NIT27
NIT27
INDEX
Name of Work: MOEI & fans i/c compound light at VMMC at S.J. Hospital Campus, New Delhi.
(SH: Provision of Energy Audit for VMMC Building and Old SIC Building).
7. CPWD-7 12-19
ofj"B uD'kkuohl ¼oS½ lgk;d vfHk;ark ¼oS½ ¼;ks-½ dk;Zikyd vfHk;ark ¼oS½
l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo-
ubZ fnYyh ubZ fnYyh ubZ fnYyh
The Executive Engineer(E), SJHED, CPWD, New Delhi-110029 (Phone No. 01126730418, e-mail ID:
deleeesjhed.cpwd@nic.in) invites on behalf of the President of India online percentage rate bid From
approved and eligible enlisted contractor in Building and Roads category of CPWD for the
following work: -
vuqekfur ykxr
fufonk Hkjus dh
fufonk ds fy,
/kjksgj jkf’k
,oa le;
dze l0-
LFkku
1 2 3 4 5 6 7 8
1
MOEI & fans i/c compound light -05-06-2025-
at VMMC at S.J. Hospital 15%00 -05-06-2025-
27/EE(E)/SJHED/2025-26
:0- 18320@&
VMMC Building and Old SIC
Building). 2 ekg
:0-
1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only
submit his bid if he considers himself eligible and he is in possession of all the documents
required.
2. InformationandInstructionsforbidderspostedonwebsiteshallformbiddocument.
3. The successful bidder (to be called as Main Contractor) shall have to associate specialized
agency(s) for execution of the specialized work(s) after the acceptance of tender as per the
details mentioned in “Special Conditions for association of Specialized Agencies”.
4. Information and Instructions for bidders posted on web site shall form bid document.
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.inor www.cpwd.gov.infree of cost.
Bidders are advised to keep visiting the above mentioned website from time to time (till the
deadline for bid submission) for any updates in respect of the tender documents, if any. Failure
to do so shall not absolve the applicant of his liabilities to submit the applications complete in
all respect including updates thereof, if any. An incomplete application may be liable for
rejection.
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 PayeeDemand draft or Bankers Cheque or Fixed Deposit
Receiptsor/ and Bank Guarantee (for balance amount as prescribed) from any of the
Commercial Bank towards EMD in favour of Executive Engineer (E), SJHED, CPWD, New Delhi,
receipt for deposition of original EMD to division office of any Executive Engineer (including
NIT issuing EE/ AE(P), CPWD and other documents as specified.
6. 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 instructions
available on download section ofhttps://etender.cpwd.gov.in.
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. The intending bidder must have valid class-III digital signature to
submit the bid.
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. Contractor must ensure to quote rate of column(s) as given in the prescribed column(s) meant
for quoting rate in figures appears in yellow colour 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
The quoted rate shall be inclusive of all Taxes, Royality, Octroi, GST etc. and bonus
payable to workers under labour act. No reimbursement shall be made for taxes paid
like GST etc. and Bonus payable under relevant Labour Act.
11. Those contractors not registered on the website mentioned above, are required to get registered
beforehand.
12. The intending bidder must have valid contractor registration and digital signature to submit the
bid.
13. The “Schedule of Quantity” of the bid may contain items of “Credit” for which bidder is
required to quote the percentage for this part either “at par” or “above”. If the bidder
quotes the percentage “below”, the same shall be considered “at par” and the bid shall be
evaluated accordingly.
ofj"B uD'kkuohl ¼oS½ lgk;d vfHk;ark ¼oS½ ¼;ks-½ dk;Zikyd vfHk;ark ¼oS½
l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo-
ubZ fnYyh ubZ fnYyh ubZ fnYyh
List of Documents to be scanned and uploaded within the period of bid submission:
1. 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 Commercial
Banks against EMD in favour of Executive Engineer (E), SJHED, CPWD, New Delhi.
2. Copy of receipt for deposition of original EMD issued from division office of any Executive
Engineer, CPWD. (Form ‘A’).
3. Copy of approved and eligible enlisted contractor in Building and Roads category of
CPWD.
ofj"B uD'kkuohl ¼oS½ lgk;d vfHk;ark ¼oS½ ¼;ks-½ dk;Zikyd vfHk;ark ¼oS½
l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo-
ubZ fnYyh ubZ fnYyh ubZ fnYyh
Name of Work: MOEI & fans i/c compound light at VMMC at S.J. Hospital Campus, New Delhi. (SH:
Provision of Energy Audit for VMMC Building and Old SIC Building).
