contractor shall keep at his own cost all such
publications of relevant Indian Standards applicable to the work at site.

35. Indemnity
The successful tenderer shall at all times indemnify the department, consequent on this works
contract. The successful tenderer shall be liable, in accordance with the Indian law and regulations for
any accident occurring due to any cause and the contractor shall be responsible for any accident or
damage incurred or claims arising there from during the period of erection, construction and putting
into operation the equipments and ancillary equipment under the supervision of the successful
tenderer in so far as the latter is responsible. The successful tenderer shall also provide all insurance
including third party insurance as may be necessary to cover the risk in his own interest. No extra
payment would be made to the successful tenderer on account of the above.

36. Safety Measures


 All equipments shall incorporate suitable safety provisions to ensure safety of the operating
personnel as per manufacturer’s standard practice.
 Work is to be carried out in such a manner that existing working of the building is not hindered.
No payment on A/c of idle labour for this reason shall be made to contractor.
 The contractor shall take all safety precautions to avoid accidents by exhibiting caution boards, red
flags, red lights and by providing necessary barriers and all other measures required from time to
time. The contractor shall be responsible for all damages and accidents due to negligence on his
part.

37. After Sales Services:


The contractor shall ensure adequate and prompt after sales service in the form of maintenance,
spares and personnel as and when required and shall minimize the breakdown period. In case of

45
equipment supplied by other manufacturers the firm shall furnish a guarantee from the manufacturer
for the same before the plant is taken over.

38. The department shall deduct GST as per Tax Act and Income Tax and other taxes on the value of
work done from each bill of the contractor as per prevailing Government instructions/orders. Labour
cess as per building and other construction worker’s welfare cess act 1996 shall also be deducted from
all the bills payable to the firm. In lieu, the department shall issue a certificate of deduction of tax at
source to the contractor in relevant forms.

39. The main contractor shall not indulge in procurement of electrical items and getting the work done
on labour contract with the electrical contractor. The whole electrical component shall be executed
by the eligible electrical contractor on a turnkey basis i.e. procurement of material & engaging
labour. The associate electrical contractor shall submit the completion certificate of electrical work
executed by him along with necessary test reports, completion plan etc. If Composite contractor
himself meets eligibility conditions for execution of electrical work then he may not associate any
other eligible electrical contractor.

40. The contractor shall give due notices to Municipality, Police and/or other authorities that may be
required under the law/rules under force and obtain all requisite permissions/licenses for temporary
obstructions/enclosures and pay all charges which may be leviable on account of his execution of
the work under the agreement. Nothing extra shall be payable on this account.

41. The contractor shall leave such recesses, holes, openings, etc., as may be required for the electric,
airconditioning and other related works. (For this purpose, any required inserts, sleeves, brackets,
conduits, base plates, insert plates, clamps etc. shall be arranged by the contractor and fix the same
at the time of casting of concrete, stone work & brick work, if required, and nothing extra shall be
payable on this account.

42. The contractor shall give a trial run of the equipments and machinery for establishing its capability
to achieve the specifications within laid down tolerances to the satisfaction of the Engineer-in-
charge before commencement of work.

43. The work will be carried out in close coordination with the building work and other agencies.
Conduits will be laid in the slab within the specified time and it will have to be ensured that the
casting of slabs is not delayed for want of laying of conduits. The conduits will also be laid in walls
before the Plaster work is undertaken so as to avoid breaking cutting of plaster while making chase
for laying of conduits subsequently. The contractor will have to employ adequate labour for carrying
out the work. No claim regarding the idle labour for any reason will be entertained by the
Department.

44. All materials shall be got checked & approved by the Engineer-in-charge on receipt of the same at
site before use and rejected material is to be removed from the site immediately.

45. No foreign exchange shall be made available by the department for the purchase of equipments,
plants, machinery, materials of any kind or any other items required to be carried out in execution of
work.

46. All items which are not covered while carrying out electrical work shall be removed and shall be
cleared by the contractors as soon as the work is completed.

47. The contractor shall carry out his work, so as not to interfere with or hinder the progress or
completion of the work being performed by other contractor (s) or by the Engineer-in-charge and
shall as far as possible arrange his work and shall place and dispose off the materials being used or
removed, so as not to interfere with the operations of other contractors, or he shall arrange his work

46
with that of the others in an acceptable and coordinated manner and shall perform it in proper
sequence to the entire satisfaction of Engineer-in-charge.

48. It shall be responsibility of the main contractor to sort out any dispute involved with the associated
contractor without any time and cost overrun to the department. The main contractor shall be solely
responsible for settling the dispute/litigation arising out of his agreement with the associate
contractor. The contractor shall ensure that the work shall not suffer on this account.

49. The contractor shall quote his rates considering the specifications, terms & conditions and particular
specifications and special conditions etc. and nothing extra shall be payable whatsoever unless
otherwise specified.

50. The main contractor shall be responsible for coordinating the activities of all works and essential
progress of works as per milestone and laid down programme.

51. The contractor shall be responsible for the watch and ward of the site/property/material provided by
him and materials issued by the department against pilferage and breakage during the period of
execution and thereafter till the work is completed and physically handed over to the department.

52. Samples of all materials, fittings and other materials/articles required for execution of the work shall
be got approved from the Engineer-in-charge. Materials/articles manufactured by the firms of repute
as indicated in tender documents and approved by the Engineer-in-charge shall only be used.

53. The contractor shall ensure quality construction in a planned and time bound manner. Any sub-
standard material or work beyond set out tolerance limits shall be summarily rejected by the
Engineer-in-charge.

54. The contractor shall be required to make a sample Room for each type at the earliest opportunity
using all approved materials for approval of Engineer in charge before mass scale finishing works
are taken up.

55. Even ISI marked materials shall be subjected to quality test at the discretion of the Engineer-in-
charge besides testing of other materials as per the specifications described for the item/material.
Whenever ISI marked, materials are brought to the site of work; the contractor shall, if required by
the Engineerin-charge, furnish manufacturers test certificates to establish that the materials procured
by the contractor for incorporation in the work satisfy the provisions of IS codes relevant to the
material and/or the work done.

56. The contractor shall have to engage well experienced skilled labour and deploy modern T&P and
other equipments to execute the work. The contractor will have to ensure that the skilled labour i.e.
wireman etc., Engaged in the execution of the work must possess valid electrical license, otherwise
he will not be permitted to execute the work.

57. The associate contractors executing the electrical works must possess the valid electrical contractor
license otherwise they will not be permitted to execute the electrical works.

58. The contractor will have to make his own arrangement for storage of materials. No storage space
shall be provided by department.

59. Priority to arrange the material shall be decided by the department. However, material required for
the work shall be brought at site only at the appropriate time keeping in view the progress of
building works as well as Electrical & Mechanical works. Decision of Engineer-In -Charge in this
regard shall be final.

47
60. The contractor has to intimate his authorized representative, who will be receiving instructions in his
absence. The contractor /his authorized representative is bound to sign the site order book as and
when required by the Engineer-in-charge and to comply with the instructions therein.

61. All the E&M major equipments to be supplied by the minor component agency shall confirm
to Make In India policy of government of India as per which the value of indigenously
manufacture components the products shall be more than 50% of the value of the products.
The minor component agency shall submit a certificate / affidavit on a non-judicial stamp
paper of value Rs.100/- shall obtain from original equipment manufacturers confirming the
above.

Note: The quantity of material in the BOQ is indicative. Contractor has to assess the actual
requirement of material at site before placing the order, keeping in view the drawing and site
requirement from the shortest route. No claim for payment for unused excess material shall be
entertained.

ADDITIONAL CONDITION FOR MISUSE OF PAYMENT RECEIVED AGAINST


ADVANCE PAYMENTS

1. Till the work is almost completed to the satisfaction of Engineer-in-charge,

(i) Contractor shall not divert any advance payments or part thereof for any purpose other than
needed for completion of the contracted work. All advance payments received as per terms of the
contract (i.e. mobilization, secured against materials brought at site, secured against plant &
machinery and / or for work done during interim stages, etc.) are required to be reinvested in the
contracted work to ensure advance availability resources in terms of materials, labour, plant &
machinery needed for required pace of progress for timely completion of work.

(ii) All running account bills preferred by the contractor for advance payments shall be processed
only if Engineer-in-charge is satisfied that upto date investments (excluding security deposit &
performance guarantee, which are not considered as investments) made by the contractor against
contracted work are more than the payments received. Accordingly, all running account bills shall
be supported with an account of up-to-date payments received vis-à-vis upto date investments
made on the work to enable engineer-in-charge to check to his satisfaction that the payments
made by engineer-in-charge are property utilized only on the work and nowhere else.”

48
TECHNICAL SPECIFICATIONS FOR INTERNAL & EXTERNAL EI WORKS

1. The work shall be executed as per CPWD’s general specification for Electrical Works Part-I (Internal)
2013, Part-II (External) 2007, Part-IV (Sub-station) 2013, Part-V (Wet Riser and Sprinkler System for
Fire Fighting Installation) 2006, Part-VI (Fire Alarm System), Part-VII (DG Set) 2013 and CPWD
General Specification for Electrical Works (Part III Lifts & Escalators-2003), IE Rules, Indian Standards
amended upto date and as per direction of Engineer-in-Charge. The additional specifications are to be
read with above and in case of any variations; specifications given along with the tender shall apply.

2. The contractor shall bring sample of materials for approval of the Engineer-in-charge. Sample of
approved materials must be kept at site for inspection/comparison with materials to be used in work by
senior officers. All materials shall be delivered with manufactures test certificates and technical
catalogues, instructions manuals, wiring diagram etc. as required.

3. However, it shall be the responsibility of the Contractor to ensure that all wiring work has been carried
out as per specification and till fixing of Electrical lighting fixtures it will be responsibility of the
contractor that all points/ circuit wiring are in intake in position and in working order.

4. All hardware items such as screws, thimbles, connectors, earth/neutral terminals, wires etc. which are
essentially required for completing any item as per specifications will be deemed to have been included
in the item even when the same have not been specifically mentioned.

5. All hardware material such as nuts/bolts/screws/washers etc. to be used in the work shall be
zinc/cadmium plated iron. The galvanized boxes of modular switch/sockets etc. shall be of the same
make as of switch/socket etc.

