0% found this document useful (0 votes)
9 views48 pages

NIT0114

The Government of India is inviting online bids for the operation and maintenance of various electrical and mechanical services at the Police Wireless Transmission Station in New Delhi, with an estimated cost of Rs. 40,01,169 and a completion period of 12 months. Bidders must submit their bids by 3:00 PM on January 8, 2025, along with an earnest money deposit of Rs. 80,023 and other required documents. The tender includes specific eligibility criteria and conditions for participation, including the requirement for valid electrical licenses and compliance with COVID-19 guidelines.

Uploaded by

Rahul Mishra
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)
9 views48 pages

NIT0114

The Government of India is inviting online bids for the operation and maintenance of various electrical and mechanical services at the Police Wireless Transmission Station in New Delhi, with an estimated cost of Rs. 40,01,169 and a completion period of 12 months. Bidders must submit their bids by 3:00 PM on January 8, 2025, along with an earnest money deposit of Rs. 80,023 and other required documents. The tender includes specific eligibility criteria and conditions for participation, including the requirement for valid electrical licenses and compliance with COVID-19 guidelines.

Uploaded by

Rahul Mishra
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/ 48

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

TENDER DOCUMENT

Name of work: RMO various Electrical and Mechanical services at Police Wireless Transmission Station
at Siri village, New Delhi. (SH: Operation and Maintenance of EI & Fans , 2 x 47.5 TR AC
Plant, Split AC, Electric Sub-station, DG Set & Fire Alarm system)

Estimated Cost : Rs. 40,01,169/-


Earnest Money : Rs. 80,023/-
Performance Guarantee : @ 5% of Tendered value
Security Deposit : @ 2.5% of Tendered value
Completion Period : 12 Months
T.S. No. : Maintenance Work
NIT No. : 114/EE(E)/DED-61/2024-25
Last date for Submission of Bid Document : Upto 3.00 pm on 08.01.2025

This NIT containing page 01 to 48 approved for Rs. 40,01,169/- (Rs. Forty Lakh One Thousand
One Hundred Sixty Nine Only)

AE(E) P
Executive Engineer (E)
Delhi Elect. Divn-61, CPWD,
Pushpa Bhawan, New Delhi

1
Name of work:- RMO various Electrical and Mechanical services at Police Wireless
Transmission Station at Siri village, New Delhi. (SH: Operation and
Maintenance of EI & Fans , 2 x 47.5 TR AC Plant, Split AC, Electric Sub-
station, DG Set & Fire Alarm system)

INDEX

Sl. No. Details Page No.

1. Cover Page 1

2. Index 2

3. Information and Instruction for Contractors for e-tendering Forming Part of 3-4
NIT

4. Form CPWD-6 for e-Tendering 5-7

5. Proforma “A”–Receipt of Deposition of Original EMD 8

6. Proforma “B”– Undertaking Certificate having valid Electrical License 9

7. Form of Bank Guarantee for EMD/Peformance Guarantee/ Security……. 10-11

8. Integrity Pact 12-18

9. Form CPWD-7 19-20

10. Proforma of Schedule A to F 21-26

11. Terms & Conditions 27-39

12. List of Acceptable makes for Electrical Works 42-43

13. Inventory 44

14. Schedule of work 45-48

2
INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-TENDERING FORMING PART OF NIT AND TO BE
POSTED ON WEBSITE

The Executive Engineer (E), Delhi Electrical Division - 61, CPWD, Pushpa Bhawan, New Delhi (Telephone No. 011-
29051185 & Email id: eeeded61@gmail.com)on behalf of President of India, invites Online percentage rate bids
from approved and eligible contractors of CPWD appropriate composite/ Building and Road category as per amendment
in Enlistment rules for the below mentioned work:-

S. No. Details
1. NIT No. 114/EE(E)/DED-61/2024-25
2. Name of Work and Location RMO various Electrical and Mechanical services at Police
Wireless Transmission Station at Siri village, New Delhi.
(SH: Operation and Maintenance of EI & Fans , 2 x 47.5 TR
AC Plant, Split AC, Electric Sub-station, DG Set & Fire Alarm
system)
3. Estimated Cost put to bid Rs. 40,01,169/-
4. Earnest Money Rs. 80,023/-
5. Period of Completion 12 Months
6. Last date of online submission
Of bid, copy of receipt of deposition of
original EMD and other documents 08.01.2025 upto 3.00 PM
as specified in the bid document.
7. Date & time of opening of bid 08.01.2025 upto 3.30 PM

Operation and maintenance of specialized works.


