Nit No 77/ee (E) /ded-51/2024-25
Nit No 77/ee (E) /ded-51/2024-25
GOVERNMENT OF INDIA
              CENTRAL PUBLIC WORKS DEPARTMENT
TENDER DOCUMENT
FOR
Operation & Maintenance of Internal EI & Fans, Pump Set, DG Set at CGHS Dispensary,
Mangla Puri, Palam, New Delhi for the Year 2024-25.
Issued by
                                        0
                                          GOVERNMENT OF INDIA
                                    CENTRAL PUBLIC WORKS DEPARTMENT
TENDER DOCUMENT
Name of Work:    Operation & Maintenance of Internal EI & Fans, Pump Set, DG Set at CGHS Dispensary,
                 Mangla Puri, Palam, New Delhi for the Year 2024-25.
                 This NIT containing page 01 to 49 approved for Rs. 8,61,026/- (Rs. Eight Lakhs Sixty One
      Thousand Twenty Six only)
                                                          1
Name of Work:     Operation & Maintenance of Internal EI & Fans, Pump Set, DG Set at CGHS Dispensary,
                  Mangla Puri, Palam, New Delhi for the Year 2024-25.
                                                      INDEX
                                                     *********
                                                         2
INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-TENDERING FORMING PART OF NIT AND
                              TO BE POSTED ON WEBSITE
        The Executive Engineer (E), DED-51, CPWD, East Block-3, Level-7, R.K. Puram, New Delhi. Ph No.
011-20863331, (E-mail:- deleedced7.cpwd@nic.in), on behalf of the President of India invites online
percentage rate bids from the approved and eligible Buildings & Roads category of CPWD in single bid
system for the following work:-
documents as specified in
                                                                                                                                                   receipt of deposition of
                                                                                                                        Stipulated Period of
                                                                                                                                                                                      of Price Bid
                                                                                                                              months
           NIT No.
                                                Name of work
  S. No.
                                                     &
                                                  Location
   1               2                                   3                           4                      5                      6                           7                           8
              77/EE(E)/DED-51/2024-25
                                                                                                                             12 (Twelve) Months
                                                                           Rs. 18,23,416/-
                                        Operation & Maintenance of
                                        Internal EI & Fans, Pump Set, DG                               Rs. 36,468/-
                                                                                                                                                                                03/02/20
                                        Set at CGHS Dispensary, Mangla
                                                                                                                                                     03/02/2025                   25
                                        Puri, Palam, New Delhi for the
                                                                                                                                                        Upto                      at
                                        Year 2024-25.
                                                                                                                                                      15:00 hrs                15:30 hrs
 Note: The contractor shall quote his percentage rates including GST and any other
       applicable taxes, levy or cess etc. And nothing extra shall be reimbursed on this
       account. This provision will supersede all the provisions in GCC and elsewhere in
       the tender document in regard to Levy/ Taxes payable by contractor.
1. As per CPWD WORKS MANUAL “Maintenance of Specialized E & M System will be got maintained
   comprehensively by the Manufacturer/Authorized Agents only.
   Therefore the Contractor has to submit the copy of Agreement from the respective Manufacturer /
   Authorized Agent within submission of PG, having the validity period of same as that of Agreement,
   failing which payment of Comprehensive maintenance of these items shall be deducted on prorate
   basis.
     Services like Comprehensive maintenance/repair of DG Set as per the detail given in the respective
     Items are to be got maintained through respective manufacturer/ authorize agent/authorized service
     center.
2. 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.
3. Information and Instructions for bidders posted on website shall form of bid document.
4. The bid document consisting of plans, specifications, the schedule of quantities of various types of
   items to be executed and the set of terms and conditions of the contract to be complied with and
   other necessary documents can be seen and downloaded from website www.etender.cpwd.gov.in
   free of cost. The Press notice can also be seen on www.etender.cpwd.gov.in free of cost.
                                                                                    3
5. But the bid can only be submitted after depositing Processing Fee in favour of M/s ITI Limited and
   uploading mandatory scanned documents such as demand draft or pay order of banker’s cheque or
   deposit at call receipt or fixed deposit, deposit receipts and bank guarantee of any scheduled bank
   towards EMD in favor of Executive Engineer, Delhi Aviation Division, CPWD, New Delhi on 03/02/2025
   upto 15:00 PM as specified.
6. The contractors already registered on the e-tendering portal will have option to continue by paying
   tender processing fee upto one year from the date of registration, or to switch over to (new)
   registration without tender processing fee any time. All new registrations from 01.04.2015 will be
   without tender processing fee.
7. Those contractors not registered on the website mentioned above, are required to get registered
   beforehand. If needed they can be imparted training on online tendering process as per details
   available on the website.
8. The intending bidder must have valid class-III digital signature to submit the bid.
9. On opening date, the contractor can login and see the bid opening process. After opening of bids he
   will receive the competitor bid sheets.
10. Contractor can upload documents in the form of JPG format and PDF format.
11. Contractor must ensure to quote rate of each item. The column meant for quoting rate in figures
    appears in pink color and the moment rate is entered, it turns sky blue.
    In addition to this, while selecting any of the cells a warning appears that if any cell is left blank the
    same shall be treated as “0”.
    Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item shall be
    treated as “0” (ZERO). In such a case, firm will have to execute those items free of cost.
12. 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
    tenders are received satisfying the laid down criterion.
13. The lowest tenderer is to submit, along with the performance guarantee after the acceptance of
    tender, an undertaking from the OEM (M/s...……..(as per sub heads in which required regarding)
     i. Authorization certificate.
     ii. The OEM is unconditionally support the lowest tenderer technically throughout the execution
          of contract as well as for Maintenance/ Comprehensive Maintenance Contract for the useful
          life of the system, and
     iii. OEM is provide all the spares required for healthy functioning of the equipment for at least
          seven years from the date of supply of equipment.
      The intending bidders, will send their queries / doubt for clarification by e-mail to The
      Executive Engineer (E), Delhi Electrical Division-51, CPWD, R.K. Puram, New Delhi -
      latest by …../…./2024 .
E mail ID – deleedced7.cpwd@nic.in
                                                      4
List of Documents to be submitted/Uploaded within the period of tender submission:-
           1. Enlistment order copy. Contractor registration in appropriate class of Buildings and Roads
              of CPWD.
           2. Earnest Money in the form of Account Payee Demand Draft or Banker‘s Cheque or Fixed
              Deposit Receipt, Insurance surety bond, bankers guarantee (for balance amount as
              prescribed) from a commercial bank (drawn in favour of Executive Engineer/DAD, CPWD,
              New Delhi) shall be scanned and uploaded to the e-Tendering website within the period
              of bid submission. The original EMD should be deposited either in the office of Executive
              Engineer inviting bids or division office of any Executive Engineer, CPWD within the
              period of bid submission. The EMD receiving Executive Engineer shall issue a receipt of
              deposition of earnest money deposit to the bidder in a prescribed format (enclosed)
              uploaded by tender inviting EE in the NIT. This receipt shall also be uploaded to the e-
              tendering website by the intending bidder upto the specified bid submission date and
              time. EMD receipt FORM “A” enclosed at page -7.
           3. GST registration certificate of the state in which the work is to be taken up,if already
               obtained by the bidder. If the bidder has not obtained GST registration in the state in
               which the work is to be taken up, or as required by the GST authorities, then in such a
               case the bidder shall scan and upload following , undertaking along with other bid
               document “If the work is awarded to me, I/We shall obtain GST registration certificate of
               the state in which work is to be taken up, within one month from the date of receipt of
               award letter or before release of any payment by CPWD whichever is earlier, failing which
               I/We shall be responsible for any delay in payments which will be due to me/us on
               account of the work executed and / or for any action taken by CPWD or GST Department
               in this regard
           4. The tender of the agency shall be opened on uploading of valid electrical license from
               competent authority in the name of the contractor.
           5. Detail of Agency – Form –B at Page-8
           6. Form – C– Undertaking for site inspection. Page – 9.
           7. Form – D– Sample Consent Letter of Contractor for E-MB. Page – 10.
           8. Form – E– I/We undertake and confirm that eligible similar work(s) has/have not been
               got executed through another contractor on back to back basis or subletting basis.
               Further that, if such a violation comes to the notice of Department, then I/we shall be
               debarred for bidding in CPWD in future forever. Also, if such a violation comes to the
               notice of Department before date of start of work, the Engineer-in-Charge shall be free to
               forfeit the entire amount of Performance Guarantee at Page-11
           9. Copy of registration or proof of applying for obtaining registration with EPFO and ESIC.
           10. Any other Documents as specified in the information and instructions for contractors for.
               E-tendering form.
                                                   5
                                               Performa – I
Memorandum of Understanding
Whereas, Central Public Works Department, have issued tender papers to quote for the following work to
M/s ……………………………………………………………… (Main contractor)
Whereas, This Memorandum of Understanding has been entered into to execute Electrical works for the
above work by M/s…………………………………………………(Electrical Contractor) (Associate electrical contractor).
Whereas, both the parties have gone through and understood the various conditions & clauses of the
tender and willingly agree to abide by them.
This MOU shall be valid till the duration of completion of above work and shall be extended if so required
by the CPWD.
In witness whereof we have put our hand and seal on dated …………………
Witness:-
1.
2.
                                                    6
                                                                                FORM - A
Name of work:- Operation & Maintenance of Internal EI & Fans, Pump Set, DG Set at CGHS
Dispensary, Mangla Puri, Palam, New Delhi for the Year 2024-25.
1. Name of Contractor
2. Form of EMD
3. Amount of EMD
Signature
Office stamp
                                                  7
                                                  FORM – B
                              DETAIL OF AGENCY
1.   Name of the agency                       :
2. Correspondence Address :
                                          8
                                                Form – ‘C’
To
Name of work: Operation & Maintenance of Internal EI & Fans, Pump Set, DG Set at CGHS
                    Dispensary, Mangla Puri, Palam, New Delhi for the Year 2024-25.