6. While laying conduit, suitable minimum number of junction boxes shall be left for pulling the wires.
These shall be placed in such a way that the same do not remain noticeable.

7. Multi stranded FRLS PVC insulated copper conductors, wires are to be used in the work. Termination of
multi-stranded conductors shall be done using crimping type copper thimbles at both the ends. Nothing
extra shall be paid for the same.

8. The contractor shall follow the shortest route for circuits, submain, point wiring etc.

9. The connections of switches, sensors, earthing conductors & interconnections cables shall be made by
adequate rating thimbles of approved standard makes only and nothing extra on this account shall be
paid.

10. Check nuts shall be provided while terminating the M.S. conduits in switch board boxes for which
nothing extra shall be paid.

11. All distribution boards shall be marked with circuits controlling the rooms/area/SDB controlled.

12. Material to be used in the work shall be ISI marked. The makes of material have been indicated in the list
of acceptable makes. 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 specifications

13. While deciding the size of switch boxes for light points/fan point, exhaust fan point items, extra two
modules will be provided for each fan point for fixing of regulator(s) (fan regulator is to be provided
under different item). Wherever extra modules are available, the same shall be provided with blanking
plates without any extra cost.

49
14. Modular type switches/sockets/telephone outlets/TV sockets are to be provided wherever indicated in the
items. The same shall be of only one make. The modular plates of switches, sockets, telephone & TV
sockets etc. shall be in two parts i.e. plates with frames with in quoted rates.

15. The building shall be provided with false ceiling in various areas. In order to avoid maintenance problem,
the contractor will not provide any ceiling rose/connector/looping box etc. above the false ceiling. The
point wiring in that case will be extended up to the fitting/fan etc. directly without provisions of any
termination arrangement in between. The wire from the end point up to the fixture shall be considered to
be included in the point wiring. Nothing extra shall be paid for the same.

16. Wherever it is not possible to provide rigid conduits, flexible conduit pipe shall be provided for
drawing/running the wires. However, such arrangement has to be kept to the barest minimum and only
with the prior approval of Engineer-in-charge.

17. Earthing and all hidden items of work shall be carried out in the presence of the Engineer-in-charge or his
authorized representative.

18. The fan box cover shall be made from 3mm thick phenolic laminated sheet as per CPWD specification.

19. The contractor shall provide only metallic junction boxes/looping boxes with cover of required sizes even
in PVC conduiting and such boxes shall be measured as a part of conduit/wiring without any extra
payment.

20. The metallic junction boxes & looping boxes shall be covered with approved makes of phenolic
laminated sheet. For telephone, television & fire alarm system shall be provided at all the floors within
scope of work without any extra cost as per requirement & layout approved by Engineer-in-charge.

21. The quantities of various items may vary from the quantities given in schedule of work. The agency shall
bring the various items & materials as per actual requirement at site at the time of execution of work.
Excess quantities shall not be accepted & paid by the department.

22. The ceiling roses wherever required to be provided are included in the scope of work without extra
payment and the same shall also be of modular type & of the same make as that of switches & sockets
along with earthing provision.

23. The models of the LED fittings from given makes will be finalized at the time of execution based on
specification given in BOQ.

24. All repairs & patch work shall be neatly carried out to match with the original finish & all damages
caused to the building installation during the execution of work shall have to be made good by the
contractor immediately at his own cost to the entire satisfaction of Engineer-In charge. In case contractor
fails to comply with the instructions of the Engineer-In-charge, Engineer-In-Charge shall be at liberty to
get the work done by any other agency and recover such amount as paid to the other agency from the
bill(s) of the contractor. Contractor shall have no claim, whatsoever, on the extent of such amount.

25. It shall be responsibility of contractor to provide polythene/PVC plastic cover for all SDBs/meter
boards/feeder pillars/panels etc. so as to protect them from wear & tear/damage during execution stage.
Contractor shall provide the covers for the materials if any being supplied departmentally also. Nothing
extra shall be paid on this account.

26. All debris/malba resulting due to electrical work shall be removed on daily basis and completion of the
work shall only be accepted after the site has been cleaned of all malba. In case, contractor fails to
comply, the same shall be got removed by the other agency and the payment so made shall be recovered
from the bill(s) of the contractor.

50
27. Copper lugs shall be provided for terminating copper wires and aluminum lugs to be provided with
aluminum conductor. GI earth wire/cable to all terminating places for which nothing extra shall be paid.
All multi-stranded/ stranded wires shall be terminated through copper lugs.

28. Contractor shall have to check the Site Order Book for any instructions of the Engineer-in charge or his
authorized representative and sign the site order book. He shall be bound to ensure compliance with the
instructions recorded therein.

29. If the main contractor does not have authorization/ electrical license for carrying out the electrical work
as per Govt of India norms then may main contractor have to associate or carry out the same from
authorized electrical licensed contractor.

30. Suitable back plates providing for fixing the wall brackets and ceiling flush fittings shall be supplied by
the contractor free of cost.

31. The firm shall use only electrically operated chase cutting machine for cutting the chases in the wall for
recessed conduit wiring.

32. Contractor is fully responsible for any kind of damage to the LT/HT cable during execution of work. No
joints shall be allowed if the cable is damaged. Contractor has to replace the full length at his own cost.

33. The MCB/MCCB and switch accessories should be of same make as that of MCB DBs and Modular
Switch boxes respectively. The make of cable end boxes will also be same that of MCBDBs.

34. Colour coding shall have to be adopted in the wiring system as per specification.

35. Tinned copper Earthing lugs/Thimbles/ferrules shall be provided for termination of earth wire to all
Metallic outlet boxes/fittings/fixtures/fan regulator/MCB DB/switch board/Meter board etc., properly
crimped/brazed/soldered for which nothing extra shall be paid.

36. Suitable crimping tools shall be used for crimping the lugs/thimbles/ferrules. Nothing extra shall be paid
on this account. The lugs/thimbles/ferrules pressed by conventional/ordinary pliers shall not be accepted.

37. A suitable brass/tinned copper neutral link shall be fixed at suitable place in the Metallic outlet boxes of
all sizes to terminate neutral wire properly. Nothing extra shall be paid on this account.

38. An earth termination with earth stud of brass/tinned copper i/c 2 No. metallic washers or suitable earth
bar of Brass/tinned copper with tinned copper thimbles/ferrules/lugs should be suitably fixed at suitable
place in the Metallic outlet box for termination of protective earth conductor. Nothing extra shall be paid
on this account.

39. In the outlet boxes, phase from one switch to other switch shall be looped with suitable size of solid
copper conductor. Nothing extra shall be paid on this account. Stranded conductor shall not be accepted.

40. Only required number of knockouts should be removed from Metallic outlet boxes for entry of conduits.
If more than required number of knockouts are removed, the Metallic outlet box shall not be accepted.

41. Separate GI boxes shall be used for staircase light switches and bell push. Nothing extra shall be paid on
this account.

42. Metal sheath of Co-axial T.V. cable shall be terminated using 'U' shape thimble/lugs/ferrules. Nothing
extra shall be paid on this account.

43. To facilitate drawing of wires 16/18 SWG GI fish wire be provided along with laying of recessed
conduit. Nothing extra shall be paid on this account.

51
44. Cable connection to switch gear is deemed to be included in the item of end termination. No extra
payment shall be made for that.

45. Testing of Materials: Regarding testing of electrical materials, which cannot be tested in site laboratory
and/or to be tested at an independent laboratory, the testing of materials shall be conducted in Govt.
Laboratory/ Govt. colleges/ IITs/NITs or from the laboratory approved by the Engineer-In-Charge.

All expenditure to be incurred for testing of samples e.g. packaging, sealing, transportation, loading,
unloading etc. including testing charges shall be borne by the contractor.

52
SPECIFICATIONS AND CONDITIONS FOR HVAC WORK

1. The work is to be carried out in accordance with the CPWD GENERAL SPECIFICATIONS for
HEATING, VENTILATION & AIR-CONDITIONING (HVAC) WORKS (2017) with latest
amendments upto date of submission of bid.

2. In case of any ambiguity, the Specifications mentioned in following order will prevail :
a) Schedule of Work of NIT document
b) CPWD Manuals and Specifications with latest amendments
c) Manufacturer’s Manuals and Specifications
d) As decided by Engineer-In-Charge.

3. The tentative Heat Load Calculation and drawing is enclosed with NIT document. The detailed
mentioned in the drawings are tentative and shall vary as per the site requirement. The work shall be
carried out as per the site and decision of the Engineer-In-Charge shall be final and binding.

4. The contractor has to execute the Operation of HVAC Plant installed in the said contract during the
defect liability period of one year. The conditions of operation part of contract shall be as under:
a) The operation part shall be commenced from the date of commissioning of plant and shall remain
valid for period of one year.

b) Depute one skilled operator for operation of HVAC plant on daily basis during office hours & all
week days of a month.

c) The operator shall have adequate knowledge and able to attend minor breakdown calls and undue
noise in equipment / vibrations / leakages in pumps & valves/ malfunctioning of machinery or
plant etc.

d) Preventive Maintenance/ Servicing of AC System during DLP period on quarterly basis.

e) All the required consumable materials like cotton waste, Dhoti and petroleum jelly for cleaning of
various installations shall be in the scope of contractor for which nothing etc. shall be paid extra.

f) The history sheet of routine inspection/ servicing/breakdown repairing of each and every unit
shall be maintained. The copy of report shall be submitted along with the bill subsequent to the
servicing activity.

g) Break-down Call:
 Any breakdown call under this contract, the agency shall address the issue on site immediately
within maximum 24 Hours of the email/message through any medium. In case of failure due
to any unavoidable reasons/circumstances, the contractor has to address the issue with in next
24 hrs with consent of the Engineer-in-Charge. Failing to which, penalty of Rs. 500/- per day
shall be imposed against the agency & recovered from the bill.
 A record of such call should be duly acknowledged by the person in charge/user of the
location and copy of the same has to be submitted along with estimate to the Engineer-In-
Charge.

h) The contractor shall be responsible for the good conduct and behavior of his employees. If any
employee of the contractor is found misbehaving with the supervisory staff or any other staff
member of the University, the contractor shall terminate the services of such employees at their
own risk and responsibility, on the recommendation of the Officer-In-Charge of the University.