Main Contractor either himself should have satisfactorily completed the specialized work of the value as mentioned
below or he must associate the specialized agency who have satisfactorily competed the work of the value as
mentioned below during last seven years ending previous day of last date of submission of bid.

a. Operation and maintenance of AC plant (Estimated cost: Rs. 18,08,640/-)


Three works of operation and maintenance of Air Conditioning system each costing not less than Rs.
7,23,456/- or Two works of operation and maintenance of Air Conditioning system each costing not less than
Rs.10,85,184/- or One work of operation and maintenance of Air Conditioning system each costing not less
than Rs.14,46,912/-.
b. Comprehensive maintenance of Fire Alarm system (Estimated cost: Rs. 1,18,356/-)
Three works of operation and maintenance of Fire Alarm system each costing not less than Rs. 47,342/- or
Two works of operation and maintenance of Fire Alarm system each costing not less than Rs.71,014/- or One
work of operation and maintenance of Fire Alarm system each costing not less than Rs.94,685/-.
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 the previous day of last date of
submission of tenders.

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 possesion of all the documents required.

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

3. The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be
executed and the set of terms and conditions of the contract to be complied with and other necessary
documents can be seen and downloaded from website https://etender.cpwd.gov.in or www.cpwd.gov.in free of
cost.

4. 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 Demand darft or Pay order or Bankers Cheque or Deposit at call Receipt or Fixed Deposit
Receipts and Bank Guarantee of any scheduled Bank towards EMD in favour of Executive Engineer 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.

3
5. Those contractors who are not registered or have not updated their profile on the website mentioned above, are
required to get registered/update their profile beforehand. The necessary training materials including the
videos with step to step process available on download section of https://etender.cpwd.gov.in.

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 of
https://etender.cpwd.gov.in.

7. On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive the
competitor bid sheets.

8. Contractor can upload documents in the form of JPG format and PDF format.

9. Contractor must ensure to quote rate in the prescibed column(s) 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). In
such a case, firm will have to execute those items free of cost.
10. The department reserves the right to reject any prospective application without assigning any reason and to restrict the
list of qualified contractors to any number deemed suitable by it, if too many tenders are received satisfying the laid
down criterion.

11. The agency shall follow the standard operating procedure and guidelines scrupulously at the construction site to contain
the outbreak of COVID-19. it is the sole responsibility of the agency to adhere to the SOPs issued by CPWD and other
orders & Guidelines issued by various Governments (Govt. of India and or/ state Govt. and /or Dist. Administrative of
local Govt. The quoted rates shall inclusive of all such required measures and materials like Soaps, Detergents, Sanitizers,
Disinfections, Masks, Gloves and other personal protection equipment’s to contain COVID-19 and nothing extra shall be
paid.”

4
List of Documents to be scanned/Uploaded within the period of tender submission:-
1. Treasury Challan/Demand Draft/ Pay order or Banker’s Cheque/Deposit at Call Receipt/ Bank Guarantee of any
scheduled Bank against EMD.

2. Earnest Money 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 (drawn in favour of Executive Engineer (E), ECD-5, CPWD, New Delhi) shall be
scanned and uploaded to the e-Tendering website within the period of bid submission. The original EMD should be
deposited either in the office of Executive Engineer inviting bids or division office of any Executive Engineer, CPWD
within the period of bid submission. The EMD receiving Executive Engineer shall issue a receipt of deposition of earnest
money deposit to the bidder in a prescribed format (enclosed) uploaded by tender inviting AE in the NIT. This receipt
shall also be uploaded to the e-tendering website by the intending bidder upto the specified bid submission date and
time. EMD receipt Proforma “A” enclosed at page - 08

3. Enlistment order of the Contractor.

4. The tender of the agency shall be opened on uploading of valid electrical license from competent authority in the name of
the contractor or the Undertaking regarding the same. The contractor shall be allowed to participate in the tender with
an Undertaking that they will either obtained valid electrical license at the time of execution of electrical work or
associate contractors having valid electrical license of eligible class. (As per Performa ‘B’ enclosed at Page - 9).