I/we have inspected and examined the site and its surroundings and is / are satisfied before
submitting our bid 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, I/we may require
and in general shall myself / ourselves obtain all necessary information as to risks, contingencies
and other circumstances which may influence or affect our bid. I/we shall be deemed to have full
knowledge of the site whether I/we inspect it or not and no extra charge consequent on any
misunderstanding or otherwise shall be allowed. I/we shall be responsible for arranging and
maintaining at our 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 me/us implie(s) that I/we have read this notice and all other contract
documents and has made myself / ourself aware of the scope and specifications of the work to
be done and of conditions and rates at which stores, tools and plant, etc. will be issued to us by
the Government and local conditions and other factors having a bearing on the execution of the
work.
Place :
Date :
                                                                       Yours faithfully
(Signatures of Bidder(s))
                                                    9
                                                                                  FORM - D
                     Sample Consent letter of Contractor for e-MB
                              Letter Head of Contractor
To
Name of work:        Operation & Maintenance of Internal EI & Fans, Pump Set, DG Set at CGHS
                     Dispensary, Mangla Puri, Palam, New Delhi for the Year 2024-25.
Sir,
          With reference to the above cited work and agreement, I hereby submit my Consent
for recording of online measurement on CPWD ERP system and making payment of work done
on the basis of online submission of measurements of CPWD ERP System.
                                                                         Yours faithfully,
Dated…………………
Place…………………
                                             10
                                        FORM – E
I/We undertake and confirm that eligible similar work(s) has/have not been got executed
through another contractor on back to back basis or subletting basis. Further that, if such a
violation comes to the notice of Department, then I/we shall be debarred for bidding in CPWD
in future forever. Also, if such a violation comes to the notice of Department before date of
start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Performance
Guarantee.
                                              11
                                      PWD-6 FOR e-Tendering
1.1 Percentage rate bids are invited on behalf of President of India from Approved and Eligible
    Contractors of CPWD who are registered in Buildings and Roads Category for the following work
    Operation & Maintenance of Internal EI & Fans, Pump Set, DG Set at CGHS Dispensary, Mangla Puri,
    Palam, New Delhi for the Year 2024-25.
      The authorization of the contractors should be valid on the last date of submission of
      bids.
      In case the last date of submission of bid is extended, the enlistment of contractor should be
      valid on the original date of submission of bids.
The work is estimated to Rs. 8,61,026/- however it is given merely as a rough guide.
1.1.1      The authority competent to approve bid for the combined cost and belonging to the major
          discipline will consolidate NITs for calling the bids. He will also nominate Division which will
          deal with all matters relating to the invitation of bids.
          For composite bid, besides indicating the combined estimated cost put to bid, should clearly
          indicate the estimated cost of each component separately. The eligibility of bidders will
          correspond to the combined estimated cost of different components put to bid.
1.2       Intending bidders is eligible to s u b m i t the bid provided he has definite proof from the
          appropriate authority , which shall be to the satisfaction of the competent authority,
          of having satisfactorily completed similar works of magnitude specified below:-
1.2.1      Conditions for Non-CPWD contractors only, if bids are also open to non- CPWD contractors
          (Refer provision at S. No. 1 of INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-
          TENDERING FORMING PART OF NIT AND TO BE POSTED ON WEBSITE)
1.2.2 To become eligible for issue of bid, the bidders shall have to furnish an affidavit as under:-
          I/W e 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 CPW D in future
          forever. Also, if such a violation comes to the notice of Department before date of start of
          work, the Engineer-in- Charge shall be free to forfeit the entire amount of Earnest
          Money Deposit/Performance Guarantee. (Scanned copy to be uploaded at the time of
          submission of bid)
1.2.3      When bids are invited from non CPW D contractors and CPWD class II contractors as
          per provisions of clause 1.2.1 above, it will be mandatory for non CPW D contractors and
          CPW D class-II contractors to upload the work experience certificate(s) and the affidavit as
          per the provisions of clause 1.2.2.
2.        Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 7
          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.
                                                      12
3.   The time allowed for carrying out the work will be 12 (Twelve) Months from the date of start
     as defined in schedule ‘F’ or from the first date of handing over of the site, whichever is later,
     in accordance with the phasing, if any, indicated in the bid documents.
5.   The bid document consisting of plans, specifications, the schedule of quantities of various
     types of items to be executed and the set of terms and conditions of the contract to be
     complied with and other necessary documents except Standard General Conditions of
     Contract Form can be seen on website www.etender.cpwd.gov.in.
6.   After submission of the bid the contractor can re-submit revised bid any number of times but
     before last time and date of submission of bid as notified.
7.   While submitting the revised bid, contractor can revise the rate of one or more item(s) any
     number of times (he need not re-enter rate of all the items) but before last time and date of
     submission of bid as notified.
8.   When bids are invited in three stage system and if it is desired to submit revised financial bid
     then it shall be mandatory to submit revised financial bid. If not submitted then the bid
     submitted earlier shall become invalid.
9.   Earnest Money in the form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed
     Deposit Receipt, Banker’s Cheque or Bank guarantee (for balance amount as prescribed) from
     any of the Commerical Banks (drawn in favour of Executive Engineer, DAD, CPWD, R.K. Puram,
     New Delhi-110066) shall be scanned and uploaded to the e-tendering website within the period
     of bid submission. The original EMD should be deposited either in any Office of CPWD (upto
     division office) within the period of bid submission. The EMD receiving Executive
     Engineer/Assistant Engineer/AAO shall issue a Receipt of deposition of earnest money deposit
     to the bidder in a prescribed format (enclosed) uploaded by tender inviting EE in the NIT.
     A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum
     50% of earnest money or Rs. 20 lac, whichever is less, shall have to be deposited in shape
     prescribed above, and balance may be deposited in shape of Bank Guarantee including e- Bank
     Guarantee of any Commercial bank having validity for a period of 90 days for single bid works and
     180 days for two bid system or more from the last date of receipt of bids which is to be scanned
     and uploaded by the intending bidders..
     The earnest money given by all the tenderers except the lowest tenderer shall be refunded
     immediately after the expiry of stipulated bid validity period or immediately after acceptance of
     the successful bidder, whichever is earlier. However, in case of two/ three bid system, earnest
     money deposit of bidders unsuccessful during technical bid evaluation etc. should be returned
     within 30 days of declaration of result of technical bid evaluation.
     Copy of Enlistment Order and certificate of work experience and other documents as specified in
     the notice inviting e- tender shall be scanned and uploaded on the e-Tendering website within the
     period of bid submission. However, certified copy of all the scanned and uploaded documents as
     specified in e- tender notice shall have to be submitted by the lowest bidder within a week
     physically in the office of tender opening authority. Online bid documents submitted by intending
     bidders shall be opened only of those bidders, whose original EMD deposited with any division of
     CPWD and other documents scanned and uploaded are found in order.
                                                13
      A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50% of
      earnest money or Rs. 20 lakh, whichever is less, shall have to be deposited in shape
      prescribed above, and balance may be deposited in shape of Bank Guarantee of any
      scheduled bank having validity for six months or more from the last date of receipt of bids
      which is to be scanned and uploaded by the intending bidders.
10.   The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if:
       (i)   The bidder is found ineligible.
(ii) The bidder does not upload scanned copies of all the documents stipulated in the bid document.
       (iii)   If any discrepancy is noticed between the documents as uploaded at the time of
               submission of bid and hard copies as submitted physically by the lowest bidder in the
               office of tender opening authority.
       (iv)    If a tenderer quotes nil rates against each item in item rate tender or does not quote any
               percentage above/below on the total amount of the tender or any section/sub head in
               percentage rate tender, the tender shall be treated as invalid and will not be considered as
               lowest tenderer.
11.    The contractor whose bid is accepted, will be required to furnish performance guarantee at 5%
      (Five Percent) of the tendered amount as mentioned in Schedule “E” and within the period
      specified in Schedule F. This guarantee shall be in the form of lnsurance Surety Bonds, Account
      Payee Demand Draft, Fixed Deposit Receipt or Bank Guarantee from any of the Commercial
      Banks 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, then EMD submitted shall be forfeited automatically without any notice to the
      contractor. The Earnest Money deposited alongwith the 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 and Programme
      Chart (Time and Progress) within the period specified in Schedule F.
12.   Intending Tenders are advised to inspect and examine the site and its surroundings and satisfy
      themselves before submitting their tenders as to the nature of the ground and sub-soil (so far
      as is practicable), the form and nature of the site, the means of access to the site, the
      accommodation they may require and in general shall themselves obtain all necessary
      information as to risks, contingencies and other circumstances which may influence or affect
      their tender. A tender 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 tender shall be responsible for arranging and maintaining at his own cost all materials, tools
      & plants, water, electricity access, facilities for workers and all other services required for
      executing the work unless otherwise specifically provided for in the contract documents.
      Submission of a tender by a tender implies that he has read this notice and all other contract
                                                     14
      documents and has made himself aware of the scope and specifications of the work to be done
      and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the
      Government and local conditions and other factors having a bearing on the execution of the
      work.
13.   The competent authority on behalf of the President of India does not bind itself to accept the
      lowest or any other tender and reserves to itself the authority to reject any or all the tenders
      received without the assignment of any reason. All tenders in which any of the prescribed
      condition is not fulfilled or any condition including that of conditional rebate is put forth by the
      tender shall be summarily rejected.
14.    Canvassing whether directly or indirectly, in connection with tender is strictly prohibited and
      the tenders submitted by the contractors who resort to canvassing will be liable to rejection.
15.    The competent authority on behalf of President of India reserves to himself the right of
      accepting the whole or any part of the tender and the tender shall be bound to perform the
      same at the rate quoted.
16.    The contractor shall not be permitted to tender for works in the CPWD Circle (Division in case
      of contractors of Horticulture/Nursery category) responsible for award and execution of
      contracts, in which his near relative is posted a Divisional Accountant or as an officer in any
      capacity between the grades of Superintending Engineer and Junior Engineer (both inclusive).
      He shall also intimate the names of persons who are working with him in any capacity or are
      subsequently employed by him and who are near relatives to any gazette officer in the Central
      Public Works Department or in the Ministry of Urban Development. Any breach of this
      condition by the contractor would render him liable to be removed from the approved list of
      contractors of this Department.