53
i) In off season there is during the lien period of winter the contractor shall carrying out all the
preventive maintenance works in order to keep the equipment ready for use for the next summer.
It shall be the responsibility of contractor to intimate the department regarding any major
repair/replacement required to keep the equipment functional beyond the scope of contractor.

j) The contractor shall be liable for payment of deputed operator and compliance of all labor law and
other GoI statutory compliances.

k) Payment for operation part shall be released on quarterly basis duly verified by the concern
Officer-In-Charge.

l) In case any item is to be taken to the Service Station/Workshop for repairs etc. the prior
permission is to be taken from the Engineer In Charge. CURAJ will not pay any charges for
transportation or any other kind of charges. The agency shall be responsible for any damage
occurred /loss of any government property owing to negligence on his or his representative’s part
while repairing or taken for repair at workshop.

m) Any damage or loss caused to connected equipment or their parts due to negligence, mishandling
shall be made good by the contractor either by payment in cash as per prevailing market rate of
that item or by a new replacement of the same/higher make and specifications.

n) Any damage resulting to the system on account of the negligence or mall- operation shall be made
good by the contractor. Care shall also be taken not to damage installation by improper handling.
Nothing extra will be paid for such work.

o) The contractor or his representative should not remove, disturb, and dislocate the existing
equipment and its parts from its positions until and unless it is authorized by the Engineer–in –
Charge.

p) The Contractor shall maintain the log books which include number of services provided during
contract period with dates and part of equipment got repaired or replaced, with its proper model
number and necessary details.

q) The Contractor shall maintain register indicating details of equipment being maintained and
details of rooms/ offices/ department/ locations where they are installed with proper model
number, make, capacity and necessary details.

r) All the workers and engineers of the agency visiting the University Campus for service and repair
work shall be well dressed and hold a valid Id-Card of the agency/firm. All the safety measures
like rubber gloves, safety shoes, helmet etc. shall be taken care by the firm while working.

s) The contractor shall take all precaution for safety of the workmen. If any accident/mishap occurs,
the department shall not be responsible for the same. Consequently any compensation payable
shall be at the contractor cost.

t) All T & P as and when required by the operator for repairs or checking shall be arranged by the
contractor and nothing extra shall be paid on this account. Water & Electricity shall be provided at
one point free of cost.

54
ANNEXURE – I
(to be submitted with technical bid)

INFORMATION REGARDING ELIGIBILITY


LETTER OF TRANSMITTAL

From:

To
The Executive Engineer
……………………………..

Subject: Submission of bids for the work of ………………………………………………………

Sir,
Having examined the details given in the bid document for the above work, I/we hereby submit the relevant
information.
1. I/we hereby certify that all the statement made and information supplied in the enclosed forms A to E
and accompanying statement are true and correct.
2. I/we have furnished all information and details necessary for eligibility and have no further pertinent
information to supply.
3. I/we submit the requisite certified solvency certificate and authorize the Executive Engineer
……………………..to approach the Bank issuing the solvency certificate to confirm the correctness
thereof. I/we also authorize Executive Engineer …………………. to approach individuals,
employers, firms and corporation to verify our competence and general reputation.
4. I/we submit the following certificates in support of our suitability, technical knowledge and capability
for having successfully completed the following eligible similar works:
Name of work Certificate from

Certificate : It is certified that the information given in the enclosed eligibility bid are correct. It is also
certified that I / We shall be liable to be debarred , disqualified / cancellation of enlistment in case any
information furnished by me / us is found to be incorrect.

Enclosures:

Date of submission:

Seal of bidder

Signature(s) of Bidder(s)

55
ANNEXURE-II
(to be submitted with technical bid)

FORM 'A'
FINANCIAL INFORMATION
I. Financial Analysis - Details to be furnished duly supported by figures in balance sheet/ profit & loss account
for the last five financial years duly certified by the Chartered Accountant, as submitted by the applicant to
the Income Tax Department (Copies to be attached).

Financial
years

(i) Gross Annual Turn Over on construction works.


(ii) Profit/Loss(standalone financial statement and consolidated financial statement both).

II. Financial arrangements for carrying out the proposed work.

Signature of Chartered Accountant with Seal

Signature of Bidder(s)

56
ANNEXURE-II
(to be submitted with technical bid)

FORM "B"
BANKER’S CERTIFICATE FROM A COMMERCIAL BANK
(OM No. DG/SOP 2022/07 dated 09.11.2022)

This is to certify that to the best of our knowledge and information that M/s./
Sh……………………………………… having marginally noted address, …….as a Customer of our bank
are/ is respectable and can be treated as good for any engagement upto a limit of Rs………………….
(Rupees………………………………………………………………………………..)

This certificate is issued without any guarantee or responsibility on the bank or any of the officers.

(Signature) For the Bank

NOTE
1. Banker’s Certificates should be on letter head of the Bank, addressed to tendering authority.
2. In case of Partnership firm, certificate should include names of all partners as recorded with the Bank.

FORM "B-1"
FORM FOR CERTIFICATE OF NET WORTH FROM CHARTERED ACCOUNTANT "

It is to certify that as per the audited balance sheet and profit & loss account during the financial year
............. , the Net Worth of M/s ………………………………..…… (Name & Registered Address of
individual/firm/ company), as on …………………..…………. (the relevant date) is Rs.
………………………… after considering all liabilities. It is further certified that the Net Worth of the
company has not eroded by more than 30 % in the last three years ending on (the relevant date)." Unique
Document Identification Number (UDIN) ……………….

Signature of Chartered Accountant ………………………………..……


Name of Chartered Accountant ………………………………..……
Membership No. of ICAI ………………………………..……
Date and Seal ………………………………..……

57
ANNEXURE-II
(to be submitted with technical bid)
FORM 'C'
DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS COMPLETED DURING THE LAST
SEVEN YEARS ENDING PREVIOUS DAY OF LAST DAY OF SUBMISSION OF TENDERS
S. Name Owner or Cost Date of Stipulated Actual Litigation/ Name Whether
No. of sponsoring of commen date of date of arbitration and the
work/ organization work cement completion completion cases address/ work
project in as per pending/ telephone was
and crores contract in number done on
location of progress of officer back to
rupees with to whom back
details* reference basis
may be Yes/ No
made
1 2 3 4 5 6 7 8 9 10

* Indicate gross amount claimed and amount awarded by the Arbitration Tribunal.

Signature of Bidder(s)
FORM 'C'-1
PROJECTS UNDER EXECUTION
S. Name of Owner or Cost Date of Stipulated Upto date Slow Name and Remarks
No. work/ sponsoring of commen date of percentage progress if address/
project organization work cement completion progress of any and telephone
and in as per work reasons number of
location crores contract thereof officer to
of whom
rupees reference
may be
made
1 2 3 4 5 6 7 8 9 10

Signature of Bidder(s)

58
ANNEXURE-II
(to be submitted with technical bid)
FORM "E"
STRUCTURE & ORGANISATION

1. Name & address of the bidder


2. Telephone no./Telex no./Fax no.
3. Legal status of the bidder (Scan & upload copies of original document defining the legal status)
(a) An Individual
(b) A proprietary firm
(c) A firm in partnership
(d) A limited Company or Corporation
4. Particulars of registration with various Government Bodies (Scan & upload attested photocopy)
Organization/Place of registration Registration No
1.
2.
3.
5. Names and titles of Directors & Officers with designation to be concerned with this work
6. Designation of individuals authorized to act for the organization
7. Has the bidder, or any constituent partner in case of partnership firm, limited company / Joint Venture,
ever been convicted by the court of Law? If so, give details
8. In which field of Civil Engineering construction the bidder has specialization and interest?
9. Any other information considered necessary but not included above.

Signature of Bidder(s)

59
ANNEXURE-III
(to be submitted with technical bid)

SELF DECLARATION CERTIFICATE


(To be submitted on Non-Judicial Stamp Paper of Rs. 100/-)
I hereby certify that the …………………………………………. firm has not been ever blacklisted by
any Central / State Government / Public Undertaking / Institute on any account.

I also certify that firm will execute the work as per the specification given by Institute and also abide all
the terms and conditions stipulated in tender.

I also certify that the information given in the bid is true and correct in all aspects and if in any case at a
later date it is found that any detail/s provided are false and incorrect, any contract given to the concern
firm or participation may be summarily terminated at any stage, the firm will be blacklisted and Institute
may imposed any action as per rules.

Date: Name :

Place: Business Address :

Signature of Bidder :

Seal of the Bidder :

60
ANNEXURE-IV
(to be submitted with technical bid)

UNDERTAKING FOR SUPPLY OF GENUINE PARTS


(on letter head of firm)

I hereby certify that the …………………………………………. firm will supply genuine spare parts of
the Air Conditioners Plant/System required during defect liability period/AMC period, etc or as and when
required or as per directions of the Engineer-In-Charge.

I also certify that the firm will execute the work as per the standards of manufacturer and specification
given by department and also abide all the terms and conditions stipulated in NIT document.

Date: Name :

Place: Business Address :

Signature of Bidder :

Seal of the Bidder :

61
ANNEXURE-V
(to be submitted with technical bid)

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………………………………..and
……………………………………(hereinafter called “the said Contractor(s)”) for the
work……………………………………………………………………………(hereafter called “the said
agreement”) having agreed to production of a irrevocable Bank Guarantee for
Rs………………………………(Rupees………………………………………..………only) as a
security/guarantee from the Contractor(s) for compliance of this obligations in
accordance with the terms and conditions in the said agreement.

We…………………………………………….(hereinafter referred to as “the Bank”) hereby (indicate the


name of the Bank) undertake to pay to the Government in amount not exceeding
Rs……………(Rupees………………………….Only) on demand by the Government.

2) We ……………………………………. do hereby undertake to pay the amounts due and payable (indicate
the name of the Bank) under this Guarantee without any demure, merely on a demand from the Government
stating that the amount claimed is required to meet the recoveries due or likely to be due from the said
Contractor(s). Any such demand made on the Bank shall be conclusive as regards the amount due and payable
by the bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount
not exceeding Rs………………………….
……………….(Rupees……………………………………………only).

3) We, the said bank further undertake to pay to the Government any money so demanded notwithstanding
any dispute or disputes raised by the Contractor(s) in any suit or proceeding pending before any court or
Tribual 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 …………………………………………………….… further agree that the guarantee herein


contained(indicate the name of the Bank) 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.

