0% found this document useful (0 votes)
15 views29 pages

NIT172526

The document is a notice inviting e-tenders for the maintenance of the Constitution Club of India, focusing on the operation of a Daikin VRV system. It outlines the eligibility criteria for contractors, including financial turnover and experience requirements, as well as the necessary documents to be submitted with the bid. The deadline for bid submission is set for May 8, 2025, with an estimated cost of Rs. 70,18,464 and an earnest money deposit of Rs. 1,40,369.

Uploaded by

Exergy World
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
15 views29 pages

NIT172526

The document is a notice inviting e-tenders for the maintenance of the Constitution Club of India, focusing on the operation of a Daikin VRV system. It outlines the eligibility criteria for contractors, including financial turnover and experience requirements, as well as the necessary documents to be submitted with the bid. The deadline for bid submission is set for May 8, 2025, with an estimated cost of Rs. 70,18,464 and an earnest money deposit of Rs. 1,40,369.

Uploaded by

Exergy World
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 29

Notice Inviting for e-Tender

Name of work: Maintenance of Constitution Club of India, Rafi Marg, New Delhi (SH:-
Comprehensive maintenance and operation of Daikin make VRV
System

INDEX

Sl. No. Contents Page No.


1 Index 1
3 Information and Instructions For Contractors For E-Tendering Forming 2-4
Part Of NIT
4 List of documents to be scanned and uploaded within the period of bid 5
submission
5 Receipt of EMD & Bank Guarantee includes e-Bank Guarantee 6-8
6 CPWD 6 for e-tendering 9-12
7 Form A, B, B1 13-15
8 CPWD 7 and Schedule A to F 16-22
9 General Terms & Conditions 23-26
10 Annexure – B & C 27-28
11 Schedule of Quantity 29

Certified that this NIT contains pages 1 to 29 only.

Assistant Engineer (E)-P Executive Engineer (E)


Delhi Electrical Division-102 Delhi Electrical Division-102
CPWD, IP Bhawan, CPWD, IP Bhawan,
New Delhi New Delhi

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 1
ANNEXURE-20A.13.1
(Amended as per MAN-224-C)

INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR


E-TENDERING FORMING PART OF NIT

(Applicable for inviting tenders on two bid system)

The Executive Engineer (E), DED-102, CPWD, B-520, IP Bhawan, New Delhi
(Phone No.: 011-23378309), email: deleeed2.cpwd@nic.in invites on behalf of the President
of India online percentage rate tender in two bid system i.e. Eligibility bid & Financial bid
from Specialized Firms for the following work :-

Name of Work & Estimated Cost put Last date & Period during Time & Time & date

Earnest Money
Location time of which EMD, date of of opening of

completion
to tender

Period of
submission EMD Deposit opening of Financial bid
NIT No.
S. No.

of Eligibility Receipt and Eligibility


and other bid
financial documents
bids shall be
submitted
1 2 3 4 5 6 7 8 9 10.
1. Maintenance of
17/2025-26/DED-102/DELHI/1

Constitution Club
of India, Rafi Date and
i) EMD-Upto
Marg, New Delhi time shall be
the last date
Rs. 70,18,464/-

(SH:-
Rs. 1,40,369/-

of physically intimated to
24 Months

Comprehensive agencies
maintenance and submission of
At 03:30 who qualify
operation of Upto 3:00 bid i.e. upto
PM on the eligibility
Daikin make VRV PM on 3:00 PM on 08/05/2025 bid, by
System 08/05/2025 08/05/2025
EE(E), DED-
102, CPWD
Separately.

The tender form and other details can obtained from web site www.etender.cpwd.gov.in

Eligibility Criteria

1. Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures are
not accepted.
a) (i) Should have satisfactorily completed similar works as mentioned below during the last
seven years ending previous day of last date of submission of bid.
Three similar completed works each costing not less than Rs 28.07 Lakhs
or two similar completed works each costing not less than Rs 42.11 Lakhs
or one similar completed work costing not less than Rs 56.15 Lakhs

The “cost of work” means gross value of the similar completed work related to
SITC/Comprehensive maintenance and Operation of VRV/VRF Air conditioning
System. This should be certified by an officer not below the rank of Executive
Engineer/Project Manager or equivalent.
(ii) “Similar Works shall mean “SITC/Comprehensive maintenance and Operation of
VRV/VRF Air conditioning System”. The value of executed works shall be brought
to current costing level by enhancing the actual value of work at simple rate of 7%
per annum, calculated from the date of completion to previous day of last date of
submission of bid. For works completed in Private Sector TDS in support shall
be uploaded for verification of work.

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 2
The grading of quality of similar work shall be minimum “very good”.

b) The bidder Should have at least average annual financial turnover of Rs. 21.06 Lakhs on
construction works during the last three years ending 31 March 2024. (Scanned copy of
Certificate from CA with Unique Document Identification Number (UDIN) to be uploaded).
The value of annual turnover figures shall be brought to the current value by enhancing the
actual turnover figure at simple rate of 7% per annum.
c) Should not have incurred any loss (profit after tax should be positive) in more than two
years during the last five years ending 31st March, 2024.
d) Banker’s Certificate of the amount equal to Rs. 28.07 Lakhs or Networth Certificate of
minimum networth of equal to Rs. 7.02 Lakhs issued by certified Chartered Accountant
with UDIN (on the format prescribed in form B or B1).
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 part of bid
document.
4. The bid documents consisting of plans, specifications, schedule of quantities of various
types of items to be executed and the set of terms and conditions of the contract to be
complied with and other necessary documents can be seen and downloaded from website
https://etender.cpwd.gov.in free of cost.
5. But the bid can only be submitted after deposition of original EMD either in the office of
Executive Engineer inviting bids or division office of any Executive Engineer, CPWD
within the period of bid submission and uploading the mandatory scanned documents such
as Insurance Surety Bonds, Account Payee Demand draft or Bankers Cheque or Fixed
Deposit Receipts or / and Bank Guarantee includes e-Bank Guarantee (for balance amount
as prescribed) from any of the Commercial Bank towards EMD in favour of Executive
Engineer(E), ED-2, CPWD, IP Bhawan, New Delhi as mentioned in NIT, receipt for
deposition of original EMD to division office of any Executive Engineer (including NIT
issuing EE/AE), CPWD and other documents as specified.
A part of earnest money is acceptable in the form of Bank Guarantee includes e-Bank
Guarantee also. In such case, minimum 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 120 days
or more from the last date of receipt of bids.
The receipt of deposition of bank guarantee shall also be uploaded to the e-tendering
website by the intending bidder upto the specified bid submission date and time.
6. Those contractors not registered on the website mentioned above, are required to get
registered beforehand. The necessary training materials including the videos with step to
step process are available on download section of https://etender.cpwd.gov.in.
7. The intending bidder must have valid class-III digital signature certificate with encryption
key (Combo type) to perform any operations / transactions on the e-tendering portal/
website and the bidder should download and install the eMsigner on their system as per
instruction available on download section of https://etender.cpwd.gov.in.
8. On opening date, the contractor can login and see the bid opening process after
opening of bids he will receive the competitor bid sheets.
9. Contractor can upload documents in the form of JPG format and PDF format.
10. Certificate of Financial Turn Over: At the time of submission of bid contractor may upload
Affidavit/ Certificate from CA mentioning Financial Turnover of last 5 years or for the period
as specified in the bid document and further details if required may be asked from the
contractor after opening of eligibility bids. There is no need to upload entire voluminous
balance sheet.