I/We hereby undertake and confirm that I/We shall associate/deploy valid certified Safety
auditor who have 1. Degree in Electrical Engineering / Mechanical Engineering or equivalent or retired
Engineer not below the level of Executive Engineer in (E&M) stream from CPWD/MES/BRO or any
other central / state government department 2. Holding lead auditor certificate for ISO-45001 / OHSAS
-18001 / National Safety Council Certificate / Nebosh HSE/Nebosh HSE PSM certificate / Certified by
Exemplar Global
Dated:
issuing EE) 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 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. Copy of Enlistment Order and certificate of work
experience and other documents as specified in the press notice shall be scanned and uploaded
to the e-Tendering website within the period of bid submission. However, certified copy of all
the scanned and uploaded documents as specified in press notice shall have to be submitted by
the lowest bidder only along with physical EMD of the scanned copy of EMD uploaded 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.
11. The contractor whose bid is accepted will be required to furnish performance guarantee of 5%
(Five Percent) of the bid amount 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, Banker's Cheque or Bank Guarantee (for balance amount as prescribed) 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 shall
be returned after receiving the aforesaid performance guarantee. Contractor whose bid is
accepted will also required to furnish either copy of applicable licenses/registrations or proof
for applying 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. The description of the work is as follows:
MOEI & fans i/c compound light at VMMC at S.J. Hospital Campus, New Delhi. (SH:
Provision of Energy Audit for VMMC Building and Old SIC Building).
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 bidders shall
be deemed to have full knowledge of the site whether he inspects it or not and no extra charge
consequent on any misunderstanding or otherwise shall be allowed. The bidders shall be
responsible for arranging and maintaining at his own cost all materials, tools & plants, water,
electricity access, facilities for workers and all other services required for executing the work
unless otherwise specifically provided for in the contract documents. Submission of a bid by a
bidders 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.
13. The competent authority on behalf of President of India does not bind itself to accept the lowest
or any other bid and reserves to itself the authority to reject any or all the bids received without
the assignment of any reason. All bids in which any of the prescribed condition is not fulfilled
or any condition including that of conditional rebate is put forth by the bidders shall be
summarily rejected.
13. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and
the bids submitted by the contractors who resort to canvassing will be liable for rejection.
14. The competent authority on behalf of President of India reserves to himself the right of
accepting the whole or any part of the bid and the bidder shall be bound to perform the same at
the rate quoted.
15. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts,
in which his near relative is posted a Divisional Accountant or as an officer in any capacity
between the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall
also intimate the names of persons who are working with him in any capacity or are
subsequently employed by him and who are near relatives to any gazetted officer in the Central
Public Works Department or in the Ministry of Urban Development. Any breach of this
condition by the contractor would render him liable to be removed from the approved list of
contractors of this Department.
16. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or
Administrative duties in an Engineering Department of the Government of India is allowed to
work as a contractor for a period of one year after his retirement from Government service,
without the prior permission of the Government of India in writing. This contract is liable to be
cancelled if either the contractor or any of his employees is found any time to be such a person
who had not obtained the permission of the Government of India as aforesaid before
submission of the bid or engagement in the contractor’s service.
17. The bid for the works shall remain open for acceptance for a period of Thirty (30) days from
the date of opening of bid.
i. If any tenderer makes any modification in the terms &condition of the tender which shall not
be acceptable to the department. If tenderer withdraws his tender within 7 days after opening
of tender (excluding date of opening of tender) then the Government shall without prejudice to
any other right or remedy be at liberty to forfeit 50% of the earnest money absolutely.
ii. After 7 days of opening of tender the Government shall without prejudice to any other right or
remedy be at liberty to forfeit 100% of the earnest money absolutely.
iii. Under such circumstances, the bidder shall not be allowed to participate in the rebidding
process of the the work.
18. This Notice Inviting Tender shall form a part of the contract document. The successful
bidders/contractor, on acceptance of his bid by the Accepting Authority shall within 15 days
from the stipulated date of start of the work, sign the contract consisting of:-
a) The Notice Inviting Tender, 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 (Amended upto the last date of submission of bid)
19. GST or any other tax applicable in respect of inputs procured by the contractor for this contract
shall be payable by the Contractor and Government will not entertain any claim whatsoever in
respect of the same. However, component of GST at time of supply of services (as provided in
CGST Act 2017) provided by the contract shall be varied if different from that applicable on the
last date of receipt of tender including extension if any.