18.    The bid for the works shall remain open for acceptance for a period of Thirty (30) days
      from the date of opening of bid. If any bidder withdraws his bid before the said period or
      issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms
      and conditions of the bid which are not acceptable to the department, then the Government
      shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said
      earnest money as aforesaid. Further the bidder shall not be allowed to participate in the
      rebidding process of the work.
19.     This notice inviting Tender shall form a part of the contract document. The successful
      tender/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:-
                                                   15
a) The Notice Inviting Tender, all the documents including additional conditions, specifications and
   drawings, if any, forming part of the tender as uploaded at the time of invitation of tender and the
   rates quoted online at the time of submission of bid and acceptance thereof together with any
   correspondence leading thereto.
b) Standard C.P.W.D. Form 7 or other Standard C.P.W.D. Form as mentioned
                                                   16
                                                                                                CPWD-7
                                  GOVERNMENT OF INDIA
                            CENTRAL PUBLIC WORKS DEPARTMENT
    Tender for the work Operation & Maintenance of Internal EI & Fans, Pump Set, DG Set at CGHS
    Dispensary, Mangla Puri, Palam, New Delhi for the Year 2024-25.
    (i) To be submitted by-- 15:00 hrs (time) hours on 03/02/2025 (date) to Executive
        Engineer (E), DED-51, CPWD, R.K. Puram, New Delhi.
Issued To NIT……..
TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F Specifications
applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of
contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the
conditions of contract and all other contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India within the time
specified in Schedule ‘F’ viz., schedule of quantities and in accordance in all respect with the
specifications, designs, drawing and instructions in writing referred to in Rule-1 of General Rules and
Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for,
by, and in respect of accordance with, such conditions so far as applicable.
We agree to keep the tender open for Thirty (30) days from the due date of its opening in case of single
bid system or 75 (Seventy Five) days from the date of opening of Technical bid in case tenders are
invited on two /three bid system for specialized work and not to make any modification in its terms and
conditions.
A sum of Rs. 17,221 /- is hereby forwarded in Insurance surety Bonds, Account Payee Demand Draft,
Fixed Deposit Receipt, Banker‟s Cheque or Bank guarantee (for balance amount as prescribed) issued
by any of the Commerical Banks as earnest money.
A copy of earnest money in Insurance surety Bonds, Account Payee Demand Draft, Fixed Deposit
Receipt, Banker’s Cheque or Bank guarantee (for balance amount as prescribed) issued by any of the
Commercial Banks is scanned and uploaded (strike out as the case may be). If I/We, fail to furnish the
prescribed performance guarantee within prescribed period, I/We agree that the said President of India
or his successors, in office shall without prejudice to any other right or remedy, be at liberty to forfeit
the said earnest money absolutely. Further, if I/We fail to commence work as specified, I/ We agree
                                                    17
that President of India or the successors in office shall without prejudice to any other right or remedy
available in law, be at liberty to forfeit the said performance guarantee absolutely. The said
Performance Guarantee shall be a guarantee to execute all the works referred to in the tender
documents upon the terms and conditions contained or referred to those in excess of that limit at the
rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender
form.
Further, I/We agree that in case of forfeiture of Earnest Money & Performance Guarantee as aforesaid.
I/We shall be debarred for participation in the re-tendering process of the work.
I/We undertake and confirm that eligible similar work(s) has/have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I/We shall be debarred for tendering in CPWD in future forever. Also, if such a
violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall
be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.
I/We hereby declare that I/We shall treat the tender documents drawings and other records connected
with the work as secret/confidential documents and shall not communicate information/derived there
from to any person other than a person to whom I/We am/are authorized to communicate the same or
use the information in any manner prejudicial to the safety of the State.
Witness:…………………..                                                       FAX…………………..
Address:………………….                                                        E-MAIL………………..
Occupation:………………
ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by
me for an on behalf of the President of India for a sum of Rs__________________
The letters referred to below shall form part of this contract agreement:-
---.
                                                    18
                                                 SCHEDULES
SCHEDULE 'A'
Schedule of quantities (enclosed)                               As per Schedule of work attached.
SCHEDULE 'B'
                               Schedule of materials to be issued to the contractor:
                                                        Rates in figures & words at which
S.No.        Description of item          Qty.           the material will be charged to       Place of issue
                                                                   the contractor.
  1                    2                    3                             4                           5
                                          ------------- NIL -------------
SCHEDULE 'C'
                                    Tools and plants to be hired to the contractor:
 S. No.                    Description                         Hire charges per day           Place of issue
    1                          2                                          3                         4
                                          ------------- NIL -------------
SCHEDULE 'D'
Extra schedule for specific requirements /             :        NIL
documents for the work, if any.
SCHEDULE 'E'
Reference to General Conditions of contract      :     General conditions of contract for Maintenance
                                                       Work-2023 with amendment issued up to previous
                                                       day of last date of submission of the tender.
Name of work                                     :     Operation & Maintenance of Internal EI & Fans,
                                                       Pump Set, DG Set at CGHS Dispensary, Mangla Puri,
                                                       Palam, New Delhi for the Year 2024-25.
Estimated cost of work                           :     Rs. 8,61,026/-
(i) Earnest money                                :     Rs. 17,221/-
(ii) Performance Guarantee                       :     5% of tendered Value.
(iii) Security deposit                           :     2.5% of tendered value
SCHEDULE ‘F’:-
General Rules & Directions: -                        Latest GCC provisions
Officer inviting tender:                               :        Executive Engineer (E), DED-51, CPWD,      R.K.
                                                                Puram, New Delhi.
Maximum percentage for quantity of items of            :
work to be executed beyond which rates are to
                                                                             See Clause-12 below
be determined in accordance with Clauses 12.2
& 12.3
Definitions:
2 (v) Engineer-in-Charge                               :        Executive Engineer, DED-51, CPWD,          R.K.
                                                                Puram, New Delhi.
2 (viii) Accepting Authority                           :        Executive Engineer, DED-51, CPWD,          R.K.
                                                                Puram, New Delhi.
2 (x) Percentage on cost of materials and labour       :
                                                                                     15%
to cover all overheads and profits.
2 (xi) Standard schedule of Rates                      :        DSR E&M 2022 with amendments and up to
                                                                date corrections, Market rate, Minimum wages
                                                                as per Govt. of Delhi or Central Government.
2 (xii) Department                                     :        CPWD
9 (ii) Standard CPWD contract form                     :        GCC 2023 (Maintenance Work) for CPWD works
                                                                as amended/ modified up to submission of the
                                                                tender.
                                                           19
Clause 1
Time allowed for submission of Performance :
Guarantee, Programme Chart (Time and
Progress) and applicable labour license,
                                                                                07 days
registration with EPFO, ESIC and BOCW Welfare
Board or proof of applying thereof from the date
of issue of letter of acceptance.
Maximum allowable extension with late fee :
0.1% per day of Performance Guarantee amount                                     03 day
beyond the period provided in (i) above.
Clause 2
Authority for fixing compensation under clause – :            Superintending Engineer, DC-5, CPWD, R.K.
2                                                             Puram, New Delhi.
Clause 2A
Whether Clause 2A shall be applicable        :            No
Clause 5
Number of days from the date of issue of letter :
                                                                           10 Days
of acceptance for reckoning date of start.
           Note:- Levy of compensation under clause-2 will be granted by the Superintending
                     Engineer, DC-5, CPWD, R.K. Puram, New Delhi. Or His successor
                                                         20
Clause 10A :-
List of testing equipment to be provided by the   :        As per requirement at site & as per direction of
contractor at site lab.                                                  Engineer-in-Charge.
Clause 10 – B(i) :-
Whether clause 10-B(ii) shall be applicable         :                   No
Clause 10C – Payment on Account of increase in
              Price/Wages due to Statutory Order(s) :                         Not Applicable
                                                      Nearest material (other
                                                      than            cement,
                                                      reinforcement bars and Base price of all the
                          Materials         covered
Clause 10 CA                                          structural steel) for materials        covered
                          under this clause
                                                      which       All   India under clause 10CA
                                                      Wholesale price index
                                                      to be followed
                                              Not Applicable
Clause 10CC :-
Clause 10CC to be applicable in contracts with
stipulated period of completion exceeding the :                            -Not Applicable--
period shown in next column.
Schedule of component of other Materials,
Labour, POL etc. for price escalation.
Component of civil (Except materials covered Xm
under clause 10 CA)/ Electrical construction
materials expressed as percent of total value of
work.
                                                                             Not Applicable
Component of labour expressed as percent of Y
total value of work.
Component of POL expressed as percent of Z
total value of work.
Clause 11 :-
Specifications to be followed for execution of        :    CPWD Specification for electrical work Part-I
work                                                       Internal-2023, CPWD General Specifications for
                                                           Electrical works Part-II External-2023, CPWD
                                                           General Specifications for Electrical Works
                                                           Part-III (Lift & Escalator) – 2003, CPWD General
                                                           Specifications for Electrical Works Part-IV sub-
                                                           station-2013, CPWD General Specifications for
                                                           Electrical Works Part-V wet riser & Sprinkler
                                                           System – 2006, CPWD General Specifications
                                                           for Electrical Works Part VI Fire Alarm System –
                                                           1988, CPWD General Specifications for
                                                           Electrical Works Part VII DG Sets 2013, CPWD
                                                           General Specifications for Electrical Works Part
                                                           VIII Gas Based Fire Extinguishing System –
                                                           2013, CPWD General Specifications for
                                                           Heating, Ventilation & Air-Conditioning – 2017
                                                           & 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
                                                      21
                                                          along with the tender shall apply
Clause 12
Type of Work                                            Maintenance works including works of up-
                                                        gradation, aesthetic improvement, special repair,
                                                        addition / alteration etc.
 (i) As per modification in condition of contract in clause-12 maintenance works (vide no.
      DG/CON/Maintenance/2023/03 dated 18.12.2023. The completion cost shall be in no case exceed
      1.5 times the contract amount. Deviation upto 1.25 times of contract amount shall be approved by
      Engineer-in-charge with recorded reasons.