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 3
11. Contractor must ensure to quote rate at specified point in Schedule of quantity. The
column meant for quoting rate in figures appears in yellow 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).
However, if a tenderer quotes nil rates against each item in item rate tender or does not
quote any percentage above / below on the total amount of the tender or any section / sub
head in percentage rate tender, the tender shall be treated as invalid and will not be
considered as lowest tenderer.
12. The eligibility bid shall be opened first on due date and time as mentioned above. The time
and date of opening of financial bid of contractors qualifying the eligibility bid shall be
communicated to them at a later date.
13. Pre Bid conference shall be held in the Office of Chief Engineer, NDZ-1, CPWD, Vidyut
Bhawan, New Delhi at 03:30 PM on *………….. to clear the doubts of intending bidders, if
any.
14. The lowest bidder shall submit the undertaking of the OEM in Annexure ‘C’ alongwith the
Performance Guarantee.
15. The department reserves the right to reject any prospective application without assigning
any reason and to restrict the list of qualified contractors to any number deemed suitable
by it, if too many bids are received satisfying the laid down criterion.
16. The contractors should furnish the complete details called for in the Eligibility document.
The applications with incomplete or inadequate details (or) not as per the proforma
prescribed in the bid document are liable to be rejected.
The applicants shall also refrain from giving unnecessary additional details, and
bulky volumes of books which are not essential /not connected. The Details shall
be filled in the appropriate forms and annexure only.
17. If private works are shown in support of eligibility, the tax deducted at source (TDS) shall
be submitted along with the experience certificate and the TDS amount should be
commensurate with the actual amount of work done.
*To be filled by Executive Engineer

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 4
LIST OF DOCUMENTS TO BE SCANNED AND UPLOADED WITHIN THE PERIOD OF BID
SUBMISSION

1. Treasury Challan/Demand Draft/Pay order or Banker‘s Cheque /Deposit at Call Receipt/FDR/


Bank Guarantee includes e-Bank Guarantee of any Scheduled Bank against EMD.
2. Copy of receipt for deposition of original EMD to division office of any EE, CPWD.
3. Certificate of Financial Turnover duly audited by Charted Accountant for the last 3 financial
years ending 31st March 2024, as per Form A.
4. Profit / Loss statement duly audited by Charted Accountant for the last 5 financial years
ending 31st March 2024 as per Form A.
5. Banker’s Certificate or Networth certificate of issued by the certified Chartered Accountant (on
the format prescribed in form B or B1).
6. Certificates of Work Experience issued by officers not below the rank of Executive
Engineer/ Project Manager or equivalent of the client department clearly indicating 1.
Name of work 2. Scope of Work 3. Agreement No. 4. Estimated Cost 5. Tendered Cost 6.
Final Value of Work Done 7. Date of Start 8. Stipulated date of Completion 9. Actual date
of completion. etc. in case some of above said details are not mentioned in the
Completion certificate, the firm shall attach ample proof in support of above details.
(Originals shall also be produced for verification if required)
7. Copy of Pan Card.
8. GST registration Certificate, if already obtained by the bidder.

If the bidder has not obtained GST registration certificate as applicable then he shall scan and
upload following undertaking along with bid documents.
“If work is awarded to me, I/Me shall obtain GST registration certificate as applicable within
one month from the date of receipt of award letter or before release of any payment by
CPWD, whichever is earlier, failing which I/We shall be responsible for any delay in payments
which will be due towards me/us on account of the work executed and/or for any action taken
by CPWD or GST department in this regard”.
9. Affidavit as per provision of clause 1.2.2 of CPWD – 6.
10. Undertaking as per Annexure ‘B’.
11. Any other Document as specified in the NIT.
Note:
1. It may be noted that the above document in prescribed proformas are mandatory
to be uploaded within period of bid submission, In case of non-uploading these
documents and not following the prescribed format the bids shall become invalid
and shall not be opened.

Assistant Engineer (E)-P Executive Engineer (E)


Delhi Electrical Division-102 Delhi Electrical Division-102
CPWD, IP Bhawan, CPWD, IP Bhawan,
New Delhi New Delhi

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 5
ANNEXURE-A

RECEIPT IN RESPECT OF EARNEST MONEY TO BE OBTAINED FROM ANY DIVISION AND


TO BE UPLOADED ALONG WITH THE BIDS

Receipt of deposition of original EMD

(Receipt No. ……………………………….../ date……………..……...)