20. 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 concerned Executive Engineer/ Assistant
Engineer (Phone no.........., e- mail Id *..............) or ERP help line no. 18001803286 or e-mail Id
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.
21. 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.
22. In case of any discrepancy is noticed between the documents as uploaded at the time of
submission of the bid online by 1st lowest, without prejudice to any other right of remedy, be at
liberty to forfeit 50% of the said earnest money as aforesaid. Further the tenders shall not be
allowed to participate in the retendering process of the work.
ofj"B uD'kkuohl ¼oS½ lgk;d vfHk;ark ¼oS½ ¼;ks-½ dk;Zikyd vfHk;ark ¼oS½
l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo-
ubZ fnYyh ubZ fnYyh ubZ fnYyh
fu-vk-lw-l0- 27/EE(E)/SJHED/2025-26 dk;Z dk uke% MOEI & fans i/c compound light at
VMMC at S.J. Hospital Campus, New Delhi. (SH: Provision of Energy Audit for VMMC Building
and Old SIC Building). vuqekfur ykxr% :0- 915975/- /kjksgj jkf'k% Rs. 18320/- lekiu dh
vof/k% 2 ekg] fufonk Hkjus dh vfUre frfFk ,oa le;% --05-06-2025----------- 3%00 cts rd]
fufonk [kksyus dh frfFk ,oa le;% ---05-06-2025-------------- 3%30 ctsA
Tender forms and other details can be obtain from the websitewww.etender.cpwd.gov.in
1. Name of Work MOEI & fans i/c compound light at VMMC at S.J.
Hospital Campus, New Delhi. (SH: Provision of
Energy Audit for VMMC Building and Old SIC
Building).
1. Name of Contractor
2. Form of EMD
Office Stamp:
C.P.W.D.- 7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
% Bid for the work of: MOEI & fans i/c compound light at VMMC at S.J. Hospital Campus, New
Delhi. (SH: Provision of Energy Audit for VMMC Building and Old SIC Building).
Dear Sir,
(ii) To be opened online in presence of Bidders who may be present at 3:30 PM on—-05-06-2025-
-----in the office of Executive Engineer (E), SJHED, CPWD, New Delhi.
CPWD Form-7
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 of accordance with, such
conditions so far as applicable.
We agree to keep the tender open for 30 (Thirty) days from the date of opening of price bid and not to
make any modification in its terms and conditions.
A sum of Rs. 18320/-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) from any of the
Commercial Banks against EMD 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) from any of the Commercial Banks against
EMD is scaned and uploaded. 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 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 or performance guarantee as aforesaid, I /
We shall be debarred for participation in the retendering 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 therefrom to any
person other than a person to whom I/We, am/are authorised to communicate the same or use the information in
any manner prejudicial to the safety of the state.
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……………………*
(Rupees………………………………………………………..…………………………)*
The letters referred to below shall form part of this contract agreement: -
(a)
(b)
(c)
Signature ……………*…………
PROFORMA OF SCHEDULES
SCHEDULE ‘A’
Schedule of quantities E&M : Attached
SCHEDULE B
SCHEDULE C
SCHEDULE ‘D’
Extra schedule for specific requirements/documents for the work, if any: NIL
SCHEDULE ‘E’
Reference to General Conditions of General Conditions of Contract (GCC)– Maintenance Work -2023
contract: - amended / modified up to last date receipt of tender i/c extension,
if any
Name of Work:- MOEI & fans i/c compound light at VMMC at S.J. Hospital
Campus, New Delhi. (SH: Provision of Energy Audit for
VMMC Building and Old SIC Building).
Estimated cost of work:- Estimated Cost:- Rs . 915975/-
(i) Earnest Money Rs. 18320/- (To be refunded after receipt of P.G.)
(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), SJHED, CPWD,New Delhi.
Maximum percentage for quantity of items of
work to be executed beyond which rates are to See below
be determined in accordance with Clauses 12.2
& 12.3
Definitions:
Clause 1
(i) Time allowed for submission of Performance Guarantee,
Programme Chart (Time and Progress) and applicable
labour licenses, registration with EPFO, ESIC and BOCW:
7 days
Welfare Board or proof of applying thereof from the date
of issue of letter of acceptance, in days.