5. Copy of registration or proof of applying for obtaining registration with EPFO and ESIC if applicable.

6. Certificate of Registration for GST and acknowledgement of up to date filed return, if required.

If the bidder has not obtained GST registration as applicable, then he shall scan and uploadfollowing under taking along with
bid documents. (Amended vide no.DG/SOP/20, Dated.13.04.2021).

“lf work is awarded to me, I/we 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 a/c of the work executed and/or for any
action taken by CPWD or GST department in this regard”.

7. ERP training Certificate.(Note: The contractor will not be allowed to participate in the tendering
process without uploading the certificate of ERP training w.e.f.01.07.2024
8. Any other Documents as specified in the NIT

AE(E) P
Executive Engineer (E)
Delhi Elect. Divn-61, CPWD,
Pushpa Bhawan, New Delhi

5
CPWD-6for e-Tendering
1. Online Percentage rate bids are invited on behalf of President of India from approved and eligible contractors of
CPWD appropriate composite/ Building and Road category as per amendment in Enlistment rules for the following
work RMO various Electrical and Mechanical services at Police Wireless Transmission Station at Siri
village, New Delhi. (SH: Operation and Maintenance of EI & Fans , 2 x 47.5 TR AC Plant, Split AC, Electric
Sub-station, DG Set & Fire Alarm system) .

The e n li s t me n t ofthecontractorsshould bevalid on thelast dateofsubmissionof bids.


Incasethelastdateofsubmissionofbidisextended,theenlistmentofcontractor shouldbevalid ontheoriginaldate ofsubmission
of bids.
Theworkisestimated toRs. 40,01,169/-however itis given merelyas a rough guide.

1.1.1 Theauthoritycompetenttoapprove
bidforthecombinedcostandbelongingtothemajordisciplinewillconsolidateNITsforcallingthebids.HewillalsonominateDivi
sionwhich will dealwithallmattersrelatingtotheinvitationofbids.
Forcompositebid,besidesindicatingthecombinedestimatedcostputtobid,shouldclearlyindicatetheestimatedcostofeachcompo
nentseparately.Theeligibility ofbidderswillcorrespond to thecombined estimatedcost ofdifferentcomponentsputtobid.
1.2 Intendingbiddersiseligibleto s u b m i t thebidprovidedhehasdefiniteprooffrom theappropriateauthority,
whichshallbetothesatisfactionof thecompetent authority, of having satisfactorily completed similar works
ofmagnitudespecified below:-
Criteriaofeligibilityforsubmission of bid documents
1.2.1 Conditions forNon-CPWDcontractors only,ifbidsarealsoopentonon-CPWDcontractors
(Refer provision at S. No. 1 of INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-TENDERING FORMING
PART OF NIT AND TO BE POSTED ON WEBSITE)
1.2.2 Tobecomeeligibleforissueofbid,thebiddersshallhavetofurnishanaffidavitasunder:-
I/Weundertakeandconfirmthateligiblesimilarworks(s)has/havenotbeen gotexecutedthrough another contractoron backto
back basis.Further that,if such a violation comes to the notice of Department, then I/we shall bedebarred forbiddingin
CPWDinfuture forever. Also, ifsuchaviolationcomestothenoticeofDepartmentbeforedateofstartof work,theEngineer-in-
Charge shall be free to forfeit the entire amount of Earnest MoneyDeposit/PerformanceGuarantee. (Scannedcopyto
beuploadedatthe timeof submissionof bid)

1.2.3 When bids are invited from non CPWD contractors and CPWD class II
contractorsasperprovisionsofclause1.2.1above,itwillbemandatoryfornonCPWDcontractorsand CPWDclass-
IIcontractorstouploadtheworkexperiencecertificate(s)andthe affidavitasperthe provisions of clause1.2.2.

2. AgreementshallbedrawnwiththesuccessfulbiddersonprescribedForm No. CPWD 7whichisavailableas


aGovt.ofIndiaPublicationandalsoavailableon websitewww.cpwd.gov.in.Biddersshallquotehisratesaspervarioustermsand
conditionsofthesaidformwhichwillformpart oftheagreement.