 (ii) Deviation beyond 1.25 times upto 1.5 times of contract amount shall be approved by SE/CE (as
      applicable) with recorded reasons (as per vide DG/SOP-2022/24 dated 18.12.2023)
 (iii) The completion cost shall, in no case exceed 1.5 times the contract amount. Contractor will
      devise a system to keep a watch on quantum of work taken up vis-à-vis balance items required to
      complete defined scope of work and will give the alerts to Engineer-in-charge before taking up extra
      item(s), deviation(s) so- that completion cost does not exceed above limit. Work executed beyond
      above limit will neither be recorded nor be paid.
Deviation Limit beyond which clause 12.3 shall apply : No limit (All the deviated quantities shall be paid at
for building work.                                       agreement rates)
Clause 16 :-
Competent Authority for deciding reduced rates.             Superintending Engineer, DC-5, CPWD, R.K.
                                                                       Puram, New Delhi.
Clause 18 :-
    1. Electrically operated chase cutting
        machine
    2. Electrically operated core cutting
        machine
    3. Megger
    4. Tong tester
    5. Any other machinery, tools and plants as
    per requirement at site.
Clause 19C :- Authority to decide penalty for
each default
Clause 19D:-     Authority to decide penalty for
each default                                              Engineer-in-Charge
Clause 19G: Authority to decide penalty for               Engineer-in-Charge
each default                                              Engineer-in-Charge
Clause 19K: Authority to decide penalty for each          Engineer-in-Charge
default
Clause 25 :
Clause 32 :-
                                                     22
                  “Requirement of Technical Representative (s) and Recovery Rates”
                                                 Tech. Representative)
                                                                                                       Rate at which recovery shall
                                                                                Experience
                               Discipline
Minimum
                                                                                              Number
 S.      Qualification                                                                                 not fulfilling provision of
No.      of Technical                                                                                  clause 32
        Representative
                                                                                                       Figures (in
                                                                                                       Rs.)            Words
Not Applicable.
Assistant Engineers retired from Government services that are holding Diploma will be treated at par with
Graduate Engineers.
Diploma holder with Minimum 10 year relevant experience with a reputed construction co. can be treated
at par with Graduate Engineers for the purpose of such deployment subject to the condition that such
diploma holders should not exceed 50% of requirement of degree engineers.
Clause 38 :-
    (i)      (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the
             basis of N.A printed by CPWD with upto date correction slips.
    (ii)     Variations permissible on theoretical quantities:
a) Cement for works with estimated cost put to tender not more than Rs.
                                                                                                               N/A
5 lakhs
for works with estimated cost put to tender more than Rs 5 lakh                                                N/A
b) Bitumen for all works.                                                                                      N/A
c) Steel Reinforcement and structural steel sections for each diameter,
                                                                                                               N/A
section and category.
d) All other materials.                                                                                         Nil
-------------NIL-------------
                                                                         23
                                      On Non-Judicial Stamp Paper Of Minimum Rs. 100
                                       (CPWD, OM No. DG/CON/311 dated 20.10.2020)
                    (Guarantee Offered By Bank To CPWD In Connection With The Execution Of Contracts)
          Form of Bank Guarantee for Earnest Money Deposit/Performance Guarantee/Security Deposit/mobilization
                                                          Advance
1.                                             Whereas, the Executive Engineer (E), DED-51, CPWD, R.K. Puram,
     New Delhi-110066. on behalf of the President of India (hereinafter called "The Government") has invited
     bids under ………(NIT Number)…….dated……for………..(Name of work : Operation & Maintenance of
     Internal EI & Fans, Pump Set, DG Set at CGHS Dispensary, Mangla Puri, Palam, New Delhi for the Year
     2024-25. The Govt. has further agreed to accept irrevocable Bank Guarantee for Rs. ………….
     (Rs…………………….. only) valid upto…………………………..(date)*………..as Earnest Money Deposit
     from………………..(name and address of the contractor)……………..(hereinafter called “the contractor”) for
     compliance of his obligations in accordance with the terms and conditions of the said NIT. OR** Whereas,
     the Executive Engineer (E), DED-51, CPWD, R.K. Puram, New Delhi on behalf of the President of India
     (hereinafter called "The Government") has entered into an agreement bearing
     number……………..with………………(name and address of the contractor)……………..(hereinafter called “the
     contractor”) for execution of work………………..(Name of work: Operation & Maintenance of Internal EI &
     Fans, Pump Set, DG Set at CGHS Dispensary, Mangla Puri, Palam, New Delhi for the Year 2024-25. The
     Government has further agreed to accept an irrevocable bank Guarantee for Rs…….(Rupees………….only)
     valid upto…….(date)……….as Performance Guarantee/Security Deposit/Mobilization Advance from the said
     contractor for compliance of his obligations in accordance with the terms and conditions of the
     agreement.
2.                                             We, ……………(indicate the name of the bank)…………(herein after
     referred to as “the Bank”), hereby undertake to pay to the Govt. an amount not exceeding Rs………….
     (Rs…………..only) on demand by the Govt. within 10 days of the demand.
3.                                             We, …………………………………(indicate the name of the bank)………….
     do here by undertake to pay the amount due and payable under this guarantee without any demur,
     merely on a demand from the Govt. stating that the amount claimed is reqd. to meet the recoveries due
     or likely to be due from the Said contractor. 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)
4.                                             We, …………………………………(indicate the name of the bank)
     …………., further undertake to pay the Govt. any money so demanded notwithstanding any dispute or
     disputes raised by the contractor in any suit or proceeding pending before any Court or Tribubal, our
     liability under this Bank Guarantee being absolute and unequivocal. The payment so made by us under
     this Bank Guarantee shall be a valid discharge of our liability for payment there under and the Contractor
     shal have no claim against us for making such payment.
5.                                             We, …………………………………(indicate the name of the bank)
     …………., further agree that the Govt. shall have the fullest liberty without our consent and without
     affecting in any manner our obligation here under to vary any of the terms and conditions of the said
     agreement or to extend time of performance by the said contractor from time to time or to postpone for
     any time or from time to time any of the powers exercisable by the Govt. against the said contractor and
     forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be
     relieved from our liability by reason of any such variation or extension being granted to the said
     contractor or for any forbearance, act of omission on the part of the Govt. or any indulgence by the Govt.
     to the said Contractor or by any such matter or thing whatsover which under the law relating to sureties
     would, but for this provision, have effect of so relieving us.
6.                                             We, …………………………………(indicate the name of the bank)
     ………….,further agree that the Govt. as its option shall be entitled to enforce this Guarantee against the
     Bank as a principal debtor at the first instance without proceeding against the Contractor and
     notwithstanding any security or other guarantee the Govt. may have in relation to the contractor’s
     liabilities.
7.                                             This guarantee will not be discharged due to the change in the
     constitution of the Bank or the Contractor.
                                                         24
8.                                         We, …………………………………(indicate the name of the bank)
     ………….,undertake not to revoke this guarantee except with the consent of the Govt. in writing.
9.                                         This Bank Guarantee shall be valid upto……………….unless
     extended on demand by the Govt. notwithstanding anything mentioned above, our liability against this
     guarantee is restricted to Rs…………...(Rupees………. Only) and unless a claim in writing is lodged with us
     within the date of expiry or extended date of expiry of this guarantee, all our liabilities under this
     guarantee shall stand discharged.
     DATE ..........................
     WITNESS ..................
     Signature….                                          Authorized signatory
     Name and Address                                     Name
                                                          Designation
                                                          Staff Code No.
                                                          Bank Seal
     Signature….
     Name and Address
     *Date to be worked out on the basis of validity period of 90 days where only financial bids are invited and
     180 days for two/three bid system from the date of submission of tender.
      **In paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for earnest
     money or for performance guarantee/security deposit/mobilization advance, as the case may be.
                                                         25
                        (CPWD, OM No.DG/SOP/14 dated 20.10.2020)
             (Proforma for encashment of BG to be issued 14 days before its expiry)
                                        Hkkjr ljdkj
                               dsUæh; yksd fuekZ.k foHkkx
                                fn-oS-ea&51] vkj- ds- iqje-]
                                        ubZ fnYyh
To,
The Manager
…(Name & Address of Bank)… ……………………
……………………
……………….
Name of Contractor:
Dear Sir,
                                           26
                                     GENERAL TERMS AND CONDITIONS
General
1.1   The copy of CPWD General Specifications are readily available in CPWD website www.cpwd.gov.in
      under the link publication.
1.2 Location:
          Work shall be carried out at CGHS Dispensary, Mangla Puri, New Delhi The contractor is advised
          to visit the site of work 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.
1.3       The work shall be executed as per CPWD General Specifications for Electrical works part-I
          (internal) 2023, Part-II (external)1995 as amended upto date, relevant I.E. Rules, industry
          standards, BIS/IES and as per directions of Engineer-in-charge. These additional
          specifications/conditions are to be read in conjunction with above and in case of variations;
          specifications given in these additional conditions shall apply. However, nothing extra shall be
          paid on account of these Specific conditions, as the same are to be read along with schedule of
          works for the work.
1.4       The tenderer should in his own interest visit the site and get familiarize with the site conditions
          before tendering.
1.5 No T&P shall be issued by the Department and nothing extra shall be paid on account of this.
3.1       On account payments for part work (after stipulated and statutory deductions) as assessed by the
          Engineer–in-charge for the applicable items in the Contract shall be payable at part rates not
          exceeding the percentage indicated against the stages of work.
3.4    Income Tax, labour cess & other statutory deductions etc shall be made at source as per the
       prevalent laws. The deductions of Security Deposit, Income-Tax, Works Contract Tax etc shall be
       done after calculation of the above due payments as per clauses 3.1 to 3.3 and net payment shall
       be reduced accordingly.
4.0    Rates
4.1    The rates quoted by the tenderer, shall be firm and inclusive of all taxes including GST and all
       charges for packing forwarding, insurance, freight and delivery, installation, testing,
       commissioning etc at site including temporary construction of storage, risks, overhead charges,
       general liabilities/obligations and clearance from Local Body. However, the fee for the Local Body
       inspections shall be borne by the department.