5) We …………………………………………………………………. further agree with the Government


that(indicate the name of the Bank) the Government shall have the fullest liberty without our consent and
without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said
agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any
time or from time to time any of the powers exercisable by the Government against the said Contractor (s) and
to for bear 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).

62
7) We ………………………………………….……………………………… lastly undertake not to revoke
this (indicate the name of the Bank) guarantee except with the previous consent of the Government in writing.

8) This guarantee shall be valid upto _______________ . Unless extended on demand by Government.
Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs.
_______________ (Rs. ________________________only) and unless a claim in writing is lodged with us
within 6 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 Bank)

63
ANNEXURE-VI
PREFERRED MAKES OF EQUIPMENT & MATERIALS
S. No Details of Materials / Manufacturer’s Name / Make
Equipments
ELECTRICAL – HT, LT &
Substation Equipments
1. MCB, Isolator, Industrial Plug Schneider Electric ACTI-9 (N) / Legrand (DX3) / Hager/
Socket, RCCB,RCBO’s L&T (Exora) / C&S (Win Trip 1/2) / ABB (S200M) /
Siemens (Betaguard)/MK (Honeywell)/ Panasonic
(Europa)
2. MCBDB & Loose Wire Box Legrand (EKINOX-3) / L&T (EXORA) / C&S (Win
Class)/ Hager (Novello) / Schneider (ACTI-9) / ABB
(Elegance) / Siemens/MK (Honeywell)/ Panasonic
(Europa)
3. Change Over Switches L&T / Havells / HPL / Hager / C&S / Socomac / ABB
4. Automatic Transfer Switch(ATS) Asco (Schneider) / Russel / Socomac / Hager / ABB /
Legrand / L&T / Havells
5. FRLS PVC insulated copper Finolex / RR Kabel / KEI /Havells / Polycab / Gloster/
conductor single core cable for Batra Henley
wiring. (ISI marked)
6. Armoured/Unarmoured telephone Delton / Finolex / RR Kabel / Polycab/Havells /
cable, Coaxial Cable / LAN Cable Bonton / Grandlay / KEI/ Gloster/ RPG cables
7. MS Conduit (ISI Marked)with BEC / NIC / AKG
heavy duty MS conduit pipe
accessories
8. PVC Conduit (ISI Marked) with AKG / Norpack / BEC / Polycab / Precision / Astral /
heavy duty PVC conduit pipe Finolex
accessories
9. Modular Switch, Socket/Telephone Legrand (Arteor) / Schneider Electric (Zencelo) /
Socket/ Cable TV Socket/ Data Honeywell- MK (Orna)/Panasonic (Vision)
outlet Socket / Fan Regulator/ G.I.
Boxes Etc./Modular MCB
10. Selector Switch & Toggle switch Salzer (Larsen & Toubro) / Siemens / Kaycee / C&S
/Schneider
11. PVC Trunking MK (Honeywell)/ Legrand / Schneider/ Hager/C&S
12. GI pipe (ISI Marked) Tata / Jindal (Hissar) / SAIL /Prakash Surya
13. Paints Asian / Berger /Dulux
14. Terminal Blocks and Elmax / Wago / Hensel / Connectwell
Connectors
15. Phenolic Laminated Sheet / Hylam / Formica (P-I Grade) / Mylam / Greenlam
Bakelite Sheet
16. Cat-6 /Cat-6A Cable, Wires& Amp / Beldon / Legrand / Krone Communication/
Fiber Optic Cable Molex/ Avaya
17. Indoor and Outdoor LED fittings Wipro / Philips / Trilux / Crompton/ Havells/ Panasonic
/LED Lamp/ LED Tube Halonix/ Bajaj/ Surya
18. Exhaust Fan Havells /Crompton Greaves / USHA / Almonard / Alstom
19. BLDC Ceiling Fan Havells / Crompton Greaves / Atombarg Gorilla /
Usha/Anchor/ Orient/Almonard
20. Wall Bracket Fitting Havells / Decon / Jaquar / Philips / Bajaj / Tisva
(Usha)/Crompton

64
21. Geysers Racold / CG / Havells / Jaquar / AOSmith / Usha
22. Air circulator / Wall Fan Havells / Usha / Almonard / Crompton / Orient
23. Ornamental Pole (Factory Finish) Valmont/ Philips / Crompton/ Wipro / Bajaj/
Keselecshreder / Halonix
24. Hot Dipped Galvanized Valmont / Philips / Crompton / Wipro / Bajaj / Kesele
Octagonal Pole /High Mast / Utkarsh /Halonix
25. Polycarbonate Junction Box / Hensel / Spelsberg / Naptune-Bals / Syntex/ Standard
Enclosure / Pole box
26. LT Panel / Meter Panel Tricolite Electrical Industries /
Board/Outdoor Feeder Pillar / Control & Switchgears Electrical Ltd. / Sterling & Wilson /
APFC Panels Milestone / Adlec Control System Pvt. Ltd. / Advance
Panels & Switchgear Pvt. Ltd. Haridwar / BSPL (Bhopal)/
Engineers & Engineers (Electricals) Pvt. Ltd. / Peaton
Electrical Co. Ltd. / ASPL (Associated Switchgears &
Projects Ltd.)/SHALABH/ Neptune /R.P. Control /Allied
engineers/ Pyrotech India Electronic Pvt. Ltd.
Udaipur /Johns electric co.pvt Ltd Jaipur
27. XLPE insulated PVC sheathed Finolex / Polycab/ KEI / Havells / RR Kabel
Alum. / Copper Conductor Armored /Grandlay/ LAPP/ RPG/AKG/Plaza Cables
cable of 1.1 KV grade (ISI Marked)
28. Rising main / Bus Trunking C&S / L&T / Schneider / Legrand / Godrej
29. Moulded Case Circuit Breaker Schneider Electric (CVS Series) / Siemens (VL Series)
(MCCB) Thermal Release / / L&T (D-Sine) / Legrand (DPX3) / C&S (Winbreak1/2) /
Microprocessor based ABB (TMax) / Hager
(Ics=Icu=100%)
30. Contactor/Relay /Timer Schneider Electric / L&T / BCH / Siemens /
Legrand / ABB / C&S / Hager/
31. Potential Transformers / Current Automatic Electric / Matrix / Precise / L&T / Kappa
Transformer /Procom
32. LED type indicating lamps / Push Schneider Electric / L&T / Siemens / Vaishno
Button
33. Digital Meters Conzerv / Larsen & Toubro / Secure / AE / Socomac /
(A/V/PF/Hz/KW/KWH) Neptune /Hager
34. Fasteners / GI Clamps Hilti / Fisher / Chilli /OBO
35. D.W. Corrugated HDPE Pipe (ISI REX / Dura plast / Zenduct / Gemini(Triputi )/
marked) Duraline / Keshav Kripa Polyplast (LLP)
36. Transformer Crompton / ABB / Raychem / Schneider / Voltamp /
(Oil / Dry type) Upto 250 KVA Uttam Bharat / United / Bharat Bijlee/RTS-Jaipur
37. Transformer Crompton / ABB / Schneider / Sterling & Wilson /
(Oil / Dry type) Above 250 KVA Raychem / Bharat Bijlee /Voltamp
38. HT Panel / Ring Main Unit Siemens / ABB / L&T / Schneider / C&S
39. HT End Termination /Cable Reychem / Denson / Cap Seal / Safekei / 3M
Jointing Kit
40. ACBs Siemens (3WL–ETU45B) / L&T (U-Power-OMEGA
MTX 4.0) / ABB (Emax)PR122 / Legrand (DMX3 MP4) /
Schneider (MVS Series) / C&S (Winmaster
2/3)
41. Rubber Mat (MV / HT) Jyoti / Deep Jyoti / Premier (duly ISI marked)
42. Capacitors & Reactors / APFC EPCOS/ L&T / DUCATI / ABB / Siemens / Schneider
Relay / Neptune
43. Cable Glands /lugs Baliga lighting / Comet / Cosmos / Dowells / Lapp /
Gripwell
44. Perforated Cable Tray Pilco / Slotco /RMCON/ BEC / Steelways / OBO/ Jindal/
Tata/ Arcellar Mittal
45. SS Wire mesh cable Tray/Raceways Legrand / OBO / MK

65
Water Supply Pump Sets
(General Purpose)
46. Mono Submersible/ Submersible KSB / CG / Kirloskar / Grundfos / Mather & Platt
pump Set (Wilo)
47. DOL / Star Delta Starter L&T / BCH / Havells / C&S / Siemens / Schneider
48. Submersible Cable Finolex / RR kabel / Polycab / Havells / KEI/ Bonton

False Ceiling
49. Mineral Fibre Armstrong
50. Gypsum Board Indian Gypsum/ USG Bord

Air Conditioning System


51. Precision Air-conditioner Vertiv/ Schneider/Gutoor/Uniflair
52. Split Air Conditioner Hitachi/ Daikin/ O-General/ Mitshubshi / Carrier/ Bluestar
53. Window Type Air Conditioner Hitachi/ Daikin/ O-General/ Mitshubshi / Carrier/ Bluestar
54. VRV/VRF Hitachi/ Daikin/ O-General/ Mitshubshi / Carrier/ Bluestar/
55. Refrigerant Pipe OEM or RR/ Rajco/ Maxflow/ Mandev/ Indigo/ Papriwal
56. CPVC pipe / Drain Pipe Ashirwad/ Supreme/ Astral/ Prayag/ Duraline/ Finolex/
Rex/ Kisan
57. Y or T Joints OEM Make of IDU/ ODU.
Insulation, Ducting, Grills and
Diffusers
58. GSS Sheet (For site fabricated duct) SAIL/ Jindal/ Tata
59. Aluminum Sheet Hindalco/ Balco/ Nalco/ Tata/ Aditya Birla
60. Flexible duct/Company Fabricated Waves/ Zeco/ Ductofab/ Airflow/ Caryaire/ Atco/ Pioneer
Duct
61. Duct Insulation Supreme/A- Flex / Armoflex/ K- Flex
62. Acoustic Supreme/A- Flex / Armoflex/ K- Flex
63. Grill Carryaire/ Air flow/ System Air/ Air Max/ Greenair LLP
64. Diffuser Carryaire/ Air flow/ System Air/ Air Max/ Greenair LLP
65. Louver Carryaire/ Air flow/ System Air/ Air Max/ Greenair LLP
66. Fire Damper Carryaire/ Air flow/ System Air/ Air Max/ Greenair LLP
67. Actuator Honeywell/ Belimo
68. Nitrile Rubber Armacell/ K-Flex/ Aerocell
69. Expanded Polystyrene SHI/ Beardshell/ Styrene Packing