3. Thetimeallowedforcarryingouttheworkwillbe 12 Monthsfromthedateof
startasdefinedinschedule‘F’orfromthefirstdateofhanding over ofthesite,
whicheverislater,inaccordancewiththephasing,ifany,indicatedinthebiddocuments.
4. Thesiteforthework 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 can be seen and downloaded from website https://etender.cpwd.gov.in or www.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.
7. White submitting the revised bid, contractor can revise the rate of one or more item(s) any number of times (he need
not re-enter rate of all the items) but before last time and date of submission of bid as notified.

8. Earnest Money of Rs. 80,023/-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 (drawn in favour of Executive Engineer (E), ECD-5, CPWD, New
Delhi.) shall be scanned and uploaded to the e-tendering website within the period of bid submission. The original
EMD should be deposited either in the office of the Executive Engineer (E), inviting the bids or divisions office
of any Executive Engineer, CPWD within the period of submission. (The EMD document shall only be issued
from the place in which the office of receiving division office situated.) The EMD receiving Executive Engineer
shall issue a receipt of deposition of earnest money deposit to the bidder in a prescribed format uploaded by
the tender inviting Executive Engineer in the NIT.
This receipt shall also be uploaded to the e-tendering website by the intending bidder upto the specified bid
6
submission date and time.

A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50% of earnest money or Rs.
20 lakh, whichever is less, shall have to be deposited in shape prescribed above, and balance may be deposited in
shape of Bank Guarantee of any scheduled bank having validity for six months or more from the last date of receipt of
bids which is to be scanned and uploaded by the intending bidders.
(i) e-TenderProcessingFee - Rs. As applicable shall be payable to M/s ITI limited through e-gateway by
credit/debit card, internet banking or RTGS/NEFT facility.
Copy of Enlistment Order / certificate of work experience and other documents as specified in the NIT 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 NIT shall have to be submitted by the lowest bidder only
within a week physically in the office of tender opening authority.
After evaluation of applications, a list of short listed agencies will be prepared. Thereafter, the financial bids of only the
qualified and eligible bidders shall be opened at the notified time, date and place in the presence of the qualified bidders
or their representatives. The bids shall remain valid for 30 days from the date of opening of eligibility Bids.
The bid submitted shall be opened at 3.30 Hrs on 04.11.2023.
9 The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD shall have to deposit tender
processing fee at the existing rates, or they have option to switch over to new registration system without
tender processing fees any time.

10. The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if:
(i) The bidder is found ineligible.
(ii) The bidder does not upload all the documents including GST registration as stipulated in the bid document.
(iii) Ifanydiscrepancyisnoticedbetweenthedocumentsasuploadedatthetimeofsubmissionofbidandhardcopiesassubmittedp
hysically by the lowest bidder inthe office of bidopening authority.
(iv) If a tenderer quotes nil rates against each item in Percentage rate tender or does not quote any percentage
above / below on the total amount of the tender or any section / subhead in percentage rate tender, the tender
shall be treated as invalid and will not be considered as lowest tenderer.
11. The contractor whose bid is accepted will be required to furnish performance guarantee of 3% (Three Percent) of
the bid amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case
guarantee amount is less than Rs. 10000/-) or Deposit at Call receipt of any scheduled bank/Banker’s cheque of any
scheduled bank/Demand Draft of any scheduled bank/Pay order of any Scheduled Bank of any scheduled bank (in case
guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds
of any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the contractor fails to
deposit the said performance guarantee within the period as indicated in Schedule ‘F’, including the extended period if
any, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the
contractor. The earnest money deposited along with tender 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 engage 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:
RMO various Electrical and Mechanical services at Police Wireless Transmission Station at Siri village,
New Delhi. (SH: Operation and Maintenance of EI & Fans , 2 x 47.5 TR AC Plant, Split AC, Electric Sub-
station, DG Set & Fire Alarm 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
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.
7
13. 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.
14. 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.
15. 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.
16. 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 gazette officer in the Central Public Works
Department or in the Ministry of Urban Development. Any breach of this condition by the contractor would render
him liable to be removed from the approved list of contractors of this Department.
17. 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.
18. The bids for the work shall remain open for acceptance for a period of 30 (thirty) days from the date of opening of
bids in case of single bid system and 75 (Seventy five) days from the date of opening of technical bids in case bids are
invited in 2 bid system. Further
(i) If any tenderer withdraws his tenders or makes any modifications in the terms & condition 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 tenders or makes any modifications in the terms & condition 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 forfeiture 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.
19. This notice inviting Bid shall form a part of the contract document. The successful bidder/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 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 applicable.