1. Name of work:- Maintenance of Constitution Club of India, Rafi


Marg, New Delhi (SH:-Comprehensive
maintenance and operation of Daikin make
VRV System
2. NIT No. 17/2025-26/DED-102/DELHI/1

3. Estimated Cost Rs. 70,18,464/-

4. Amount of Earnest Money Deposit Rs. 1,40,369/-

5. Last date of submission of bid 08/05/2025 Upto 3:00 PM

1. Name of contractor ……………………………………*

2. Form of EMD ………………………………………….*

3. Amount of Earnest Money Deposit …...……………...*

4. Date of Submission of EMD ………………………….*

…**… To be filled by Executive Engineer


# To be filled by EMD receiving Executive Engineer

Signature, Name and Designation of EMD


receiving officer (EE/AE(P)/AO/AAO)
along with office stamp

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 6
On non-judicial stamp paper of minimum Rs. 100
(Guarantee offered by Bank to CPWD in connection with the execution of contracts)
Form of Bank Guarantee includes e-Bank Guarantee for Earnest Money Deposit /
performance Guarantee / Security Deposit

1. Whereas the Executive Engineer ………………… (name of division) …………….., CPWD on behalf of
the President of India (hereinafter called "The Government”) has invited bids under
........................ (NIT number)...................... dated for...................................................
(name of work) ………………………... The Government has further agreed to accept irrevocable
Bank Guarantee includes e-Bank Guarantee for Rs. ....................... (Rupees ..................
only) valid upto ......... (date)*................... as Earnest Money Deposit from
......................... (name and address of 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-102) CPWD, IP Bhawan, 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) ..........
The Government has further agreed to accept an irrevocable Bank Guarantee includes e-Bank
Guarantee for Rs. ....................... (Rupees .... only) valid upto ........ (date)........ as
Performance Guarantee / security Deposit 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 Government an amount not exceeding Rs...........................
(Rupees .......... only) on demand by the Government 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 Government stating that the amount claimed is required 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
Government any money so demanded notwithstanding any dispute or disputes raised by the
contractor in any suit or proceeding pending before any court or Tribunal, our liability under
this Bank Guarantee includes e-Bank Guarantee being absolute and unequivocal. The
payment so made by us under this Bank Guarantee includes e-Bank Guarantee shall be a
valid discharge of our liability for payment there under and the contractor shall have no claim
against us for making such payment.
5. We, ..................... (indicate the name of the Bank) further agree that the Government 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 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 Government against the said contractor
andto 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
Government or any indulgence by the Government to the said contractor or by any such
matter or thing whatsoever which under the law relating to sureties would, but for this
provision, have effect of so relieving us.

6. we,................ (indicate the name of the Bank) further agree that the Government at 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 Government may have in relation to the Contractor’s liabilities.

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 7
7. This guarantee will not be discharged due to the change in the constitution of the Bank or the
contractor.

We, ...................... (indicate the name of the Bank)................... undertake not to revoke
this guarantee except with the consent of the Government in writing.

8. Thls Bank Guarantee includes e-Bank Guarantee shall be valid up to ................ unless
extended on demand by the Government. 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 6 months of the date of expiry or extended date of
expiry of this guarantee, all our liabilities under this guarantee shall stand discharged.

Date..............

Witnesses:

1. Signature.................. Authorized signatory


Name and address

Name
Designation
Staff code no.
2. Signature……………. Bank seal
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 / bid.

** ln paragraph 1, strike out the portion not applicable Bank Guarantee includes
e-Bank Guarantee will be made either for earnest moey or for performance
guarantee / security deposit as the case may be.

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 8
CPWD-6 FOR e-Tendering

Percentage rate bids are invited by Executive Engineer(E), DED-102, CPWD, B-520, IP
Bhawan, New Delhi (Phone No.: 011-23378309), email: deleeed2.cpwd@nic.in on behalf of
the President of India online percentage rate tender in two bid system i.e. Eligibility bid &
Financial bid from Specialized Firms for the following work :-

“Maintenance of Constitution Club of India, Rafi Marg, New Delhi (SH:-


Comprehensive maintenance and operation of Daikin make VRV System”.
1. The enlistment of the contractors (applicable for CPWD enlisted contractors only) should be
valid on the last date of submission of bids. In case the last date of submission of bid is
extended, the enlistment of contractor should be valid on the original date of submission of
bids.
1.1 The work is estimated to cost Rs. 70,18,464/-. This estimate, however, is given merely
as a rough guide.
1.2 Intending bidder is eligible to submit the bid provided he has definite proof from the
appropriate authority, which shall be to the satisfaction of the competent authority, of
having satisfactorily completed similar works of magnitude specified below:-

1.2.1 Criteria of eligibility for submission of bid document

(a) (i) Should have satisfactorily completed similar works as mentioned below during the last
Seven years ending previous day of last date of submission of tenders.

Three similar completed works each costing not less than Rs. 28.07 Lakhs.
OR
Two similar completed works each costing not less than Rs. 42.11 Lakhs

OR
One similar completed work of cost not less than Rs. 56.15 Lakhs

The “cost of work” means gross value of the completed work i/c the cost of materials
supplied by Government/Client but excluding those supplied free of cost. This should be
certified by an officer not below the rank of Executive Engineer/Project Manager or
equivalent.
(ii) “Similar Works shall mean “SITC/Comprehensive maintenance and Operation of
VRV/VRF Air conditioning System”. The value of executed works shall be brought to
current costing level by enhancing the actual value of work at simple rate of 7% per
annum, calculated from the date of completion to previous day of last date of submission
of bid. For works completed in Private Sector TDS in support shall be uploaded for
verification of work.
The grading of quality of similar work shall be minimum “very good”.

(b) The bidder Should have at least average annual financial turnover of Rs. 21.06 Lakhs on
construction works during the last three years ending 31 March 2024. (Scanned copy of
Certificate from CA with Unique Document Identification Number (UDIN) to be uploaded).
The value of annual turnover figures shall be brought to the current value by enhancing the
actual turnover figure at simple rate of 7% per annum.

(c) Should not have incurred any loss (profit after tax should be positive) in more than two
years during the last five years ending 31st March, 2024.

(d) Banker’s Certificate of the amount equal to Rs. 28.07 Lakhs or Networth Certificate of
minimum networth of equal to Rs. 7.02 Lakhs issued by certified Chartered Accountant
with UDIN (on the format prescribed in form B or B1).