Central Air Conditioning Plant


70. Chiller CARRIER/ BLUESTAR / YORK/ DAIKIN
71. Air Handling Unit Zeco / Edgtech / Crystal/ System air/ Wayes
72. Primary Water Pump Armstrong/ Grundfos/ Kirloskar/ Beacon/ Xylem
73. AHU/ FCU Motor ABB/ Havells/ Seimens/ Marathon
74. VFD Siemens/ Danfoss/ABB
75. Scrubber Zeco /Edgetech / Crystal/ System air
76. Exhaust Fan Air Flow/ Kruger/ Nicotra/ Greenheck
77. AHU Blower Kruger/ Nicotra/ Greenheck/ Glowtech
78. Inline Fan Ostberg/ Greenhack/ Sphere/ Caryaire/ Airflow
79. Air Washer Zeco /Edgetech / Crystal/ System air
80. MS Pipe/ GI Pipe Jindal (Hissar ) / Tata / Sail
81. Butterfly Valve Castle / Advance / Zoloto / Belimo / Honeywell
82. Balancing Valve Castle / Advance / Zoloto / Belimo / Honeywell
83. NRV Castle / Advance / Zoloto / Belimo / Honeywell

66
84. Ball Valve Castle / Advance / Zoloto / Belimo / Honeywell
85. Pibcv Belimo/Honeywell/Jhonsons Control /Danfoss
86. Y / Pot Strainer Anergy / Sant / Advance / Zoloto / Rapidcool/ Emerald
87. Bellow Easyflex
88. Flow Switch H Guru / Honeywell / Danfoss/ L&T/ Emerald
89. Pressure Gauge H Guru / Honeywell / Danfoss/ L&T/ Emerald
90. Temperature Gauge H Guru / Honeywell / Danfoss/ L&T/ Emerald
91. Expansion Tank Anergy/ Emerald/ Rapidcool/KD

92. Paint Nerolac/ Asian/ Burger

Note-
 Any item of make other than above said will be got approved by Engineer-in-charge
before brought at site.
 The list above is indicative and all items /samples shall be approved by Engineer-In-
Charge before installation at site.

67
SCHEDULE OF WORKS

S.No Item Description Qty. Unit Rate Amount Reference


A Sub Head : AHU WORK
CHILLER
Supplying, installing, testing and commissioning of AHRI Certified Air
Cooled Screw Chillers comprising of twin rotary screw chilling Machine for
(110 TR Actual ) capacity with R- 134A refrigerant and Single semi-hermetic
compressor comprise of machine mounted motor with Star delta starter. Cu-
Al Air cooled condenser, refrigerant piping and control wiring, first charge of
refrigerant & oil and accessories including safety controls mounted in central
micro-processor based console panel, sockets, flow switches, sensors, cable
termination adopter box with suitable rating of MCB/MCCB/SFU.
Refrigerant used as shall be Ozone friendly HFC. vibration isolators shall be
provided for the chiller and included in price. Evaporator shall be factory
insulated with 19 mm Thick black cloth faced Nitrile Rubber/Elastomeric
Foam as per OEM standard. Flow switch shall be provided at evaporator and
condenser duly interlocked for safe operation of chiller. Cable terminal box
shall be suitable for receiving incoming Aluminium Cabling. Grooved
coupling for chiller at inlet & outlet. BMS card shall be included in the price
1 and vendor shall provide open protocol and suitable to connect with 2.0 Set 40,36,550.00 80,73,100.00 MR
Modbus/Bacnet. Motor suitable for 415±10%, 50 cycles, 3 phase AC supply.
The Evaporator performance shall be as follows:
Chilled Water Temperature- Inlet-54 °F ( 12.2 Deg C)
Chilled Water Temperature- Outlet-44 °F ( 6.7 Deg C)
Ambient Temp@Design-113 °F
Max Ambient Temp at chiller should work-135 °F
Fouling Factor-0.0005 FPS
COP@AHRI-Min 3.28
IPLV-Min 4.39 kW/kW
NPLV-Min 3.65 kW/kW
The price quoted for supply, installation, testing & commissioning of Rotary
Screw Water Chilling Unit shall be inclusive of all duties & taxes, insurance,
transportation / shipment cost from works to site, loading / unloading, port
clearance charges etc. as required in Indian Rupees. (1W+1S)

68
CENTRIFUGAL PUMP SET
Supply, installation, testing and commissioning of Vertical Inline chilled
water centrifugal pump sets with SS-316 impeller for chilled water
recirculation complete with TEFC (IE3) Sq. Cage induction motor with class
"F" insulation, base plate, coupling guard, SS Shaft Grade 316, SS
impeller, factory fitted mechanical seal, flexible pipe connector at inlet
and outlet etc. conforming to technical specification & as per following
2 parameters. The chilled water pumps shall also include the cost of thermal 2.0 Set 4,65,500.00 9,31,000.00 MR
insulation.
Primary Chilled Water Pumps Set (1W+1S)
Capacity of Nos. Pump LPM = 1000
Pump Head (Mt) = 30.00
Motor HP (Indicative) = 11.0
Pump Efficiency (Min) = 75%
Air Handling Units CHW Type
Supply, Installation, Testing and commissioning of following factory built
Horizontal floor mounted chilled water double skin type air handling units
made of 46 mm thick panels consisting of pre plasticized G.I. casing of
thickness 0.8mm outside layer and 0.8 mm inside layer with polyurethane
foam (PUF) insulation factory injected between them by injection moulding
machine, fan section complete with floor standing AMCA certified backward
curved DIDW centrifugal fan, cooling coil section with aluminium finned
copper tubes (tubes thickness not less than 0.5 mm) with hydrophilic coating,
filter section with MERV-8 rating HDPE type air prefilters(it shall have
minimum 90%efficency down to 10 microns), limit switch, belt drive package
3
with TEFC drive motor of efficiency class IE3 suitable for 415 ± 10% V,
50Hz, 3 Phase AC supply suitably designed for variable frequency drive
applications, drain connections, doubled skinned sandwich type stainless steel
(18G) drain pan with PUF insulation having inner sheet of 18 gauge stainless
steel and outer sheet of 22 gauge GI sheet , copper header with " Copper to
MS adopter", auto purge valve wherever required, necessary vibration
isolation arrangement etc. complete as per specification. The AHU should be
with thermal break profile. The AHU coil shall be designed for a face
velocity of air not exceeding 155m/ min and the air outlet velocity from the
blower fan shall not exceed 610m/min and etc as required.
13000 CFM X 55 mm St. Pr. X 6 Row CC X 26 Tr X Floor mounted
3.1 1.0 Nos. 5,85,984.70 5,85,984.70 MR
Location- Ground Floor
69
10000 CFM X 50 mm St. Pr. X 6 Row CC X 20 Tr X Floor mounted
3.2 1.0 Nos. 5,08,678.45 5,08,678.45 MR
Location- Ground Floor
12500 CFM X 50 mm St. Pr. X 6 Row CC X 25 Tr X Floor mounted
3.3 1.0 Nos. 5,85,984.70 5,85,984.70 MR
Location- 1st Floor
12000 CFM X 50 mm St. Pr. X 6 Row CC X 24 Tr X Floor mounted
3.4 1.0 Nos. 5,63,374.70 5,63,374.70 MR
Location- 1st Floor
11000 CFM X 50 mm St. Pr. X 6 Row CC X 22 Tr X Floor mounted
3.5 1.0 Nos. 5,19,983.45 5,19,983.45 MR
Location- 2nd Floor
8000 CFM X 50 mm St. Pr. X 6 Row CC X 16 Tr X Floor mounted
3.6 1.0 Nos. 4,17,127.90 4,17,127.90 MR
Location- 2nd Floor
AIR & DIRT SEPERATOR
Supply, installation, testing and commissioning of centrifugal type Air & dirt
separator mild steel construction, unit shall be able to remove free air and
micro bubbles as well as remove solid particles upto 10 microns. The unit
shall inlet and outlet connections tangential to the vessel shell. The unit shall
4 have an internal stainless steel collector tube with 5/32” (4mm) diameter
perforations and 63% open area designed to direct accumulated air to the
compression tank on an air control system or an air vent on an air elimination
via an NPT vent connection at top of the unit. Unit shall be as per
specifications & drawings.
4.1 125 mm dia 1.0 Nos 2,46,050.00 2,46,050.00 MR
CHILLED WATER PIPING WITH INSULATION
(INDOOR/OUTDOOR)
Supplying, laying/ fixing, testing and commissioning of following nominal
sizes of chilled water piping plumbing inside/oitdoor the building (with
necessary clamps, vibration isolators and fittings but excluding valves,
strainers, gauges etc.) duly insulated with fire retardant quality expanded
polystrene moulded pipe section of density 20 kg/cu.m after a thick coat of
cold setting adhesive (CPRX compound) wrapping with 500g polythene faced
hessain and finally applying 0.63mm aluminium sheet cladding complete with DSR
5
type3 , grade 1 roofing feltstrip(as per IS:1322 as amended up to date ) at Item No.-
joints repairing of damage to building etc. as per specifications and as
required complete in all respect. Note:- The Pipes of sizes 150mm &
below shall be M.S. 'C' class as per IS : 1239 and pipes size above 150mm
shall be welded black steel pipe heavy class as per IS: 3589, from minimum
6.35mm thick M.S. Sheet for pipes upto 350 mm dia. and from minimum
7mm thick MS sheet for pipes of 400 mm dia and above.
70
5.1 125 mm dia. (75 mm thick insulation) 52.0 Mtr 4,357.62 2,26,596.43 16.3.7
5.2 100 mm dia. (50 mm thick insulation) 153.0 Mtr 3,724.98 5,69,921.76 16.3.8
5.3 80 mm dia. (50 mm thick insulation) 35.0 Mtr 2,915.11 1,02,028.76 16.3.9
5.4 65 mm dia. (50 mm thick insulation) 55.0 Mtr 2,470.43 1,35,873.65 16.3.10
5.5 50 mm dia. (50 mm thick insulation) 25.0 Mtr 2,059.05 51,476.24 16.3.11
5.6 40 mm dia. (50 mm thick insulation) 10.0 Mtr 1,751.86 17,518.57 16.3.12
VALVES & STRAINER (INSULATED)
Supply, installation, testing and commissioning of following valves in
chilled water line as per specification given in the tender. Valves shall be
6
insulated as per pipe insulation following sizes, complete as required and as
per IS & specifications
BALANCING VALVE WITH BUILT IN MEASURING FACILITY with
Cast Iron body flanged construction, SS-410 Stem, EN-3 Disc and EPDM DSR
6.1
Sealing Disc Rating PN-16 for chilled / hot water circulation as specified. Item No.-
Valves shall be insulated as per pipe insulation Sizes shall be as follows.
6.1.1 125 mm dia (For Chiller) 2.0 Nos. 28,437.87 56,875.74 16.7.2.3
6.1.2 100 mm dia 2.0 Nos. 21,358.48 42,716.96 16.7.2.4
BUTTERFLY VALVE (MANUAL) shall be PN-16 rating, Cast Iron to IS
210 Gr. FG 260 Body, Ductile (SG) Iron Disc with Nylon Coated, SS-431
DSR
6.2 Shaft, EPDM integrally moulded liner with hand lever operated upto 150mm
Item No.-
and 200mm and above Gear Operated. Valves shall be insulated as per pipe
insulation Sizes shall be as follows.
6.2.1 125 mm dia 11.0 Nos. 7,216.88 79,385.66 16.7.1.3
6.2.2 100 mm dia 4.0 Nos. 7,132.02 28,528.10 16.7.1.4
6.2.3 80 mm dia 1.0 Nos. 5,205.09 5,205.09 16.7.1.5
6.2.4 65 mm dia 10.0 Nos. 4,865.67 48,656.73 16.7.1.6
6.2.5 50 mm dia 2.0 Nos. 3,760.42 7,520.85 16.7.1.8
6.2.6 40 mm dia 1.0 Nos. 3,760.42 3,760.42 16.7.1.8
Ball valves of brass with strainer PN-16 pressure rating for chilled water/ hot
6.3
water circulation etc. as required
6.3.1 25 mm dia 6.0 Nos. 2,800.00 16,800.00 MR
6.3.2 15 mm dia for AHU drain 6.0 Nos. 1,550.00 9,300.00 MR
NON - RETURN VALVE Cast Iron to IS 210 Gr. FG 260 Body, ASTM A DSR
6.4
217 Gr. CA-15 (SS-410) Plates, SS-410 Hinge/Stop Pin, SS-316 Spring(s), Item No.-