Clause 2
Authority for fixing compensation under clause 2. Superintending Engineer, DC-X, CPWD, R.K. Puram,
New Delhi or his successor.
Clause 2A
Whether Clause 2A shall be applicable No
Clause 5
Number of days from the date of issue of letter of acceptance 10 days
for reckoning date of start :
Authority to decide:
Superintending Engineer, DC-X, CPWD, R.K.
(i) Extension of time
Puram, New Delhi or his successor
Superintending Engineer, DC-X, CPWD, R.K.
(ii) Rescheduling of mile stones
Puram, New Delhi or his successor
Shifting of date of start in case of delay in handing Executive Engineer (E), SJHED, CPWD, New
(iii)
over of site Delhi.
Schedule of handing over of site
Clause 5A
Whether Clause 5 shall be applicable Yes (As per DG OM No. DG/CON/Maintenance 2023/02
dt.08-12-2023) amended / modified up to last date
receipt of tender i/c extension, if any
Clause 6
Clause 7
Gross work to be done together with net payment Rs. 5.50 Lakh (Electrical)
/adjustment of advances for material collected, if any, Or Mutually Agreed by Engineer-in- charge and
since the last such payment for being eligible to interim Agency
payment
Clause 7A
Whether Clause 7A shall be applicable Yes
Clause 7B
Whether Clause 7B shall be applicable Yes
Clause 10A
List of testing equipment to be provided by the contractor at As per requirement of site and direction of
site lab. Engineer-in-charge.
Clause 10B(i)
Whether Clause 10B(i) shall be applicable Not Applicable
Clause 10CC
Whether Clause 10CC shall be applicable Not Applicable
Clause 11
Specifications to be followed for execution of work
1. Electrical works: a) CPWD General Specifications for Electrical work Part I Internal - 2023,
amended upto date.
b) CPWD General Specifications for Electrical work Part II External -2023,
amended upto date.
[k.M Clause 12 (As per DG OM No. DG/CON/Maintenance 2O23/O3 dt. 18-12-2023 amended
up to date.
Clause 16
Superintending Engineer, DC-X, CPWD, R.K.
Competent Authority for deciding reduced rates.
Puram, New Delhi.
(Shall be limited upto 5% of the Contract Value.)
Clause 18
List of mandatory machinery, : Electrical works:
tools & plants to be deployed 1. Earth Tester 2. Megger 500 V 3. Line Tester 4. Test Lamp 5.
by the contractor at site Die &Vice 6. Chase Cutting Machine 7. Crimping Tools 8. Tong
Tester and /or as per requirement at site / as per the contract
provisions and as per direction of Engineer-in-charge.
Clause 19
Clause 19 C ………….. Authority to decide penalty Engineer – in - charge
for each default
Clause 19 D ………….. Authority to decide penalty Engineer – in - charge
for each default
Clause 19 G ………….. Authority to decide penalty Engineer – in - charge
for each default
Clause 19 K ………….. Authority to decide Engineer – in - charge
compensation for each default
Clause 25
Settlement of Disputes by Conciliation and Arbitration
(a) Conciliator: - ADG (RD), CPWD, New Delhi or his successor.
(b) Arbitrator:- Superintending Engineer, DC-10, East Block-1, Level-7, CPWD, R.K. Puram
Appointing Authority New Delhi or his successor.
( c) Place of Arbitration: New Delhi
Clause 32
“Requirement of Technical Representative (s) and Recovery Rates”
Rate at which recovery
shall be made from the
contractor in the event of
Experience
Minimum Designation
Minimum
Sl. No.
Number
qualification of (Principal Technical not fulfilling provision of
Discipline clause 32(i) (Rs per month
Technical /Technical
Representative Representative per person)
Figures words
Note:
a. Assistant Engineers retired from Government services that are holding Diploma will be treated at par
with Graduate Engineers.
b. 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
Delhi Schedule of Rates 2022/2025 printedby CPWD with up to date correction slips
(ii) Variations permissible on theoretical quantities:
ofj"B uD'kkuohl ¼oS½ lgk;d vfHk;ark ¼oS½ ¼;ks-½ dk;Zikyd vfHk;ark ¼oS½
l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo-
ubZ fnYyh ubZ fnYyh ubZ fnYyh
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 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 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
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 Government against the said
contractor and to forbear or enforce any of the terms and conditions relating to the said
agreement and we shall not be relieved from our liability by reason of any such variation or
extension being granted to the said Contractor 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.
7. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Contractor.
8. We, ………………… (indicate the name of the Bank) ……………….., undertake not to revoke
this guarantee except with the consent of the Government in writing.
9. This 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 the date of expiry or extended date of expiry of this guarantee, all our
liabilities under this guarantee shall stand discharged.
Date ………………….
Witness:
1. Signature ……………………. Authorized signatory
Name and address Name
Designation
Staff code no.
Bank seal
2. Signature …………………….
Name and address
* Date to be worked out on the basis of validity period of 30 days where only financial bids are invited
and 75 days for two/three bid system from the date of submission of tender.
** In paragraph I, strike out the portion not applicable. Bank Guarantee will be made either for
performance guarantee/security deposit/mobilization advance, as the case may
1. The work shall be carried as per CPWD general specification for electrical works 2023 (Internal)
& part-II. (External) as amended up-to-date and in accordance to the Indian Electricity Rules
1956 and Indian Electricity Act 2003 as amended up-to-date and as per the instructions of the of
the Engineer-in –charge including as below and nothing will be paid extra.
2. All the material to be used on the work shall be got approved from the Engineer-in-charge.
3. The material shall be supplied at site in original paking is accepted.
4. All the malba/debris shall have to be removed from site of work, immediately.
5. The contractor will be responsible for transportation, storage and watch & ward of material &
other items for which nothing extra shall be paid.
6. The contractor shall be responsible for any damage done to the building or electrical installations
during the execution of the work. Damage, if any shall have to be made good by the contractor at
his own cost failing which the same shall be got rectified & made good at the risk & cost of the
contractor.
7. The contractor/his authorized representative is bound to sign the site order book as and when
required and he is bound to carry out the instructions recorded there in.
8. No claim for idle labour shall be entertained.
9. Any accidental liabilities will be the responsibility of the contractor.
10. Making opening and its repair in the walls / floors / slabs or modification in the existing opening
for pipes / cable is to be done by the tenderer free of cost.
11. The work shall be treated as completed, when all the installation are handed over to the
department and all the defects are removed to the entire satisfaction of Engineer-in-Charge.
12. No T & P will be issued to the contractor.
13. The Energy Audit shall be carried out by an Accredited Energy Auditor only.
14. The contractor shall make all arrangements for providing required Masks, gloves and their safety
gadgets for general and additionally Covid-19 safety requirement/guidelines.
15. The contractor shall follow all instructions of Building Owners and Security personnel.
16. The Contractor shall be responsible for safety of his staff, employees and government property
and equipment installed at site and shall ensure that audit team is always accompanied by CPWD
representative.
17. The department shall not be liable for any compensation on account of any injury to any
Workmen.
18. The Contractor shall submit draft report and subsequently final report within the period of
Completion of work.
19. The tentative inventory is given in annexure but the Energy audit firm is requested to apprise
with conditions, security protocols and equipment installed at site.
20. Two bound hard copies of final energy audit report along with soft copy shall be submitted to the
department before release of final payment.
21. The work shall be carried out as per the instruction of the Engineer-in-charge and as per
availability of site due to occupied building.
Energy audit activities shall include but not limited to the following:
A. Pre Audit: Meeting with CPWD’s technical team, Visual inspection of the site & verification of
various documents regarding energy consumption and electrical installation.
B. Audit: Auditing and performance analysis to determine the condition of electrical installation as
detailed below.
C. Submission of Draft report to CPWD and discuss the report with CPWD’s representative
D. Submission of Final report to CPWD after incorporating the changes as per discussions with the
CPWD.
The recommendations for energy efficiency shall include the technical particulars of the equipment,
Life expectancy and details of manufacturer etc. Recommendations for Renewable Energy potential
with pay back and life cycle calculations.
ofj"B uD'kkuohl ¼oS½ lgk;d vfHk;ark ¼oS½ ¼;ks-½ dk;Zikyd vfHk;ark ¼oS½
l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo- l-t-v-oS-ea-] ds-yks-fu-fo-
ubZ fnYyh ubZ fnYyh ubZ fnYyh