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 9
1.2.2 To become eligible for issue of bid, the bidders shall have to furnish an affidavit
as under:-
I/We undertake and confirm that eligible similar works(s) has/have not been got
executed through another contractor on back to back basis. Further that, if such a
violation comes to the notice of Department, then I/we shall be debarred for
bidding in 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.
(Scanned copy to be uploaded at the time of submission of bid)

2. Agreement shall be drawn with the successful bidder on prescribed Form CPWD 7 including
Standard General Condition Of Contract form 2023 as amended up to last date of submission
of bid, which is available as a Govt. of India Publication and also available on website
www.cpwd.gov.in. Bidders shall quote his rates as per various terms and conditions of the said
form which will form part of the agreement.
3. The time allowed for carrying out the work will be 24 Months from the date of start as defined
in schedule ‘F’ or from the first date of handing over of the site, whichever is later, in
accordance with the phasing, if any, indicated in the bid documents.
4. The site for the work is available.
5. The bid document consisting of plans, specifications, the schedule of quantities of various
types of items to be executed and the set of terms and conditions of the contract to be
complied with and other necessary documents except Standard General Conditions of Contract
Form can be seen on website https://etender.cpwd.gov.in free of cost.
6. After submission of the bid the contractor can re-submit revised bid any number of times but
before last time and date of submission of bid as notified.
9. 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.
10. When bids are invited in two/ 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.
11. Earnest Money of Rs. 1,40,369/- in the form of Treasury Challan or Demand Draft or Pay
order or Banker’s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt or Bank
Guarantee includes e-Bank guarantee (for balance amount as prescribed) from any of the
Commercial Banks drawn in favour of Executive Engineer(E), ED-2, CPWD, IP Bhawan,
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 the 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.
A part of earnest money is acceptable in the form of bank guarantee also. In such case,
minimum 50% of earnest money or Rs. 20 lac, whichever is less, shall have to be deposited in
shape prescribed above, and balance may be deposited in shape of Bank Guarantee of any
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

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 10
deposited with any division of CPWD and other documents scanned and uploaded are found in
order.
12. The bid submitted shall be opened at : 3:30 PM on 08/05/2025.
13. The bid submitted shall become invalid and e-Tender Processing fee (if applicable) 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 bid 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.

14. The contractor whose bid is accepted will be required to furnish performance guarantee at
specified percentage 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 Insurance Surety Bonds,
Account Payee Demand Draft, Fixed Deposit Receipt or Bank Guarantee includes e-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, the Earnest Money deposited by the
contractor shall be forfeited automatically without any notice to the contractor. The earnest
money deposited along with bid shall be returned after receiving the aforesaid performance
guarantee. The contractor whose bid is accepted will also be required to furnish either copy of
applicable licenses/ registrations or proof of applying for obtaining labour licenses, registration
with EPFO, ESIC and BOCW Welfare Board including Provident Fund Code No. If applicable and
also ensure the compliance of aforesaid provisions by the sub-contractors, if any engaged by
the contractor for the said work within the period specified in Schedule F.
15. The description of the work is as follows:
“Maintenance of Constitution Club of India, Rafi Marg, New Delhi (SH:-
Comprehensive maintenance and operation of Daikin make VRV System”.
Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as
is practicable), the form and nature of the site, the means of access to the site, the
accommodation they may require and in general shall themselves obtain all necessary
information as to risks, contingencies and other circumstances which may influence or affect
their bid. A bidder shall be deemed to have full knowledge of the site whether he inspects it or
not and no extra charge consequent on any misunderstanding or otherwise shall be allowed.
The bidder shall be responsible for arranging and maintaining at his own cost all materials,
tools & plants, water, electricity access, facilities for workers and all other services required for
executing the work unless otherwise specifically provided for in the contract documents.
Submission of a bid by a bidder implies that he has read this notice and all other contract
documents and has made himself aware of the scope and specifications of the work to be done
and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the
Government and local conditions and other factors having a bearing on the execution of the
work.
16. The competent authority on behalf of the President of India does not bind itself to accept the
lowest or any other bid and reserves to itself the authority to reject any or all the bids received
without the assignment of any reason. All bids in which any of the prescribed condition is not
fulfilled or any condition including that of conditional rebate is put forth by the bidders shall be
summarily rejected.
17. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and
the bids submitted by the bidder who resort to canvassing will be liable for rejection.

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 11
18. The competent authority on behalf of President of India reserves to himself the right of
accepting the whole or any part of the bid and the bidders shall be bound to perform the same
at the rate quoted.
19. The bidder shall not be permitted to bid for works in the CPWD Circle (Division in case of
bidder 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 of any Gazetted officer in the
Central Public Works Department or in the Ministry of Urban Development. Any breach of this
condition by the contractor would render him liable to be removed from the approved list of
bidder of this Department.
20. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or
Administrative duties in an Engineering Department of the Government of India is allowed to
work as a contractor for a period of one year after his retirement from Government service,
without the prior permission of the Government of India in writing. This contract is liable to be
cancelled if either the contractor or any of his employees is found any time to be such a person
who had not obtained the permission of the Government of India as aforesaid before
submission of the bid or engagement in the bidder's service.
21. The bid for the works shall remain open for acceptance for a period of 75 days from the date of
opening of bid. Further
(i) If any tenderer withdraws his tender or makes any modification in the terms & conditions
of the tender which is not acceptable to the department within 7 days after last date of
submission of bids, then the Government shall without prejudice to any other right or
remedy, be at liberty to forfeit 50% of the earnest money absolutely irrespective of letter
of acceptance for the work is issued or not.
(ii) If any tenderer withdraws his tender or makes any modification in the terms & conditions
of the tender which is not acceptable to the department after expiry of 7 days after last
date of submission of bids, then the Government shall without prejudice to any other right
or remedy, be at liberty to forfeit 100% of the earnest money absolutely irrespective of
letter of acceptance for the work is issued or not.
(iii) In case of for feature of earnest money as prescribed in para (i) and (ii) above, the bidders
shall not be allowed to participate in the rebidding process of the same work.
22. This notice inviting Bid shall form a part of the contract document. The successful bidder, on
acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date
of start of the work, sign the contract consisting of:-
a) The Notice Inviting Bid, all the documents including additional conditions, specifications
and drawings, if any, forming part of the bid as uploaded at the time of invitation of bid
and the rates quoted online at the time of submission of bid and acceptance thereof
together with any correspondence leading thereto
b) Standard C.P.W.D. Form 7, G.C.C. 2023 amended up to last date of submission of bid.
23. The intending bidders are required to update their profile in CPWD e- tender portal and to
upload their bids well in advance of last date of submission of tender. Any issue related to
updating profile/uploading tender can be resolved through the Executive Engineer(E),
DED-102, CPWD, IP Bhawan, New Delhi-110002 (Phone No. 011-23378309) or ERP helpline
no. 18001803286 or e-mail ld cpwd.support@techmahindra.com. The e- tendering bidders are
also advised not to wait to raise any issues till the last date of submission of bid in their own
interest.
24. In case of extension of agreement due to delay and / or reduction in scope of work due to
foreclosure, no claim on account of reduction in value of work, loss of business, loss of profit,
consequently overheads, any type of interest etc. shall be entertained.