4.2    The department will not issue Octroi exemption certificate.
5.0    Completeness of Tender
       All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts,
       termination lugs for electrical connections and all other items which are useful and necessary for
       efficient assembly and installation of wall fan and components of the work shall be deemed to
       have been included in the tender irrespective of the fact whether such items are specifically
       mentioned in the tender documents or not.
6.0    Storage and Custody of Materials
       For storage of sundry materials and erection equipments or else the agency has to make his own
       arrangements. No separate storage accommodation shall be provided by the department. Watch
       and ward of the stores and their safe custody shall be the responsibility of the contractor till the
       final taking over of the installation by the department.
7.0    Care of the Building
       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. 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.
8.0    Completion Period
       The completion period indicated in the tender documents is for the entire work of planning,
       designing, approval of drawings etc arrangement of materials &equipments, delivery at site
       including transportation, installation, testing, commissioning and handing over the entire system
       to the satisfaction of the Engineer-in-charge.
9.0    Guarantee
9.1    All equipments shall be guaranteed for a period of 12 months (if not mentioned otherwise) from
       the date of taking over the installation by the department, against unsatisfactory performance
       and /or break down due to defective design, workmanship or material. The equipments or
       components, or any part thereof, so found defective during guarantee period shall be forthwith
       repaired or replaced free of cost, to the satisfaction of the Engineer-in-charge. In case it is felt by
       the department that undue delay is being caused by the contractor in doing this, the same will be
       got done by the department at the risk and cost of the contractor. The decision of the Engineer-
       in-charge in this regard shall be final & building on the contractor.
10.0   Power Supply
       (A) Maintenance/Revenue work (i/c Repair/ Renovation/ Up-gradation/ Retrofitting work ):-
                                                     28
  (i) Unless otherwise specified, 3 phase, 415 volts, 50 Hz AC power Supply (5 KW load) shall be
        provided by the department to the contractor at one point for execution of work at site.
        Termination switchgear and extension cable, however, shall be arranged/provided by the
        contractor. Further extension, if required, shall be carried out by the contractor himself.
  (ii) (a) For this purpose, the power supply shall be given at the main incomer unit of the
            electrical panel to be provided by the contractor. The termination of this feeder in the
            main incomer unit shall be the responsibility of the contractor and nothing extra shall
            be paid on this account.
        (b) Unless otherwise specified in the contract, further power distribution to the various
            equipment shall be done by the contractor.
        (c) Where the power supply has to be arranged by the Department at more than one point
            as per the terms of the contract, the termination of all such power feeders in the
            incomer of respective control panels to be provided by the contactor shall be the
            responsibility of the contractor and nothing extra shall be paid on this account.
        (d) The contractor shall use the power supply only for the bonafide use of the work. No
            work shall be done at site with the supplied power which is not required for execution
            of work or which pertains to work to be carried out for some other agreement/site or
            labour camp/office setup etc. The power supply shall be disconnected in case of such
            default and the contractor shall then have to arrange the required power supply at his
            cost. Further, if such incidence of use of electricity for other work or other agreement or
            labour/office setup or In case, any complaint regarding theft/misuse of electricity is
            found electricity charges @0.5% of Tendered amount or Rs10,000/- per occasion
            whichever is higher shall be recovered from contractors bill. A written complaint of
            client department along with its vetting/clarification by officer of CPWD of minimum
            rank of AE shall constitute a definite and sufficient proof for the alleged theft/misuse
            and recovery shall be made accordingly which should be non negotiable & non
            refundable and no claim in this regard, whatsoever, shall be entertained.
        (e) For use of electricity provided by department as mentioned above, following rates shall
            be recovered from contractors bills:-
            (i) For Renovation/Maintenance/Upgradation/Retrofitting work: - 0.15% of Gross
                  work done
            (ii) For Manpower or Outsourcing work having labour component more than 90%, No
                  electricity charges shall be recovered.
            (iii) For Works involving steel fabrication / steel work component more than 50% of
                  ECPT :- 01% of Gross work done
       Arrangement of Water supply for testing & for successful installation & completion of the system
       shall be in the scope of successful firm without any extra cost.
13.0   The successful tenderer should furnish well in advance three copies of detailed instructions and
       manuals of manufacturers for all items of equipments regarding installation, adjustments
       operation and maintenance including preventive maintenance & trouble shooting together with
       all the relevant data sheets, spare parts catalogue etc all in triplicate.
14.0   Extent of work
14.1   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 mentioned in details in the tender documents in connection with this
       contract as this is a turnkey job. The quoted rates shall be deemed to be inclusive of all kind of
       leads, lifts, clearing of site/jungle and nothing extra shall be paid, whatsoever on such account
14.2   In addition to supply, installation, testing and commissioning of complete installation,, following
       works shall be deemed to be included within the scope of work to be executed by the tenderer as
       this is a turnkey job.
       a)        Minor building works necessary for installation of equipments, foundation, making of
                 opening in walls or in floors and restoring them to their original condition / finish and
                 necessary grouting etc as required.
                                                    30
       b)      All supports for rising mains, cables and MS channels for erection of panels &etc as are
               necessary.
       d)      Getting Local Body inspection done & obtaining approval for energizing the installation if
               required. However, necessary fees for inspection shall be borne by the Department.
       e)      Arrangement of electric supply (Single / Three phase) and water supply for execution and
               successful commissioning of the system.
       f)      Small wiring, inter-connection etc inclusive of all materials and accessories, necessary to
               comply with the regulations as well as proper and trouble free operation of the
               equipment.
       g)      Closing of the cable entry points in sub-station against seepage of water, rodents etc.
       h)      Tools and tackles required for handling and installation.
       i)      Necessary testing equipments for commissioning.
       j)      Watch and Ward of materials and/or installation and equipments till their handling over
               to the department.
       k)      All minor building works, such as equipments foundation if required cutting and making
               good holes, grouting of channels belts as required. Cutting and making good damages etc.
       l)      Provision of supports/clamps for equipments, cables etc wherever required.
       Unless otherwise mentioned in the tender specifications the following works shall carried out by
       the department.
       i) To make the site available for the work. The contractor should select such equipment for
           installation as can be properly installed in the spaces shown in specification drawings. While
           no guarantee can be given minor modification required by the contractor if mentioned in the
           tender or intimated immediately after the receipt of tender shall be carried out if structurally
           possible.
16.0   Exclusion and work to be done by other agencies:
       The following shall be excluded from the scope of the work:
       a) Major dismantling of any existing building work.
18.0   Validity
       Tenders shall be valid for acceptance for a period of 30 days from the date of opening.
19.1   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:
       i)      Factories Act
       ii)     Indian Electricity Rules
       iii)    BIS & other standards as applicable
       iv)     Workmen’s compensation Act
       v)      Statutory norms prescribed by local bodies, Power supply co., etc.
                                                    31
19.2   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.
19.3   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
       of Rs. 500/- for each default. 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.
20.0   Indemnity
       The successful tenderer shall at all times indemnify the department, consequent on this works
       contract. The successful tenderer shall be liable, in accordance with the Indian Law and
       Regulations for any accident occurring due to any cause and the 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 their party insurance as may be necessary to cover the
       risk. No extra payment would be made to the successful tenderer on account of the above.
23.0   The work will be carried out with least disturbance during shifting & shut down taken in
       consultation with the client department.
25.0   Painting
       This shall include cost of painting of the entire installation.
26.0   Maintenance
26.1   Sufficient trained and experienced staff shall be made available to meet any exigency of work
       during the guarantee period of 3 years from the handing over of the installation.
                                                      32
27.0   Interpreting specifications
       In the case of discrepancy between the schedule of Items, the specification and/ or the drawings,
       the following order of preference shall be observed:-
           (a) Schedule of Work.
           (b) Specific Conditions.
           (c) General Terms and Condition.
           (d) Drawings.
           (e) CPWD Specifications.
           (f) NBC – 2016
           (g) Indian Standard Specifications of B.I.S.
       However, the order of preference provided is in general and in case of contradiction or otherwise,
       higher of specifications available in above documents/acts/codes shall be followed. Contractor is
       advised to quote the rates accordingly keeping in mind that highest of specification available shall
       be adopted.
28.0   General Terms & Condition, Special conditions & additional condition mentioned in part-B of NIT
       (i.e. Civil Component of work) shall also be applicable for part-C of NIT as well (Not applicable for
       Electrical exclusive contracts).
29.0   Excavation shall include hard rock excavation as well and nothing extra shall be paid on this
       account.
30.0   In case cable is laid at depth less than as mentioned in NIT/CPWD specifications recovery at Rs. 15
       per 10 cm depth /meter of cable length shall be recovered from bill. This shall also be applicable
       for GI pipe work, DWC pipe work, Earthling work as well.
31.0   Challan & Test Certificate for all items amounting more than Rs. 50,000/- shall be submitted along
       with running bill in case both Challan & Test certificated are not submitted R.A. bill shall not be
       considered & contractor shall be responsible for any delay in payment.
32.0   Contractor shall submit cable route plan for approval before start of cable work. In case drawings
       for area /layout are not available with department these drawings shall be prepared by contractor
       at his on cost. For the purpose of assessment of work contractor is advised to visit the site to get
       familiar with site conditions before quoting his rates
33.0   All cabling & street light work shall be carried out as per CPWD specifications (External) 1995.
       Contractor shall obtain written clearance from JE/AE in charge of work before refilling the
       excavated trenches, otherwise it shall be presumed that contractor has not excavated required
       depth and item/component of item for excavation and refilling for trenches shall not be paid and
       contractor shall be responsible for such non payment.
34.0    Contractor shall be fully responsible for shifting of services encountered at site like electrical
       lines/power cables/ telephone, TV, data cables/electric poles/light poles/feeder pillar (whether
       energized or not)/dismantling and handing over such material to department. For shifting of such
       services including dismantling of such material required for smooth working at site, nothing extra
       shall be paid. Contractor is advised to visit site before quoting his rates.