71
Buna-N Seal for chilled / hot water circulation. Valves shall be insulated as
per pipe insulation Sizes shall be as follows.
6.4.1 125 mm dia 2.0 Nos. 8,449.94 16,899.89 16.7.3.3
Y-strainer (Factory Insulated) of Ductile CI Body flanged ends with
DSR
6.5 stainless steel strainer for chilled / hot water circulation. Valves shall be
Item No.-
insulated as per pipe insulation Sizes shall be as follows.
6.5.1 125 mm dia 2.0 Nos. 23,548.57 47,097.14 16.7.4.3
6.5.2 65 mm dia 5.0 Nos. 8,550.91 42,754.55 16.7.4.6
6.5.3 50 mm dia 1.0 Nos. 6,328.60 6,328.60 16.7.4.7
Providing & fixing in position of the industrial type pressure gauges with
7 gun metal/brass values of approved make of required size, complete in all 18.0 Nos. 1,284.62 23,123.22 16.8
respects and as per IS & specifications
Providing & fixing in position the mercury in glass industrial type
8 thermometers, complete as required size, complete in all respects and as per 16.0 Nos. 1,120.29 17,924.58 16.9
IS & specifications
Motorised Butterfly Valves (Factory Insulated)
Supply, installation, testing and commissioning of motorised on /
off butterfly valves with modulating motor in return chilled & hot water
line of Nos. chiller & Hot Water Generator operated through BMS & of
DSR
9 following sizes. Butterfly valve rating shall be PN-16, Cast Iron to IS 210 Gr.
Item No.-
FG 260 Body, Ductile (SG) Iron Disc with Nylon Coated, SS-431 Shaft,
EPDM integrally moulded liner. Valves shall be insulated as per pipe
insulation Sizes shall be as follows.
9.1 125 mm dia (For Chiller) 2.0 Nos. 45,657.84 91,315.69 16.11.3.6
Pressure Independent Balancing Cum Control Valve
Supply, Installation, testing and commissioning of following sizes electronic,
self-balancing, pressure independent type dynamic balancing valve with
integrated 2 way modulating control valve in a single body. The actuator shall
be capable of accepting upto 10V DC and upto 20 mA electric signal DSR
10
and shall provide similar transduced feedback output to control system. Item No.-
Maximum close off pressure shall not be less than 6 Bar for upto 50 mm
valves and 7 Bar for 65 mm & above. Valves should have pressure rating of
25 Bar minimum, complete as required and as per IS & specifications
10.1 50 mm Dia 1.0 Nos. 34,160.68 34,160.68 16.11.4.7
10.2 65 mm Dia 5.0 Nos. 57,810.21 2,89,051.05 16.11.4.5