…*… To be filled by Executive Engineer

Assistant Engineer (E)-P Executive Engineer (E)


Delhi Electrical Division-102 Delhi Electrical Division-102
CPWD, IP Bhawan, CPWD, IP Bhawan,
New Delhi New Delhi

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 12
FORM ‘A’

FINANCIAL INFORMATION

Name of the firm/ contractor……………………

I. Financial Analysis – Details to be furnished duly supported by figures in balance sheet/profit


& loss account for the last five years duly certified by the Chartered Accountant, as
submitted by the applicant to the Income Tax Department (Copies to be attached).

Fig in lakhs Rs.


Sl.No. Particulars Financial year
2019-2020 2020-2021 2021-2022 2022-23 2023-24

1 Gross Annual
turnover on
construction/
maintenance
works.

2 Profit (+)/ Loss(-)

II. Financial arrangements for carrying out the proposed work.

Signature(s) of Bidder(s)

Signature of Chartered Accountant with Seal.

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 13
FORM ‘B’

FORM OF BANKER’S CERTIFICATE FROM A COMMERCIAL BANK

This is to certified that to the best of our knowledge & information that
M/s…………………….. having marginally noted address, a customer of our bank is respectable & can
be treated as good for any engagement upto al limit of (Rs. …………………………..………………………………).
This certificate is issued without any guarantee or responsibility on the bank or any of the
officers.

Signature
(For Bank)
Note:
1. Bankers certificate should be on letter head of the bank, sealed in cover addressed to
Executive Engineer(E), DED-102, CPWD, IP Bhawan, New Delhi.
2. In case of partnership firm, certificate should include names of all partners as recorded
with the Bank.

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 14
FORM ‘B1’

FORM FOR CERTIFICATE OF NETWORTH FROM CHARTERED ACCOUNTANT

It is to certify that as per the audited balance sheet and profit and loss Account during
the financial year …………………….., the Net Worth of M/s …………………………………….. (Name and
Registered Address of Individual Firm/Company), as on …………………………. (The relevant date) is
Rs. ………………… after considering all liabilities.

It is further certified that the Networth of the company has not eroded by more than
30% in the last three years ending on (the relevant date).”
Unique Document Identification Number (UDIN) ……………….

(Signature) of Chartered Accountant …..…………………………….

Name of Chartered Accountant ……………………………………

Membership No. of ICAI

Date and Seal

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 15
CPWD-7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

STATE Delhi ZONE NDZ –I

BRANCH E&M DIVISION DED-102

PERCENTAGE RATE BID AND CONTRACT FOR WORK

(A) Bid for the work of:-

“Maintenance of Constitution Club of India, Rafi Marg, New Delhi (SH:-Comprehensive


maintenance and operation of Daikin make VRV System”

(i) To be submitted /uploaded online on 08/05/2025 up to 03:00 pm

(ii) Bid to be opened online in presence of bidders who may be present at 03:30 pm
on 08/05/2025 in the office of Executive Engineer, DED-102, CPWD, IP
Bhawan, New Delhi.

TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F.
Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of
Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules
referred to in the conditions of contract and all other contents in the tender document for the
work.
I/We hereby tender for the execution of the work specified for the President of India within
the time specified in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with
the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General
Rules and Directions and in clause 11 of the Conditions of contract and with such materials as are
provided for, by, and in respects in accordance with, such conditions so far as applicable.
We agree to keep the tender open for Seventy Five (75) days from the due date of its opening
and not to make any modifications in its terms & conditions.
l/We have deposited EMD for the prescribed amount in the office of concerned Executive
Engineer as per the bid document. A copy of earnest money deposit receipt ol prescribed amount
deposited in the form of lnsurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit
Receipt, Banker's Cheque or Bank Guarantee( as prescribed) issued by a Commercial Bank, 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
that President of India or his successors in office shall without prejudice to any other right or
remedy available in law, be at liberty to forfeit the said the performance guarantee absolutely,
otherwise said performance guarantee shall be retained by him towards security deposit to
execute all the works referred to in the bid documents upon the terms and conditions contained or
referred to therein and to carry out such deviations as may be ordered, up to maximum of the
percentage mentioned in Schedule ‘F’ and those in excess of that limit at the rates to be
determined in accordance with the provision contained in Clause 12.2 and 12.3 of the bid form.
Further, I/We agree that in case of forfeiture of 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 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

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 16
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.
I/We hereby declare that I/We shall treat the tender documents drawings and other records
connected with the work as secret/confidential documents and shall not communicate information
/ derived there from to any person other than a person to whom I/We, am/are authorized to
communicate the same or use the information in any manner prejudicial to the safety of the state.

Dated …***… Signature of the Contractor

Witness:…***… Postal Address …***…

Address: …***…

Occupation: …***…

…***… To be filled by Contractor

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted
by me for and on behalf of the President of India for a sum of Rs. …**… (Rupees …**…)

The letters referred to below shall form part of this contract Agreement:-

(a) …**…
(b) …**…
(c) …**…

For & on behalf of the President of India

Signature …**…
Dated …**…
Designation …**…

…**… To be filled by the Executive Engineer

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 17
PROFORMA OF SCHEDULES
SCHEDULE ‘A’

Schedule of quantities, enclosed on separate Attached


sheets:

SCHEDULE ‘B’

Schedule of materials to be issued to the contractor:

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

SCHEDULE ‘C’

Tools and plants to be hired to the contractor:

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

1 2 3 4
------------- NIL -------------

SCHEDULE ‘D’

Extra schedule for specific requirements/documents Terms & Conditions attached under scope
for the work, if any: of work

SCHEDULE ‘E’
Reference to General Conditions of General Conditions of Contract 2023 (Maintenance
contract: - Works) Incorporating Amendments upto Circular bearing
No. DG/CON-Maintenance-2020/338 dt. 13.04.2023 with
upto date correction slips.
Name of Work:- Maintenance of Constitution Club of India, Rafi Marg, New
Delhi (SH:-Comprehensive maintenance and operation
of Daikin make VRV System
Estimated cost of work:- Rs. 70,18,464/-

(i) Earnest money: (To be Rs. 1,40,369/-


returned after receiving
performance guarantee)
(ii) Performance Guarantee:- 5% of tendered Value
(iii) Security Deposit :- 2.5% of tendered Value.