35.0   Measurements shall be recorded for all measurements and levels of work done in the shape of
       electronic measurement book through CPWD ERP module as per CPWD OFFICE MEMORANDEM
       NO. DG/CON-Maintenance- 2020/338, dated 13/04/2023) instructions and details.”
36.0   It is clarified that being occupied building site will be made available in phases/parts only. The
       work may also be required to be executed during odd hours/night shift/holidays for which nothing
       extra shall be paid.
37.0   The Contractor shall have to take over the site along with inventory AE/JE concerned & same shall
       have to handed over to the department after successfully completion of work. Any item either
       missing or damage due to poor workmanship/monitoring the same shall have to fulfill by the
       contractor free of cost.
1.   The work shall be carried out as per CPWD general specifications for electrical works Part-I & II, Part
     III (Lift & escalator), Part-IV (Sub-Station), Part-V (Wet Riser / Fire Fighting system), Part VI (Fire
     Detection and Alarm system), Part VII (D.G. sets), Part-VIII (Gas Based Fire Extinguishing System) and
     HVAC system upto date as amended wherever applicable and entire satisfaction of Engineer-in-
     charge or his representative.
2. Details of Manpower
     The agency shall have to provide following staff for smooth execution of the work:
     i) Wireman/Skilled staff - 01 No. (i.e. 6:00 AM to 2:00 PM)
4.   In case of any staff found absence from duty, the recovery will be made at the following rates from
     the contractor bill.
5.   The contractor / Firm are advised to visit the site of work before quoting the rates, in order to
     ascertain the quantum and location of work.
     (b) The contractor shall provide necessary barriers, warning signals and other safety measures while
     executing the work or wherever necessary so as to arising accidents. He shall also indemnity 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 accidents occurring due to any cause. The
     department shall not be responsible for any accidents occurred or damaged 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.
7.   The contractor shall take all precautions for safety of the workmen. If any accident/ mis-happening
     occur the department shall not be responsible for the same. If any compensation is to be paid to the
     victim, the firm shall pay the same and no claim in this account shall be entertained by the
     department.
                                                      34
8.   It shall be entirely the responsibility of the contractor to ensure that no unlawful act is done by his
     persons while on duty. In case any theft/ loss of departmental property takes place due to the
     negligence or carelessness of his personnel, the contractor will be held responsible and shall made
     good the same.
9.   Department shall in no way be involved in any dispute of whatever kind, between the contractor and
     the staff engaged by him. Payment against the final bill however would be subject to clearance from
     labour authorities.
10. No T&P shall be issued to the contractor. The contactor shall make his own arrangement of tools for
     maintenance of Sub Station/ Electrical Installations equipments. Following T&P shall always be
     available at the site of work by the contractor:-
   a. Tong tester, Test lamp
   b. Gloves – 4 Sets.
   c. First Aid Box
   d. Crimping Tool Kit
   e. Megar (5 KV HT and 500 volt LT)
   f. Spanner Set.
   g. Screw Driver set
   h. LN Keys set
   i. Earth Tester
   j. Blower
   k. Hammer, Drill Machine & Spade
   l. Every wireman/ operator should have pliers, screw driver of different size, tester & test lamp for
         day to day maintenance work.
     Before start of contract, these T&P materials must be kept in a lockable box, if same is not
     available at site recovery for the same @ Rs. 100/- per day shall be deducted from the contractor
     bill maximum upto Rs.1000/- per month.
11. The staff intended to be deployed shall be subjected to interview by Engineer-In-charge or his
    authorized representative for their suitability for deployment and whose decision shall be final and
    binding.
12. Before the start of contract, the contactor is bound to submit the following details along with
    supporting papers of the workers proposed Sub Head wise to be engaged by him. After receipt of
    confirmation of their suitability from Engineer-In-charge or his authorized representative, they shall
    be deployed on duty.
   b. Name & Postal Address with ID Proof
   c. Photograph with specimen signature
   d. Qualification and experience
   e. Bank accounts details
   f. ESIC/ EPF Details if applicable
     g. ESIC/ EPF Details if applicable
     h. Registration details in Biometric Attendance system
     Before start of work the agency has to got approved the detail of workers from Engineer-In-charge or
     his authorized representative & to take over the site from J.E./AE in charge of site.
13. For the passes of Labour, Police Verification, photographs, Copy of Aadhar Card has to be submitted
    well in time and the passes will be issued for 2 months only and the contractor has to again apply for
    passes. Necessary documents have to be submitted by the contractor.
                                                     35
14. The contractor shall prepare a Sub Head wise “Fortnightly / Monthly “duty chart with name and duty
    hours stated therein. The same shall be submitted to the JE (E) / AE (E) concern at least seven days in
    advance.
15. Shift timings can be changed as per the requirement at site and decision of the Engineer-in-charge.
16. The Engineers - in – charge reserves the right to ask the contractor to remove any default/untrained
    staff without assigning any reason.
17. All the cleaning material i.e. soap, duster etc shall be arranged by the contractor at his own cost for
    cleaning of Electrical Installation & fans, switch gear, DB, Main control panel, Water supply pump,
    Fire Alarm System/ D.G Set/ Sub Station equipment / Lifts etc. as per scope of work of this
    agreement. If cleaning of installation is not found satisfactory at any time, a recovery of Rs.500/- per
    occasion noticed per Sub Head shall be made from the bill of contractor.
18. The contractor shall furnish name & contact number of the persons, who should be contacted during
    emergency.
19. No staff shall leave his duty unless relived by his relievers, engineer in charge or the site reserves
    right to retain the staff on duty in the next shift if the relievers fail to turn up.
20. The rates quoted shall be inclusive of wages of Electrician / E&M Operator / Wireman/ Khallasi etc.
    i/c relievers, cleaning material, uniform and all taxes and duties etc. as applicable. However ESI/ EPF
    will be reimbursed to the contractor, on production of proof of deposit of the same with respected
    Govt. department.
21. All the complaint registers, log books, workers diary, test result registers or any other record for each
    sub head shall be supplied by the contractor, maintained by the staff of the contractor and handed
    over to the department on the completion/ termination of the contract.
22. In case the department staff is posted or due to some other reasons, the department reserve the
    right to terminate the contract in full or part thereof.
23. The contactor is bound to distribute the salary / wages to his worker by 7 th of each successive month,
    positively, by ECS or RTGS or online mode as feasible. However department will make payment to
    the agency as per conditions mentioned as Schedule F of NIT, subject to availability of fund and
    fulfillment of terms and condition of agreement. Copies of the proof of above mode of payment to
    the workers will be submitted to the concerned AE (E)/ JE (E) with the bill, failing which no payment
    will be made to the contractor.
24. The contractor shall deduct worker subscription toward Provident Fund, ESI, as per rules, he shall
    deposit the same along with his contribution into the respective accounts of the worker and submit
    the detail to this office for verification.
25. The firm shall abide minimum wages Act as notified by the Govt. of NCT Delhi or Central Govt.
    whichever is higher and the payment to staff shall be made through online mode /ECS. The payment
    to the contractor will be released only after giving proof to the department for the same.
26. ESIC & EPF shall be reimbursed on actual basis on production of documentary evidence.
27. In case of any dis-obedience by the staff of the contractor with the occupants/ authorities/ engineer
    in charge and his authorized representatives, the contractor shall be responsible fully for such
    consequences and such staff shall be removed from the site immediately.
                                                     36
28. Any other minor addition / alternation in the existing installation shall be covered in the scope of the
    work and operation & maintenance of the same shall be included in scope of this agreement.
    Nothing extra will be paid on this account.
29. The contractor shall be responsible for the safety of the Electrical installations so long as the entire
    work i/c testing, fixing of all fittings and fixtures are completed and handed over back.
30. As the installations /equipments are in running condition the installation shall be handed over on” as
    is where is basis” and nothing extra shall be paid toward pre- maintenance However, if any
    deficiencies are brought to notice of department while taking over of installations by the
    contractor ,for rectification of which some parts are required. The same shall be arranged by the
    department and provided to the contractor free of cost but shall be replaced by he contractor for
    which nothing extra shall be paid.
31. After the expiry of the contract, the firm shall have to hand over complete installation to the
    department in proper working order. All defect and deficiencies shall have to be rectified by the firm
    to the entire satisfaction of Engineer-in-charge failing which the work shall be got done at the risk
    and cost of the firm.
32. Contractor shall be bound to execute such additional items which can be termed as logical, essential
    and necessary (even though not listed in schedule of work) for the effective execution of the work in
    totality, rates for such items of work shall be rationally analyzed/derived and would be binding on
    the contractor.
33. The quoted rates should be inclusive of all taxes etc. i.e. GST and nothing extra will be paid.
34. The contactor shall provide two sets of summer uniform (shirt, paint & black shoes ) and two sets of
    winter uniform (shirt, paint and woolen jersey) along the badge having name of worker, designation
    of worker and name of agency within 15 days of start of work. Failing which recovery @ Rs. 4000/-
    per worker for summer uniform and @ Rs. 8000/- per worker for winter uniform shall be made from
    the contactor bill and department will arrange the uniform for the contractor’s worker.
35. Worker deputed on duty should be in uniform. If any worker found without uniform a recovery @ Rs.
    25/- per day per worker shall be made from the contactor’s bill.
36. The attendance shall be marked in Bio-matric Machine and same shall be submitted with RA/Final
    Bill for payment for the operational staff at site.
37. The contactor shall maintain Sub Head wise “attendance register” In support of the Bio-Metric
    attendance of the staff and the same shall be got periodically checked from JE(E) /AE(E) concern.
    Failure to which suitable recovery will be made from the contractor bill as decided by the Engineer-
    In-Charge.