72
Condensate Drain Piping With Insulation
Supply, laying, joining, testing and commissioning of CPVC 4120 SDR
11/SCH40 plastic pipe as per ASTM D- 2846/ASTM F 441 pipeline with
necessary slope. The rate quoted shall include for (All fittings shall be heavy
duty type SCH80 as per ASTM F439)necessary U-Trap, Unions, Reducer,
Coupling, Tee, Reducer tee, Elbow, Male adapter, Female adapter, End cap,
11
Brass couplings, Flange, Gaskets, clamps, Tagging(Acrylic), Adhesives
solution(ASTM F-493), Wall bores cutting through walls, 100 density PUF,
Metal supports(Clamps, ISMC, ISA), etc. as per dwg to be considered for all
sizes of every 1.5 mts distance, complete as required and as per IS &
specifications.
11.1 25 mm dia pipe 25.0 Mtr 317.00 7,925.00 MR
11.2 32 mm dia pipe 15.0 Mtr 391.00 5,865.00 MR
11.3 40 mm dia pipe 50.0 Mtr 456.00 22,800.00 MR
Auto Air Vent
Supply, Installation, testing and commissioning of auto air vent valve of
12 following sizes and complying with tender specification, complete as required
and as per IS & specifications
12.1 15 mm dia auto air vent valve with Ball valve 10.0 Nos. 1,050.00 10,500.00 MR
Expansion Tank for Chilled / Hot Water Circuit
Supply, Installation, testing and commissioning of 500 litres capacity
Expansion Tank of polypropylene SE quality, located approximately1 mtr
over the topmost level of chilled brine line to connect to return header with no
13 1.0 Nos. 86,450.00 86,450.00 MR
valve. The tank shall have 50mm system connection and 40mm drain and
over flow and 40mm quick fill and makeup connection and provision for
mounting level switches.
Duct Flexible Connectors:
Supply, Installation, testing and commissioning of Duct Flexible Connectors
made out of Silicon Coated Non Combustible Fabric (Finished Width of
150 mm) suitable to withstand temperature of 280 Deg. C for 1 Hour,
14 10.0 Sqm 3,950.00 39,500.00 MR
complete with fittings, flanges, supports, all accessories as per specifications
and any other item required to make the system complete as required and
as per IS & specifications
DUCTING, GRILLS, DIFFUSERS AND INSULATION
Supply, installation, balancing and commissioning of site fabricated DSR
15
GSS sheet metal rectangular/round ducting complete with neoprene rubber Item No.-
73
gaskets, elbows, splitter dampers, vanes, hangers, supports etc. as per
approved drawings and specifications of following sheet thickness complete
as required and as per IS & specifications
15.1 24 G (Up To 750 mm) 245.0 SMT 1,136.40 2,78,417.46 16.12.2.1
15.2 22 G (751 to 1500 mm) 105.0 SMT 1,320.07 1,38,607.23 16.12.2.2
15.3 20 G (1501 to 2250 mm) 125.0 SMT 1,749.71 2,18,713.61 16.12.2.3
16 Supplying & fixing of powder coated extruded aluminium Supply Air
Grills with aluminium volume control dampers complete as required and as 1.0 SMT 9,779.68 9,779.68 16.15
per IS & specifications
17 Supplying & fixing of powder coated extruded aluminium Return Air
Grills with louvers but without volume control dampers complete as 1.0 SMT 6,347.93 6,347.93 16.16
required, complete as required and as per IS & specifications
18 Supplying, fixing testing commissioning of supply air diffusers of powder
coated aluminium with aluminium volume control dampers with anti
10.0 SMT 13,086.83 1,30,868.34 16.17
smudge ring & removable core, complete as required and as per IS &
specifications
19 Supplying, fixing testing commissioning of Return air diffusers of powder
coated aluminium without volume control dampers with anti smudge ring 10.0 SMT 8,722.77 87,227.66 16.18
& removable core, complete as required and as per IS & specifications
20 Supplying, fixing testing commissioning of Fresh / Exhaust air louvers with
1.0 2.00 9,576.00 9,576.00
bird screen & damper complete as required and as per IS & specifications
21 Supply, installation and testing of multiblade box type
Galvanized Sheet Steel construction damper for ducts to be provided with
5.0 SMT 7,568.11 37,840.54 16.13
suitable links and quadrants for control of volume of air complete as
required and as per IS & specifications
23 Supplying and fixing of acoustic lining of duct with Open Cell Nitrile Rubber
density 140-180 Kg/m³. Applied by Adhesive, complete as required and
conforming to IS standard specification.
23.1 15 mm 155.0 SMT 1,549.45 2,40,164.75 MR
24 Supplying and fixing of acoustic lining on AHU room Wall and ceiling with
Open Cell Nitrile Rubber density 140-180 Kg/m³. Applied by Adhesive, Nut
bolt/ Gi washer etc. complete as required and as per IS & specifications
24.1 25 mm 450.0 SMT 2,214.45 9,96,502.50 MR
25 Supply & Installation of Thermal Insulation on Ducts not exposed to sunlight
using Closed Cell Class O Nitrile Rubber Elastomeric Insulation of Density DSR Item No.-
40 - 60 Kg/m3, Thermal Conductivity of 0.037 W/mk at 20 Celcius Mean
74
Temp. and µ≥7000 (without any additional vapour barrier) and with factory
laminated aluminium foil of minimum 60 Microns thickness having weight of
193 gsm as per EN ISO 2286-2, tensile strength shall be 90N/15mm as per
EN ISO 527-3 with elongation > 10% as per EN ISO 527-3; to be applied on
Ducts using manufacturer's recommended Rubber based Adhesive in a blend
of Solvents.
25.1 19 mm on Supply Air Duct 385.0 SMT 809.87 3,11,800.49 16.23.1
25.2 13 mm on Return Air Duct 90.0 SMT 685.35 61,681.41 MR
FIRE DAMPER & ACTUATOR
26 Supplying, Fixing, testing and commissioning of fire dampers in
supply air duct/main branch and return air path as and where required of
required sizes i/c control wiring, the damper shall be motorized and spring
return so as to close the damper in the event of power failure automatically DSR
and open the same in case of power being restored. The spring return action Item No.-
shall be inbuilt mechanism and not externally mounted. The damper shall also
be closed in the event of fire signal complete as required and as per
specifications.
26.1 Fire Damper 10.0 SMT 11,448.83 1,14,488.32 16.20.1
26.2 Actuator 15.0 Nos. 10,685.15 1,60,277.20 16.20.2
B Sub Head : VRV & NON - VRV System ( DX system)
OUTDOOR UNIT
Supply Installation, Testing & Commissioning of modular type Variable
Refrigerant Flow/Variable Refrigerant Volume air cooled Outdoor units
suitable for cooling and heating, having all hermetically sealed inverter type
Scroll Compressor(s), minimum two compressors for above 16 HP modules,
microprocessor based Controller, top discharge type condensing unit(s), with
R 410 A Refrigerant, vibration isolators, with suitable foundation etc. DSR VRV/VRF
27
complete as required. The unit shall deliver the rated capacity at AHRI Item No.
Conditions and work even at 50°C ambient temperature without tripping. The
unit shall be suitable to work on 400V +/- 10%, 3 Phase, 50Hz AC power
supply. The unit shall be filled with first charge of the refrigerant and ready
for use as required. The COP at AHRI conditions shall not be less than 3.1
and IEER not less than 6.5
27.1 28 HP capacity of Outdoor Unit 28.0 HP 17,631.35 4,93,677.84 1
INDOOR UNIT
28 Supply, installation, testing and commissioning of following capacity unit
75
high/ Medium static pressure VRF/VRV ceiling mounted ductable type
Indoor unit equipped with washable synthetic media pre-filter, fan
section with low noise fan/dynamically balanced blower, multispeed
motor, coil section with DX copper coil, electronic expansion valve, corded
remote control, outer cabinet, vibration isolators, drain pan, other necessary
supports etc., suitable for operation on single phase AC supply 230 V ± 10%,
50 Hz complete as required. The unit shall have automatic force shut down
provision in case of fire on receiving signal from BMS System. The cooling
capacity of indoor unit will be at air inlet conditions of 27 Degree C DB and
19 Degree C WB temperature.
Capacity 4.5 Tr /1800 CFM, GF-Conference (Left Side) & FF- Conference
28.1 2.0 Nos 92,121.26 1,84,242.52 4.15
(Left Side)
28.2 Capacity 3.5 Tr /1200 CFM, SF- Meeting room 1.0 Nos 51,085.27 51,085.27 4.17
AHU & VRV / VRF Outdoor Unit Integration Kit:
Supply Installation, Testing & Commissioning of the kit comprising of all
items in required quantities to complete the system, as listed below, but not
limited to the following:
AHU Control Kit(s), AHU EEV (Electronic Expansion Valve) Kit(s),
Thermistors for Pipes & Room (complete with field wiring), Dry Contact
29
PCB(s), Capacity Setting PCB(s),Control Wiring between AHU Control
Kit(s) and AHU EEV Kit(s), Power & Control Wiring between AHU Starter
Panel(s); AHU Control Kit(s) & AHU EEV Kit(s), Interlocking (complete
with wiring) of AHU starter(s) with Condensing Unit(s), complete as required
and as per IS & specifications.
4000 CFM X 25-30 SP X 4/6 RD ( as per coil selection) X 10.5 TR Location-
29.1 1.0 Nos 85,000.00 85,000.00 MR
Ground Floor Lobby
Supply Installation, Testing and commissioning of Imported fittings (Ref Net)
30
Y-joints etc. complete as required and as per IS & specifications
30.1 Y joints for IDU 3.0 Nos 8,500.00 25,500.00 MR
30.2 Y joints for ODU 1.0 Nos 14,000.00 14,000.00 MR
Supply Installation, Testing and commissioning Cordless/ Corded Remotes
31 4.0 Nos 4500.00 18,000.00 MR
controllers for Cast, complete as required and as per IS & specifications
Supply, installation, testing and commissioning of factory fabricated
Double Skinned, DX coil type, ceiling suspended Air- handling unit,
32
fabricated out of extruded aluminium section consisting with 0.6mm pre-
coated Galvanised steel sheet outside & 0.6 mm plain galvanised steel sheet

76
inside with blower, blower section and Blower shall be DIDW Forward
blade and blower motor TEFC type suitable (IE-3) for operation on 415
volts ± 10%, 50 Hz ± 5% AC supply, 4/6 ( as per coil selection ) Row cooling
coil made of Aluminium finned Copper tube ( thickness 0.50 mm) with coil
section, pre - filter section with non woven synthetic media of 10 micron
particle size with an efficiency of 90% (MERV 8), polished stainless steel
drain pan made out of 18 G sheet duly insulated complete with motor and
belt drive package etc. The AHU panels shall be insulated with 25 mm
thick & 40 Kg/m³ density PU foam. The motor & blower assembly shall be
mounted on Aluminium extruded section only. The complete AHU shall
conform to standard specification. The face velocity across DX cooling coil,
filters should not exceed 152meters per minute.
32.1 4000 CFM X 25-30 SP X 4/6 RD ( as per coil selection) X 10.5 TR
1.0 Nos 2,30,000.00 2,30,000.00 MR
Location- Ground Floor Lobby
33 Supply, installation, testing and commissioning of Non VRV Ductable Unit
of Capacity 4.0 Tr /1600 CFM, complete as required and as per IS &
2.0 Nos 1,03,500.00 2,07,000.00 MR
specifications. Location = GF-Digital Assement Center Scanner Room, FF-
Conference Room (Right Side)
34 Supply, installation, testing and commissioning of Non VRV 4 Way Cassette
Unit of Capacity 4.0 Tr , 5 star rating as per BEE, complete as required and as 1.0 Nos 75,000.00 75,000.00 MR
per IS & specifications. Location = FF- International Student Cell
35 Supply, installation, testing and commissioning of Non VRV 4 Way Cassette
Unit of Capacity 2.0 Tr , 5 star as per BEE, complete as required and as per IS 1.0 Nos 70,000.00 70,000.00 MR
& specifications. Location = FF- Rajbhasha Cell
COPPER REFRIGERANT PIPING
36 Supply, Installation, testing and commissioning including vaccumiasation
and Nitrogen testing of following nominal sizes of soft/hard drawn copper
refrigerant piping for VRV/VRF system, complete with fittings, with
suitable adjustable ring type hanger supports, jointing/brazing including DSR VRV/VRF
accessories, insulated with XPLE Class-O tubular insulation/with Class-O Item No.
closed cell elastomeric nitrile rubber tubular sleeves sections of specified
thickness as given below for Suction and Liquid lines, all accessories as per
specifications etc. as required :
36.1 6.4 mm dia (OD) (Soft drawn) with tube thickness 1.2 mm with 13 mm thick
45.0 Mtr 263.15 11,841.95 5.1
insulation
36.2 9.5 mm dia (OD) (Soft drawn) with tube thickness 1.2 mm with 13 mm thick
55.0 Mtr 355.53 19,553.99 5.2
insulation
77
36.3 12.7 mm dia (OD) (Soft drawn) with tube thickness 1.2 mm with 13
25.0 Mtr 500.53 12,513.27 5.3
mm thick insulation
36.4 15.86 mm dia (OD) (Soft drawn) with tube thickness 1.2 mm with 13 mm
40.0 Mtr 631.57 25,262.83 5.4
thick insulation
36.5 19 mm dia (OD) (Hard drawn) with tube thickness 1.2 mm with 19
28.0 Mtr 759.39 21,262.88 5.5
mm thick insulation
36.6 22.2 mm dia (OD) (Hard drawn) with tube thickness 1.2 mm with 19 mm
35.0 Mtr 929.10 32,518.38 5.6
thick insulation
36.7 25.4 mm dia (OD) (Hard drawn) with tube thickness 1.2 mm with 19 mm
15.0 Mtr 1,097.73 16,465.95 5.7
thick insulation
36.8 28.58 mm dia (OD) (Hard drawn) with tube thickness 1.2 mm with 19
13.0 Mtr 1,190.10 15,471.34 5.8
mm thick insulation
36.9 31.8 mm dia (OD) (Hard drawn) with tube thickness 1.62 mm with 19
5.0 Mtr 1,256.70 6,283.49 5.9
mm thick insulation
36.10 34.9 mm dia (OD) (Hard drawn) with tube thickness 1.62 mm with 19
10.0 Mtr 1,321.14 13,211.43 5.10
mm thick insulation
C Electrical Work
Main AC Panel
Supply, installation, testing & commissioning of weather proof IP-55/42
protection Main panel board cubical compartmentalised, Floor/wall mounted
made of 2.0 mm thick steel sheet duly painted complete with voltmeter,
ammeter, indicating lights for selector switch, incoming/outgoing feeders,
NO/NC contactors, CTS contactors complete as per specifications and
requirement.
1 No. 400 Amps 4 Pole MCCB
37 1.0 Set 2,39,400.00 2,39,400.00 MR
1 set 450 Amps TPN Aluminium conductor bus bar duly sleeved.
2 Nos 250 Amps TPN MCCB outgoing for 110.0 TR (Actual) Air Cooled
Chillers.
2 Nos. 40 Amps TPN MCB outgoing along with 2 Nos. Star delta starter for
chilled water pumps motor. (7.5 Kw)
1 No. 250 Amps TPN MCCB for 1 No. Air Cooled Chiller. (Spare)
1 No. 40 Amps TPN MCB for 1 No. Primary Pump. (Spare)
Electrical Sub Panel for AHU
Supply, installation, testing & commissioning of starter panel weather proof
38 IP-42 board cubical compartmentalised, wall mounted made of 2.0 mm thick
steel sheet duly painted complete with voltmeter, ammeter, indicating lights