SCHEDULE ‘F’
General Rules & Directions: -
Officer inviting tender:- Executive Engineer(E), DED-102, CPWD, IP
Bhawan, New Delhi.
Definitions:

2 (v) Engineer-in-Charge Executive Engineer (E), DED-102, CPWD, IP


Bhawan, New Delhi or his successor
2 (viii) Accepting Authority Chief Engineer, NDZ-1, CPWD, New Delhi, or
his successor
2 (x) Percentage on cost of materials and
labour to cover all overheads and 15%
profits.

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 18
2 (xi) Standard schedule of Rates Delhi Schedule of Rates-2022 for E&M works
with up-to-date correction slips

2 (xii) Department Central Public Works Department


9 (ii) Standard CPWD contract form General Conditions of Contract 2023
(Maintenance Works) Incorporating
Amendments upto Circular bearing No.
DG/CON-Construction-2020/338
dt.13.04.2023 with upto date correction slips.

Clause 1
(i) Time allowed for submission of Performance
Guarantee, Programme Chart (Time and 7 days
Progress) and applicable labour licenses,
registration with EPFO, ESIC and BOCW Welfare
Board or proof of applying thereof from the date
of issue of letter of acceptance, in days.
Maximum allowable extension with late fee @
0.1% per day of performance guarantee amount 3 days
beyond the period as (provided in i) above.

Clause 2
Authority for fixing compensation under clause 2. Chief Engineer, NDZ1, CPWD or his
successor.

Clause 5
Number of days from the date of issue of letter of 10 days
acceptance for reckoning date of start:

MILE STONE (S) AS PER TABLE GIVEN BELOW


Table of Milestone (s)

Sl. Description of Milestone (Physical) Time allowed in Amount to be with-


No. days held in case of non-
(From date of achievement of
start) milestone
N.A.

Time allowed for execution of work: 24 Months

Authority to decide:
(i) Extension of time Chief Engineer, NDZ1, CPWD or his successor.
(ii) Rescheduling of mile stones Chief Engineer, NDZ1, CPWD or his successor.
Shifting of date of start in case of delay
(iii) Chief Engineer, NDZ1, CPWD or his successor.
in handing over of site

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 19
Proforma of Schedule Clause 5
Schedule of handing over of site
Time Period for handing over
Part Portion of site Description reckoned from date of issue of letter
of intent
Part A Portion without any
All As and when required
hindrance
Part B Portions with encumbrances Nil NA
Part C Portions dependent on work
Nil NA
of other agencies

Clause 6

Computerized Measurement Book (CMB) / Electronic Measurement Book (EMB)

Mode of measurements EMB

Clause 7
Gross work to be done together with net payment Rs. 20.00 Lakhs (E&M)
/adjustment of advances for material collected, if any, Or Mutually Agreed by EIC and Agency
since the last such payment for being eligible to interim
payment

Clause 7A
Whether Clause 7A shall be applicable Yes

Clause 10A
List of testing equipment to be provided by the As per requirement of site and direction
contractor at site lab. of Engineer-in-charge.

Clause 10B(ii)
Whether Clause 10B(ii) shall be applicable Not Applicable

Clause 10C
Whether Clause 10C shall be applicable Applicable

Component of material / labour expressed as percent Labour (Y)


of total value of work 90%

Clause 10CC
Whether Clause 10CC shall be applicable Not Applicable

Clause 11
Specifications to be followed for execution of work
E&M works: CPWD General Specifications for HVAC work, Electrical work Part I Internal –
2023, amended upto date of receipt of tender.
CPWD General Specifications for HVAC work Electrical work Part II External -
2023, amended upto date of receipt of tender.

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 20
The completion cost shall in no case exceed 1.5 times the contract
Clause 12
amount
Authority to decide Upto 1.25 times the contract Executive Engineer(E, DED-102, CPWD or
deviation of amount his successor
contract amount
Beyond 1.25 times upto 1.50 Chief Engineer, NDZ1, CPWD or his
times of contract amount successor

Type of work Maintenance work

Completion Cost The completion cost includes gross amount of work done, amount of extra
item(s) and deviation(s) and escalation amount admissible as per
agreement etc.

Clause 12.2 Deleted

Clause 16
Competent Authority for deciding reduced rates. Chief Engineer, NDZ1, CPWD or his
(Shall be limited upto 5% of the Contract Value.) successor

Clause 18 E&M works:


List of mandatory machinery, 1. Temperature Measuring Machine. 2. Pressure Test Machine. 3.
tools & plants to be deployed Earth Tester 4. Megger 500 V 5. Line Tester 6. Test Lamp 7.
by the contractor at site Die & Vice 8. Chase Cutting Machine 9. Crimping Tools 10.
Tong Tester 11. Ladder and /or as per requirement at site / as
per the contract provisions and as per direction of Engineer-in-
charge.

Clause 19C, 19D, 19G & 19K


Authority to decide penalty for each Executive Engineer(E), DED-102, CPWD, New Delhi or his
default successor

Clause 25
(i) Conciliator ADG(Delhi), CPWD or his successor
(ii) Arbritrator appointing authority CE (NDZ-1), CPWD or his successor
(iii) Place of Arbitration Delhi

Clause 32
“Requirement of Technical Representative (s) and Recovery Rates”
Rate at which recovery
Experience (years)

shall be made from the


Designation
Minimum Discipline for contractor in the event
Minimum

Number

(Principlal
Sl. No.

qualification of (Major + of not fulfilling


Technical
Technical Minor provision of clause
/Technical
Representative component) 32(i) (Rs per month
Representative
per person)
Figures words
Graduate Elect. (1) Planning / 2 or 5 1 15,000/- Rupees
1 Engineer or quality / billing respectively Fifteen
Diploma Engineer Thousand
Engineer only

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 21
Note:
a. Assistant Engineers retired from Government services that are holding Diploma will be
treated at par with Graduate Engineer.

b. Diploma holder with minimum 10 years 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 engineer.