38. Biometric Attendance system for all deployed workers shall be provided, installed and maintained
    in good working condition by the contractor at his own cost, for which nothing extra shall be paid. In
    case of any breakdown same shall be restored within 24 hours, else agency shall be imposed the
    penalty of Rs. 5,000/- per day. Independent Wi-Fi network/hotspot or internet connectivity to this
    machine must be provided by contactor at his own cost. In & out, both timings should be marked by
    every engaged staff in attendance machine failing which it will be treated as absent. However, during
    Covid period/any other circumstances if Govt. guideline restricted Biometric Attendance in that case
    JE / AE in-charge of work shall mark / verify manual attendance of the contractual staff deployed at
    site by the contractor. Any urgency In Round the clock shift duty, staff of current shift will relive only
    when staff of next shift join duty. All engaged manpower should join duty on time failing which a
                                                      37
    penalty charge @ Rs 50 for delay of every 30 minute or part thereof, after initial delay of 10 min will
    be imposed for every late attendance. Maximum permissible delay is 70 minutes (or as decided by
    Engineer-in-Charge). after which it will be treated absent. For early departure from scheduled off
    time, penalty charge will be imposed @ Rs 50 for every 30 minute or part thereof. Payment for
    manpower will be made by the department on the basis of Aadhar based Biometric system record. In
    case of defect in biometric machine and internet failure, staff will mark their attendance manually as
    per direction of Engineer-in-charge.
                                                    38
                                                               ANNEXURE -'I (A)'
                                  SCOPE OF WORK
                     COMPREHENSIVE MAINTENANCE OF 25 KVA DG SET
1.                                         1 No. 25 KVA Kirlosker make DG Set shall be got maintained
       comprehensively by the Manufacturer/Authorized dealer of Kirlosker make DG set.
2.                                         The work shall be carried out as per CPWD Specifications for
       internal and external electrical work & entire satisfaction of Engineer-in-charge.
3.                                         Contractor will be self responsible for any damage to the DG set
       due to negligence of their staff and has to bear the cost to make it fit.
4.                                         No. T & P will be issued to the contractor.
5.                                         The site shall be cleared properly after completion of work.
6.                                         Nothing Extra will be paid on A/C of cartage & taxes.
7.                                         The contractor shall make his own arrangement for safe storage
       and watch and ward at site department will not be responsible for any loss.
8.                                         Service Engineer visit would be made on monthly basis. However
       in case of any breakdown, service engineer will attend fault within 24 hours after lodged of
       complaint, failing which Rs.2000/- shall be deduct from bill on each complaint.
9.                                         The Materials shall have to be got approved from Engineer-in-
       charge before use at site.
10.                                        Dismantle material shall be retained by the contractor.
11.                                        Contractor shall send his maintenance staff once a month even if
       there is no complaint from site.
12.                                        Payment will be made only after successfully completion, testing
       to the satisfaction of department.
13.                                        The following jobs are not included in the scope of the contract:-
        (a)       Machining, grinding and welding job.
        (b)       Cleaning and repair of radiator and inter cooler.
        (c)       Calibration/testing and repair of fuel injection system.
        (d)       Repair of self starter motor, battery, charging alternator.
                                      40
                                                                                         ANNEXURE -'I (B)'
1.    The work shall be carried out as per CPWD specifications amended up to date and instructions of
      Engineer-In–Charge at Site.
3.    Before procuring the RECD Kit, it should be got approved by engineer-in-charge. Without approval
      of Engineer-in-Charge, RECD kit will not be allowed to install. The type approval certificate of model
      of RECD kit from CPCB authorized agencies to be submitted during the approval of Make and Model
      of RECD kit.
4.    The work is to be done in CGHS Dispensary, Mangla Puri therefore it likely that labour wastage may
      happen. No claim for labour wastage will be entertained in this regard. Also contractor are advised
      to visit the site before quoting the rate to get familiar with the site. Any claim for not visiting the
      site before quoting the rate will not be entertained.
5.    Any damage done to the building/Equipments during execution of work shall be made good to the
      entire satisfaction of department free of cost.
7. The rates quoted shall be inclusive of wages and all taxes and duties etc. as applicable.
8. The contractor shall be responsible for any mishap/accident during execution of work.
9. All the dismantle material shall be return back to J.E.(E) store at site.
10.   All the materials make and models to be used on this work by the contractor shall be got approved
      from the Engineer-In-Charge before use at site.
11.   Any loss or any damage to machinery/equipments due to faulty operation/ mishandling shall have
      to be made good by the contractor at his risk and cost. In the event of failure, suitable recovery
      shall be affected from the contractor's bill for which Engineer-in-charge decision will be final and
      binding on the contractor.
12.   Bad workmanship will not be accepted and defects shall be rectified at contractors cost to the
      satisfaction of the Engineer – in – Charge.
13.   All the debris/malba of the works should be removed and the site should be cleared by the
      contractor immediately after the occurring of debris. Similarly, any rejected materials should be
      immediately cleared of from the site by the contractor.
14.   Cement for this bona fide work is to be arranged and used by the contractor himself and nothing
      extra will be paid on this account.
15.   The contractor shall make his own arrangements at his own cost for tools and plants required for
      the work.
16.   The entire installation shall be at the risk and responsibility of the contractor until these are tested
      and handed over to the department. However, if there is any delay from the department side, the
                                                       41
      installation may be taken over in parts but the decision on the same shall be binding on the
      contractor.
17.   Not with standing the schedule of qualities, all items of interrelated works considered necessary to
      make the installation complete and operative are deemed to be included shall be provided by the
      contractor at no extra cost.
18.   Payment shall be released only after submission of PAN No. and Valid GST No. of the state where
      work is to be executed. If payment is delayed due to non-submission of PAN No. and Valid GST No.
      then, responsibility for the same will lie on the part of the contractor and no claim / interest etc.
      will be paid by the department on this account.
19.   Quantities indicated in Schedule of work are only tentative. Contractor shall consult AE-in-charge
      before procurement.
20.   Before start the work agency/contractor shall deposit the all material in advance. Before start the
      work agency/contractor will submit purchase invoice as well as technical certification as per NIT for
      the capacity of system from the approved manufacturer to the department
21.   All equipments shall be guaranteed for a period of Twelve Months, from the date of taking over the
      installation by the department against unsatisfactory performance and/ or break down due to
      defective design, workmanship or materials.
22.   All accidental liabilities shall be borne by the agency during execution of work, no any kind of
      compensation to be given by the department.
23.   Any kind of penalty due to bad performance of working parameters shall be borne by the
      contractor and department shall not be responsible for the same.
24.   The department will not be responsible for any kind of human injury/losses of live during duty
      Hours.
25.   First aid box shall be kept by the contractor at site of work. No extra payment shall be made on this
      account.
26.   Department shall not be responsible for any injury partial or permanent or death of any worker at
      site due to accident or manufacturing of the equipment or by negligence of the staff.
27.   All the bidders have been advised to visit/ Inspect the site for further details and contact the
      concerned AE(E), before bidding.
28.   No part rate payment shall be admissible in the contract. Full and final payment shall be made only
      after compliance of all the norms as per NIT/Agreement and satisfactorily completion of work.
29.   The Emission pollution test by NABL accredited Lab shall be carried out for 1 No. 25 KVA DG Sets
      before and after the installation of retrofit kit. The cost of such test shall be borne by the
      contractor. No reimbursement will be made whether the Retrofit device fails or pass the test. No
      payment shall be made if contractor could not successfully pass the emission pollution tests.
30.   If any penalty is imposed by CPCB/DPCC or any other agency due to inferior quality or delay in
      execution of work, it shall completely be borne by the contractor. The contractor shall rectify the
      shortcoming/ Defects at his own cost, nothing extra shall be paid on this account by the
      department.
                                                    42
 31.     Any inclinatory work like removing of any part from DG set and reinstalling the same and making
         DG set fully functional after execution of original work is included in the scope of work.
(a) RECD should not be mounted on canopy, as prohibited by GSR 371(E), dated - 17/05/2002.
(b) Structural integrity analysis reports to be submitted for the RECD installation.
(c) Maintenance platform with hand railing to be provided for human safety during maintenance.
       (e) RECD OEM / Contractor, in whose name the Type approval certificate is issued, is required to
           submit the quarterly report through real time online monitoring system of diesel generator set for
           RECD recorded at every 15 minutes up to DLP Period, including but not limited to:
            Energy consumption.
            Running hours.
            Warnings related to ECD diagnosis for the following conditions:
               Complete loss of particulate capture function
               Removal of the ECD system
               Failure of the ECD system
               Detection of exhaust bypass, temporary or permanent, as part of field/ operator
                   tampering
                                                         43
                         ADDITIONAL TECHNICAL CONDITIONS/SPECIFICATIONS
Special Conditions
1.      DG emission having following compliances/specifications/General features/Safety features: -
        Device should have automatic regeneration mechanism for ensuring trouble free operation and
         minimal human intervention preferably free towards AMC/by pass mechanism.
        Type Approval should be from designated agencies (by CPCB) only and strictly according to
         systems & procedures of CPCB laid down in CPCB guidelines.
        As this facility is critical national asset, safety and speed is utmost important, RECD should be
         equipped with 24x7 online health monitoring system for proactive indication/service.
        Also, RECD should be equipped with engineered for quick opening & closing of RECD at the time
         of emergency to ensure minimum down time.
        Bidder should have type approved RECDs for all capacities of DG sets as mentioned in BOQ.
        Bidder have to ensure the quick service and for this they have to provide documentary evidence
         of their registered workshop/service station in Delhi/NCR.
        OEM or their authorized service provider shall must have registered shop/service facilities in
         Delhi NCR.
        RECD shall be capable to control N2 particles upto permission level as per CPCB Norms.
                                                    44
                  LIST OF APPROVED MAKE FOR DG SET
S.N
         Details of Materials/Equipment                     Manufacturer's name/make
 o
 1.                    RECD kit                     As per the eligible list of Manufacturers certified
                                                    for installation of Retrofit Emission Control
                                                    Devices (RECD) applicable to 25 KVA and above
                                                    (upto 20 kW) dated 25.10.2024, available on
                                                    CPCB                                      website
                                                    https://cpcb.nic.in/Noise_and_Gensets/ListREC
                                                    D_Vendors.pdf
 2.        All other items not covered above        As per samples approved by Engineer In-
                                                    charge.