78
for selector switch, incoming/outgoing feeders CTS contactors, NO/NC
contacts on all outgoings with Remote control switch option with by pass
system and space for AHU Variable frequency drive complete as per
specifications and required.
38.1 2.2 KW 1.0 Nos. 43,890.00 43,890.00 MR
38.2 5.5 KW 1.0 Nos. 43,890.00 43,890.00 MR
38.3 7.5 KW 4.0 Nos. 54,530.00 2,18,120.00 MR
38.4 11.0 KW 1.0 Nos. 57,190.00 57,190.00 MR
Supply, installation, testing and commissioning of following variable
frequency drive with IP 20 rated VFD ,mains disconnect switch, C1/C2
compliant, Four PID controller, alpha numeric graphical display with inbuilt
39
energy meter, ammeter, voltmeter etc., Banet over IP/ Banet over MSTP
communication protocol, etc. complete as required. The VFD shall be
provided with following minimum number of IOs: AI-2, AO-2, DI-6, DO-3
39.1 2.2 KW 1.0 Nos. 38,570.00 38,570.00 MR
39.2 5.5 KW 1.0 Nos. 46,550.00 46,550.00 MR
39.3 7.5 KW 4.0 Nos. 73,150.00 2,92,600.00 MR
39.4 11.0 KW 1.0 Nos. 86,450.00 86,450.00 MR
40 Supply and installation of 63 Amp, 4P, 300mA weather proof RCBO for
2.0 Nos 14,500.00 29,000.00 MR
outdoor units, complete as required and as per IS & specifications
41 Supply and installation of 32 Amp, 4P, 300mA weather proof MCB for
3.0 Nos 11,500.00 34,500.00 MR
outdoor units, complete as required and as per IS & specifications
42 Supply and installation of 16 Amp, 4P, 300mA weather proof MCB for
2.0 Nos 9,500.00 19,000.00 MR
outdoor units, complete as required and as per IS & specifications
Power & Control Cabling
43 Supply, laying, testing and commissioning of power and control cabling
as per specification given in the tender. Power cabling of XLPE insulated
Aluminium conductor armoured cables of 1.1 KV Grade
including cable end termination with brass compression glands &
aluminium lugs etc as per specification.
43.1 For Chiller (85 Kw Nos.)
2 x 3.5C x 150 Sq. mm (Rate For Single Run) 50.0 Mtr 2,255.02 1,12,750.75 MR
43.2 For CHW Pump, (11 HP Nos.)
2 x 3C x 6 Sq. mm (Rate For Single Run) 40.0 Mtr 192.85 7,714.00 MR
43.3 For Motor Up to 3.73 Kw
79
1 x 3C x 4 Sq. mm 80.0 Mtr 172.90 13,832.00 MR
43.4 For Motor of 5.5 Kw
1 x 3C x 6 Sq. mm 10.0 Mtr 192.85 1,928.50 MR
43.5 For Motor of 7.5 to 11 Kw
2 x 3C x 6 Sq. mm 50.0 Mtr 192.85 9,642.50 MR
44.00 Control cabling (PVC insulated Copper conductor of 1.1 KV
Grade Flexible cable)
44.1 3C x 1.5 Sq. mm 140.0 Mtr 142.31 19,923.40 MR
44.2 4C x 1.5 Sq. mm 50.0 Mtr 179.55 8,977.50 MR
44.3 5C x 1.5 Sq. mm 250.0 Mtr 204.82 51,205.00 MR
45 Supply, laying, testing and commissioning of PVC insulated and PVC
sheathed, shielded, Copper Conductor of 1.1 KV grade in PVC conduit, as
per Standard specification including end termination as required.
45.1 3C x 1.5 Sq. mm 120.0 Mtr 188.86 22,663.20 MR
46 Earthing Strip / GI Wires DSR Item No.
46.1 Providing and fixing 25 mm X 5 mm G.I. strip on surface or in recess for
40.0 Mtr 262.08 10,483.22 5.15
connections etc. as required.
46.2 Providing and fixing 6 SWG dia G.I. wire on surface or in recess for loop
160.0 Mtr 75.19 12,029.92 5.16
earthing as required.
Hot Dipped Galvanised Iron Cable Tray
47 Supplying and installing following size of perforated Hot Dipped Galvanised
Iron cable tray (Galvanisation thickness not less than 50 microns) with
perforation not more than 17.5%, in convenient sections, joined with DSR Item No.
connectors, suspended from the ceiling with G.I. suspenders including G.I.
bolts & nuts, etc. as required.
47.1 150 mm wide x 50 mm depth x 1.6 mm thickness. 100.0 Mtr 769.06 76,905.56 4.6.2
47.2 300 mm wide x 50 mm depth x 1.6 mm thickness. 50.0 Mtr 1,034.36 51,717.92 4.6.4
FALSE CEILING WORK
Design, Supply & fixing mineral fibre false ceiling tiles at all heights of size
595X595mm of approved texture, design and pattern. The tiles should have
Humidity Resistance (RH) of 99%, Light Reflectance > 85%, Thermal
48 onductivity k = 0.052 - 0.057 w/m K, Fire Performance as per (BS 476 pt - 6 DSR Civil item
&7)in true horizontal level suspended on interlocking T-Grid of hot dipped all
round galvanized iron section of 0.33 mm thick (galvanized 120 gsm)
comprising of main T runners of 15x32 mm of length 3000 mm, cross T of
80
size 15x32mm of length 1200 mm and secondary intermediate cross T of size
15x32 mm of length 600 mm to form grid module of size 600x600 mm
suspended from ceiling using galvanized mild steel item (galvanised@80gsm)
50 mm long 8mm outer diameter M-6 dash fasteners, 6 mm diameter fully
threaded hanger rod up to 1000 mm length and L-shape level adjuster of size
85x25x2 mm, spaced at 1200 mm centre to centre along main ‘T’. The system
should rest on periphery walls /partitions with the help of GI perimeter wall
angle of size24x24X3000 mm made of 0.40 mm thick sheet, to be fixed to the
wall with help of plastic rawl plug at 450 mm centre to centre & 40 mm long
dry wall S.S. screws. The exposed bottom portion of all T-sections used in
false ceiling support system shall be pre-painted with polyester baked paint,
for all heights. The work shall be carried out as per specifications, drawings
and as per directions of the engineer-in-charge.
48.1 With 20 mm thick beveled tegular mineral fibre false ceiling tile (NRC 0.7) 450.00 Sq.m. 2537.56 11,41,902.56 26.27.2
Design, Providing and fixing false ceiling at all height including providing
and fixing of frame work made of special sections, power pressed from M.S.
sheets and galvanized with zinc coating of 120 gms/sqm (both side inclusive)
as per IS : 277 and consisting of angle cleats of size 25 mm wide x 1.6 mm
thick with flanges of 27 mm and 37mm, at 1200 mm centre to centre, one
flange fixed to the ceiling with dash fastener 12.5 mm dia x 50mm long with
6mm dia bolts, other flange of cleat fixed to the angle hangers of 25x10x0.50
mm of required length with nuts & bolts of required size and other end of
angle hanger fixed with intermediate G.I. channels 45x15x0.9 mm running at
the spacing of 1200 mm centre to centre, to which the ceiling section 0.5 mm
thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips
49 of 10.5 mm, at 450 mm centre to centre, shall be fixed in a direction DSR Civil item
perpendicular to G.I. intermediate channel with connecting clips made out of
2.64 mm dia x 230 mm long G.I. wire at every junction, including fixing
perimeter channels 0.5 mm thick 27 mm high having flanges of 20 mm and 30
mm long, the perimeter of ceiling fixed to wall/partition with the help of rawl
plugs at 450 mm centre, with 25mm long dry wall screws @ 230 mm interval,
including fixing of gypsum board to ceiling section and perimeter channel
with the help of dry wall screws of size 3.5 x 25 mm at 230 mm c/c, including
jointing and finishing to a flush finish of tapered and square edges of the
board with recommended jointing compound , jointing tapes , finishing with
jointing compound in 3 layers covering upto 150 mm on both sides of joint
and two coats of primer suitable for board, all as per manufacturer's
81
specification and also including the cost of making openings for light fittings,
grills, diffusers, cutouts made with frame of perimeter channels suitably fixed,
all complete as per drawings, specification and direction of the Engineer in
Charge but excluding the cost of painting with:
12.5 mm thick tapered edge gypsum plain board conforming to IS: 2095-
49.1 450.00 Sq.m. 1230.86 5,53,889.20 12.45.1
(Part I) :2011 (Board with BIS certification marks)
Distempering with 1st quality acrylic distemper (Ready mix) having
50 VOC content less than 50 grams/ litre of approved brand and
manufacture to give an even shade :
50.1 Old work (one or more coats) 450.00 Sq.m. 61.01 27,454.00
51 Operation of HVAC Plant installed as per above work with one skilled
operator on daily basis during office hours for defect liability period of one
4 Job 93069.65 3,72,278.60 MR
year to be commenced from the date of commissioning of Plant (1 job = 3
months)
52 Supply Installation, Testing & Commissioning of 30-50W. 2*2 Size Panel
LED cool Day light suitable for single phase, 220-240 V, 50Hz, AC Supply
60 Each 2000.00 1,20,000.00 MR
including drop-down wiring from ceiling points with minimum 02 years
warranty as per IS & directions of EIC.
53 Dismantling, reinstallation, testing and recommissioning of fire detectors, heat
detectors, smoke detectors etc from roof ceiling to false ceiling including 1 job 30000.00 30,000.00 MR
necessary wiring complete in all respects as per directions of EIC.
Net Amount of Item 1 to 53 (incl. GST) 2,27,99,786.35
Say (in Rs.) 2,28,00,000.00

Note:
a) DSR Item rates including Cost Index and GST Factor.
b) Non-DSR Item rates are based on Market rates.

82

You might also like