Clause 38
i) a) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of
Delhi Schedule of Rates 2021 printed by CPWD with up to date correction slips

i) Variations permissible on theoretical quantities:


a. Cement
For works with estimated cost put to tender not more 3% plus/minus
than Rs. 5 Lakh
For works with estimated cost put to tender more than 2% plus/minus
Rs 5 Lakh
b. Bitumen for all works. 2.5% plus only & nil on minus side
c. Steel Reinforcement and structural steel sections for 2% plus/minus
each diameter, section and category.
d. All other materials. Nil

Assistant Engineer (E)-P Executive Engineer (E)


Delhi Electrical Division-102 Delhi Electrical Division-102
CPWD, IP Bhawan, CPWD, IP Bhawan,
New Delhi New Delhi

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 22
TERMS & CONDITIONS
1. The work shall be carried out as per CPWD specification for HVAC works 2004 as amended
up to date.
2. All the material brought at site shall have to be got approved from the Engineer-in-charge
before use.
3. No T & P shall be issued by the department. All the T&P should be available at site i/c
ladders for day to day maintenance. In case the T&P is not available the department will
purchased the T&P and give it to the contractor's staff and will recover the amount from
the contractor's bill.
4. Any damage done to the existing structure shall be restored to its original shape & colour
by the contractor for which nothing extra shall be paid.
5. The rates quoted shall be inclusive of all taxes and duties.
6. GST as applicable has been considered in this NIT and if any changes are made in GST
rate by Govt., the same be effected from the date of order.
7. The rates quoted shall be exclusive of EPF & ESI as it would be reimbursed only after
submitted proper documents of their deposits & to the satisfaction of Engineer-in-charge.
8. The work shall be carried out in security zone area, hence necessary passes shall have to
be arranged by the contractor for the workers engaged by him by giving details of the staff
in appropriate proforma and photographs every quarter as desired by Engineer-in-charge.
9. The antecedents of the staff engaged shall be verified by the firm from local Police station.
10. Nothing extra shall be paid on account of idle labour.
11. The dismantal material if any shall have to be returned back to the department.
12. The Firm shall be fully responsible for the upkeep and maintenance of the Air Conditioning
system.
13. The contractor shall have to depute trained and qualified staff for adjustment, repair,
replacement and periodic maintenance of all equipment within quoted rates. Two Nos.
Mobile phones should be given to the staff for coordination between various stake holders.
14. Whenever any work or periodic maintenance is carried out, the same shall have to be
entered in the register, kept in the Enquiry office or JE, by the representative of the firm.
15. The maintenance and repair work shall have to be carried out as often as required during
normal working hours and if required after normal working hours or holidays for which
nothing extra shall be paid.
16. The firm has to do routine service, routine inspection checking & servicing the air
conditioner once in every quarter. The firm has to attend the breakdown, call immediately.
Nothing extra shall be paid on this account.
17. In case of any fault/ break down in VRV system, the same shall be attended immediately
and action taken shall be informed to the department accordingly. In case of not attending
& failing to restore the breakdown within 24 hours, recovery shall be made @ Rs.500/- per
day per HP subjected to maximum 10% of contract amount.
18. The work will be carried out by the firm as per Annexure-I for AMC of VRV system, for
which nothing extra paid by the department.
19. Following parts are not covered under comprehensive maintenance but shall be fixed
without charging of any labour as & when required.
a) Water piping, cooling tower uprights, louvers, cooling towers fills replacement,
sheet metal ducting, grills, diffusers, masonry work, carpentry work, welding work,
insulation, fine filters & HEPA filters etc.
20. The firm will be responsible for any accident during repair and maintenance.
21. Nothing shall be paid extra for descaling of heat exchangers, which will be done minimum
once in a year.
22. Department will provide site for facilitating necessary shutdown for Preventive
Maintenance and Break down maintenance as required.
23. With the advent of self lubricated parts and assemblies, lubrication will be done properly.
24. The firm shall have to keep the material required for annual comprehensive maintenance
of VRV system at the store given by the department.
25. Firm is responsible for performance of the system or product.
26. The firm should take over the installation on start of agreement/ work and will have to
hand over the installation in working order to the deptt. Any shortcoming/ theft etc. shall
be responsibility of the contractor for which recovery as deemed. It shall be made from the
contractor. The decision of Engineer-in-charge will be final and binding the contractor.
27. The contractor shall have to depute the following minimum Skilled/Unskilled staff for
operation & routine maintenance, on all days i/c Sunday & holidays:-
a) Skilled labour : 1 No.
b) Unskilled labour: 1 No.

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 23
Qualification of Skilled staff: Should have passed ITI in the field, trained/
expert from Daikin for operation/ monitoring of Daikin make VRV system through
building management system.
Qualification of Unskilled staff: Physically strong/Mentally fit, minimum 8th
Pass or above with minimum two year experience in same type of work.
28. In case of any staff found absence from duty, the recovery will be made at the following
rates from the contractor bill.
a) Skilled labour – Rs. 1908/- per day/shift.
b) Unskilled labour – Rs. 1566/- per day/shift.

29. The Staff shall have minimum three years experience in monitoring of Daikin make VRV
system and must have very good communication skill in English as well as in Hindi.
30. Any loss or damage to the mal operation of equipment, shall be made good by the
contractor.
31. The firm shall have to provide suitable approved uniform with Photo I Card tagged on the
shirt pocket to the worker employed otherwise recovery @ 500/- per day of each person
will be deducted from the bill.
32. The firm shall maintain complaint register of all complaint received by him and deliver the
same to the officers as and when suggested by deptt.
33. The staff engaged by the contractor shall obey the instruction/ direction of the controlling
field staff of CPWD.
34. If person deputed not found suitable for the job by the Engineer-in-charge, the same
should be replaced by new operator immediately.
35. Department shall not have responsibility or liability of any kind in respect of staff employed
by the contractor for the work covered under the agreement.
36. The payment shall be made on monthly/ quarterly basis.
37. The Department reserves the right to terminate the work/ contract at any time without
assigning any reasons.
38. List of periodicity of maintenance of various equipment is listed in Annexure 'II' which is
not exhaustive. The list & periodicity can be changed as per the site requirement. The
decision in such case of Engineer-in-charge would be final & binding.
39. The firm shall have to keep the T&P required for annual comprehensive maintenance of
VRV system as per list attached in Annexure 'III' is mandatory at the store given by the
department. For not keeping the items in the store a recovery @ 2500/- per day will be
made from the bill and binding on the contractor.