                                               45
                                         LIST OF ACCEPTABLE MAKES
 Note:- 1- The Contractor shall submitted samples of all materials before procurement for approval and
           shall procure directly from the manufacturer or their authorized dealer only.
        2- Material not specified in the attached list of acceptable make for electrical material shall be got
           approved from engineer-in-charge before use on work. Decision of Engineer-in-charge shall be
           final in this respect.
        3- The firm has to ensure that equipment manufacturer comes under definition of local manufacturers
            as per Govt. of India, Policy of Public Procurement (Preference to make in India) order, 2017(PPM-
            MII order 2017) issued by Department of Industrial Policy and Promotion. Only products
           conforming to above policy shall be allowed to be used in the work.
        4- In respect of materials for which approved makes are not specified above, then proposed makes
           shall be decided by the Engineer in Charge and as per sample approved before procurement &
           Installation.
                                                       46
                                 Schedule of Work
Name of Work :Operation & Maintenance of Internal EI & Fans, Pump Set, DG Set
and CCTV Camera system with equipment’s at CGHS Dispensary, Manglapuri,
Palam New Delhi for the year 2024-25
S.No                Description of Item         Qty    Unit    Rate    Amount
 1    Providing services of following staff for operation
      and routine maintenance of 1 x 25 KVA DG Set,
      electrical installation & fans, DB`s & main boards,
      compound lighting, pump set and Air conditioning
      unit on all working days except Sunday and
      Holiday in One Shift from 6 AM to 2 PM complete
      as required at site.                                        Mont              412056.
      (a) Wireman- 1 Nos.                                    12   hs     34338.00   00
 2    Comprehensive maintenance of 1 x 25 KVA DG
      Set of Kirlosker make i/c its Alternator and Engine
      as per maintenance schedule etc. complete as                Mont              55920.0
      required.                                              12   hs     4660.00    0
 3    Providing following accessories for 25 KVA DG set
      during B check servicing
(a)   SPIN ON LUBE OIL FILTER                                2    Each   389.00     778.00
(b)   FUEL FILTER ELEMENT                                    2    Each   471.00     942.00
(c)   SPINON FUEL FILTER 0.6L TBOWL                          2    Each   958.00     1916.00
(d)   SECONDARY ELEMENT                                      2    Each   493.00     986.00
(e)   Rust Buster                                            2    Each   260.00     520.00
(f)   SYNETHIC JELLY                                         2    Each   20.00      40.00
(g)   CLEANING WASTE                                         2    Each   12.00      24.00
(h)   DISTILLED WATER 1LTR                                   2    Each   34.00      68.00
(i)   Kirloskar Care Premium Genuine Oil 5 Liters Can        4    Each   1580.00    6320.00
(j)   BATTERY 115 AH                                         1    Each   8226.00    8226.00
(k)   BATTERY TERMINAL                                       2    Each   75.00      150.00
(l)   CONTACTOR 4 POLE                                                              13412.0
                                                             1    Each   13412.00   0
(m)   DOOR LOCK                                              4    Each   189.00     756.00
(o)   FREIGHT CHARGES                                        2    Each   598.00     1196.00
 4    Servicing and overhauling of split AC, WTAC units
      of 1.5/2.0 TR capacity wit coil shine chemical &
      high pressure water pump, oiling/greasing of
      blower and condenser motor, checking and
      tightening of electrical connections, replacement
      of defective wiring of any i/c dismantling and
      reinstallation at the existing location after
      servicing and commissioning etc, as required.          10   No.    356.00     3560.00
 5    Supplying & charging R-22/R-134a gas in the
      STAC/WTAC units capacity of 1.5/2.0 TR AC units
      i/c leakage testing removing the leakage, pressure
      testing, fussing the complete system, vacumising
      and gas charging complete as required.                 4    No.    2494.00    9976.00
 6    Supplying and replacement of compressors of 1.5
      TR capacities in the split type Ac units/ WTAC units
      etc. complete as required. (Dismantled material                               14762.0
      will be the property of the contractor.)               2    No.    7381.00    0
 7    Supplying,      replacement,       testing      and
                                                             2    No.    10107.00   20214.0
                                              47
      commissioning of 1 HP Open well submersible
      mono block pump having Power (IN KW- 0.75,
      Suction size (IN MM)-25, Delivery size (IN MM)- 25,
      Rated voltage (Volts)-210, Speed (RPM)-2800,
      Head Maximum ( IN M) 32, Discharge Minimum
      0.3, Discharge Maximum 2.2, Discharge unit-LPS,
      Phase-1, frequency (IN Hz)-50, No. of stages-1. i/c
      take out and lowering from the existing tank etc.
      complete as required. (Dismantled material will be
      the property of the contractor.)                                             0
8     Supply, Laying and fixing of one number PVC
      Insulated and PVC sheathed/XLEP aluminum
      armoured power cable of 1.1 KV grade of following
      size on wall surface as required.
8.1   3 x 10 sqmm( clamped with 1 mm thick saddle)                                 44850.0
                                                            150   Mtr.   299.00    0
9     Supplying & fixing of whether proof hot press
      moulded SMC distributions boxes of 295 x 195 x
      100 (mm) deep with front opening with hinged
      type door having locking arrangement mounted
      on wall / pole with the help of clamp etc i/c
      providing & fixing of 1 no 6 A to 32 A ratings, SP
      MCB, "С" curve, 10 KA breaking capacity, 3 phase
      copper connector i/c 4 nos DMC/ SMC support for
      fixing the strip, 3 nos hole in each strip, making
      hole for cable entry etc complete as required.
      (Sintex GSMB 3020)                                    12    Nos.   2345.00   28140
10    Fabrication, Designing, Supplying & Fixing of
      Galvanized arm street light pole bracket
      (single/double/tripple over hang) with tightening
      bolt etc. as per existing design of brackets of
      roads where the wall bracket to be fixed or as per
      approved by Engineer-In-Charge. (size as per site
      requirement type as per existing pole/wall)           1     Job.   9690.00   9690.00
11    Providing and fixing following rating and breaking
      capacity and pole MCCB with thermomagnetic
      release and terminal spreaders in existing cubicle
      panel board including drilling holes in cubicle
      panel, making connections, etc. as required.
11.   150 A, 16 KA, TPMCCB (Dismantled material will
 1    be the property of the contractor.)                   1     Each   5992      5992.00
12    Supplying of following modular switch/ socket on
      the existing modular plate & switch box including
      connections but excluding modular plate etc. as
      required.
12.   5/6 A switch ISI Marked
 1                                                          20    Each   34        680.00
12.   2 Way 5/6 switch ISI Marked
 2                                                          20    Each   68        1360.00
12.   15/16 A switch ISI Marked
 3                                                          20    Each   74        1480.00
12.   3 pin 5/6 A socket outlet ISI Marked
 4                                                          20    Each   63        1260.00
13    Supplying of two module stepped type electronic
      fan regulator on the existing moduler plate switch    10    Each   220       2200.00
                                             48
      box including connections but excluding moduler
      plate complete etc as required.
14    Supplying 0f 5A to 32 A rating, 240/415 V, 10KA,"C"
      curve miniature circuit breaker suitable for indicative
      load of following poles in the existing MCB DB
      complete     with     connections,     testing     and
      commissioning complete etc as required.
14.   Single Pole
 1                                                              20    Each   135        2700.00
14.   Double Pole
 2                                                              20    Each   437        8740.00
14.   Triple Pole
 3                                                              4     Each   702        2808.00
15    Structure steel work in single section, fixed with or
      without connecting plate, including cutting,
      hoisting, fixing in position and applying a priming
      coat of approved steel primer all Complete etc as                                 17602.5
      required.                                                 150   kg     117.35     0
16    Providing and fixing pre coated galvanised iron
      profile sheets (size, shape and pitch of corrugation
      e1 approved by Engineer-in-charge) 0.50 mm
      (+0.05%) zinc coating 120 grams per total coated
      thickness with sqm as per IS: 277, in 240 mpa
      steel grade, 5-7 microns epoxy primer on both
      side of the sheet and polyester top coat 15-18
      microns. Sheet should have protective guard film
      of 25 microns minimum to avoid scratches during
      transportation and should be supplied in single
      length upto 12 meter or as desired by Engineer in-
      charge. The sheet shall be fixed using self
      drilling /self tapping screws of size (5.5x 55 mm)
      with EPDM seal, complete upto any pitch in
      horizontal/ vertical or curved surfaces, excluding
      the cost of purlins, rafters and trusses and
      including cutting to size and shape wherever                    Sq
      required. Complete etc as required.                       5     mtr.   738.65     3693.25
17    Supplying, Installation, Testing & Commissioning
      of retrofit mission control device on existing 25
      KVA DG sets to reduce particulate matter,
      Designing i/c 3rd party inspection, Fabrication of
      MS Structure for Recd Hydrocarbon and Carbon
      Monoxide emission by at least 70% and as per
      latest guide line issued by CPCB i/c dismantling,
      lifting, loading, unloading, Placing and fixing Recd
      on fabricated structure from at any one of the five
      Central Pollution Control Board, Govt, of India,
      recognized/approved laboratories as given below:
      a.Automotive Research Association of India, Pune
      (Maharashtra)
      b.International Centre for Automotive Technology,
      Manesar                     (Haryana)
      c.Indian      Oil    Corporation,    Research    and
      Development Centre, Faridabad (Haryana)
      d.Indian     Institute   of   Petroleum,   Dehradun
      (Uttarakhand);or                                                       178008.0   178008.
      e.Vehicle Research Development Establishment,             1     No.    0            00
                                                49
 Ahmednagar               (Maharashtra)
 The RECD consisting of oxidation chamber
 particulate matter trap of IS 2062 grade B with
 high temperature resistant paint, vibration
 damper & gasket, shielding & guarding of
 insulation
 with    SS202     cladding,   making      structure,
 maintenance platform & ladder ofIS 2062 grade B
 with high temperature resistant paint, Noise
 attenuation is within the permissible limits,
 capturing chamber made of resistance process
 treated Mild Steel complete etc. as required.
                                                                          TOTAL      861025
                                                                                       .75
                                                                                     861026
                                                                         Say Rs.       .00
50