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 24
ANNEXURE – I

SCOPE OF WORK FOR AMC OF VRF SYSTEM


By Covering the Machines under AMC the following services shall be provided by the contractor.
 Service Call Desk
 Trained Personnel
 Exclusive Service Delivery Team
 Expert Advice through the Service Specialist Group (SSG)
 Expert monitoring by the Service Quality Assurance Team
 Priority Service
 Preventive Checks and many more
Section I
1. The compressor will be checked for its proper functioning and if any defect is found, the
same will be repaired/ replaced.
2. Safety controls such as pressure cut outs will be tested for proper functioning and in case
of any mal-functioning they will be either repaired or replaced accordingly.
3. Air filters will be inspected and cleaned or replaced, if necessary. Cost of filters will be
borne by the customer.
4. Cooling coil will be inspected and cleaned, if necessary.
5. The blower motor will be checked and any defects noticed will be attended to.
6. Any defect in the electrical items and control wiring will be attended to.
7. Refrigerant gas will be topped up in the system as and when necessary.
8. The Condenser fan motor will be attended to.
9. The condenser coil will be inspected and cleaned.
10. Any repairs in the condenser coil will be attended to.
11. Repairs to refrigerant piping due to system problems will be attended to.
12. The following spare parts shall be replaced free of cost in case of any breakdown during
the AMC period.
a) Fan Motor, b) PCB, c) Magnetic switch, d) Transformer, e) other electrical part of AC, f)
Compressor.

13. The following services shall be provided free of cost during the AMC period.
a) 4 routine services in a Six months.
b) Immediate attendance of breakdown.
c) Refrigerant gas charging if necessary i/c leakage detection & rectification as required.

ANNEXURE – II
LIST OF CHECKS

 Filter Cleaning Fortnightly.

 Control Panel Inspection Monthly

 Condenser Coil Cleaning Monthly

 Drain check. Quarterly

 General Compressor Checks. Half Yearly

 Gas Leak Check. Half Yearly

 ODU motor, Electrical wiring, TFA Half Yearly

 IDU MOTOR Half Yearly

 Note:- This list is tentative, any addition & correction in List by Engineer-in-Charge would
be final & binding on firm.

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 25
ANNEXURE – III
TOOLS AND PLANTS

S.NO. MATERIAL QTY.


1. Vacuum Pump 1
2. Brazing Set 1
3. Nitrogen Cylinder 2
4. Technician Tool Kit 2
5. Blower 1
6. Ladders 1 Set

Assistant Engineer (E)-P Executive Engineer (E)


Delhi Electrical Division-102 Delhi Electrical Division-102
CPWD, IP Bhawan, CPWD, IP Bhawan,
New Delhi New Delhi

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 26
ANNEXURE-B

(TO BE SUBMITTED BY THE BIDDER ALONGWITH E-BID)

Name of Work: Maintenance of Constitution Club of India, Rafi Marg, New Delhi (SH:-Comprehensive
maintenance and operation of Daikin make VRV System.

UNDERTAKING FOR THE WORK

It is certified that if we become the lowest bidder, we shall submit the undertakings as per
Annexure- C at the time of submission of PG. If we fail to submit the above documents or the same are
not found correct, our EMD shall be forfeited.

Signature of Bidder

Name: ________________________

Designation: ________________________

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 27
ANNEXURE-C

(TO BE SUBMITTED BY THE BIDDER ALONGWITH PERFORMANCE GUARANTEE)

Name of Work: Maintenance of Constitution Club of India, Rafi Marg, New Delhi (SH:-Comprehensive maintenance
and operation of Daikin make VRV System

UNDERTAKING FOR THE WORK

We will unconditionally support, technically throughout the execution of contract for Comprehensive
maintenance and operation of VRV Air Conditioning System Contract and also shall provide all the spares required
for healthy functioning of VRV Air Conditioning System (Daikin make) at CCI, Rafi Marg, New Delhi to M/s.
……………………………….…………………………………………………………

Signature of OEM for VRV Air Conditioning System

Name :_________________________

Designation :_________________________

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 28
Schedule of work
NAME of WORK:- Maintenance of Constitution Club of India, Rafi Marg, New Delhi (SH:-
Comprehensive maintenance and operation of Daikin make VRV System)

S.
No. Description of items Quantity Rate Unit Amount
1 comprehensive maintenance of
Daikin make VRV type AC system
installed at Constitution club of India,
New Delhi. The scope of work include
of 4 No routine services in six month
fortnightly checking attending day to
day break down complaints wherever
is required. Supplying and
replacement of defective parts to
keep the units in satisfactory
operation & as per the terms and
conditions enclosed the system
includes following equipments.
a) ODU-12 HP (RXYQ12PRY6)-25 Nos
b) ODU-14 HP (RXYQ14PRY6)-6 Nos
c) ODU-24 HP (RXYQ24PRY6)-01 Nos
d) ODU-48 HP (RXYQ48PRY6)-01 Nos
e) Indoor units compatible with OD-
88 Nos 456 Hp
Month
24 Month 484.00 per Hp 5296896.00
2 Providing services for
operation/monitoring of Daikin make
VRV type AC system installed at
Constitution Club of India New Delhi.
In one shift i/c Sunday and holidays
complete as required as per terms
and condition attached. The operation
includes following equipments
a) ODU-12 HP (RXYQ12PRY6)-25 Nos
b) ODU-14 HP (RXYQ14PRY6)-6 Nos
c) ODU-24 HP (RXYQ24PRY6)-01 Nos
d) ODU-48 HP (RXYQ48PRY6)-01 Nos
e) Indoor units compatible with OD-
88 Nos
1 Job
Job Per
24 Month 71732.00 Month 1721568.00
Total 7018464.00

Note:- The contractor shall submit the tax paid invoice of the material consumed in the
work alongwith R/A bills and final bill or on demand of Engineer-in Charge.

Assistant Engineer (E)-P Executive Engineer (E)


Delhi Electrical Division-102 Delhi Electrical Division-102
CPWD, IP Bhawan, CPWD, IP Bhawan,
New Delhi New Delhi

Addition (A) NIL Correction (C) NIL Overwriting (OW) NIL Deletion (D) NIL 29

You might also like