20 No advance payment is allowed in maintenance works, irrespective of the value of work.


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. If the exigencies of the work so demand, the engineer-in-charge may allow payment to a third party, who is creditor
to the contractor, after fulfilling the conditions under clause 7B.

8
Proforma “A”

Receipt of Deposition of Original EMD

(Receipt No. …………………………………………/Date……………….)

1. The Executive Engineer of all divisions including NIT issuing division/sub-division of CPWD should receive the
original EMD for tender of other division.

2. The NIT approving authority/AE at the time of issue of NIT shall also fill and upload the following prescribed
format of receipt of deposition of original EMD along with NIT:-

Name of Work:- RMO various Electrical and Mechanical services at Police Wireless
Transmission Station at Siri village, New Delhi. (SH: Operation and Maintenance of EI & Fans , 2
x 47.5 TR AC Plant, Split AC, Electric Sub-station, DG Set & Fire Alarm system)

1. NIT No. - 114/EE(E)/DED-61/2024-25


2. Estimated Cost - Rs. 40,01,169/-
3. Amount of Earnest Money Deposit. - Rs. 80,023/-
4. Last date of submission of Bid - 08.01.2025
(*To be filled by EE(E) at the time of issue of NIT and uploaded alongwith NIT).
1. Name of contractor ---------------------------------------#

2. Amount of original Bank Guarantee Earnest Money Deposit---------------------------------------------#

3. Date of submission of EMD -----------------------------------------------#

4. Contractor’s email id -----------------------------------------------#

5. Contractor’s Mobile no. -------------------------------------------------#

Signature, Name and Designation of EMD

Receiving officer (EE/AE(P)/AE/AAO) Along with office stamp

* To be filled by EE inviting tender

#To be filled in by EMD receiving AE

3. The Executive Engineer receiving EMD in original form shall examine the EMD deposited by the bidder and shall
issue a receipt of deposition of earnest money to the agency in a given format uploaded by tender inviting EE. The
receipt can also be issued by the AE(P)/AE/AAO.

4. The Executive Engineer receiving original EMD shall also intimate tender inviting Executive Engineer about
deposition of EMD by the agency by email/fax/telephonically.

5. The original EMD receiving Executive Engineer shall release the EMD after verification form the e-tendering portal
website (https://etender.cpwd.gov.in) that the particular contractor is not L-1 tenderer and work is awarded.

6. The tender inviting Executive Engineer will call for original EMD of the L-1 tenderer from EMD receiving Executive
Engineer immediately.

9
Proforma“B”

UNDERTAKING CERTIFICATE FROM CONCERNED CONTRACTOR HAVING VALID ELECTRICAL


LICENSE OF ELIGIBLE CLASS

NAME OF WORK:- RMO various Electrical and Mechanical services at Police Wireless Transmission
Station at Siri village, New Delhi. (SH: Operation and Maintenance of EI & Fans , 2 x 47.5 TR AC Plant,
Split AC, Electric Sub-station, DG Set & Fire Alarm system)

I hereby give my undertaking to associate for the work concerned contractor having valid electrical license of
eligible class for the above mentioned work.

I will execute the work as per specifications and conditions of the agreement and per direction of the
Engineer-In-Charge.

Also I will employ full time technically qualified supervisor as required for the work. I will attend inspection of
officers of the department as and when required.

Date Signature ofContractor

10
On Non-Judicial Stamp Paper of Minimum Rs. 100

(CPWD, OM No.DG/CON/311 dated 20.10.2020)


(Guarantee Offered By Bank to CPWD In Connection With The Execution of Contracts)

Form of Bank Guarantee for Earnest Money Deposit/Performance Guarantee/Security


Deposit/mobilization Advance

Whereas the Executive Engineer (E), ECD-5, CPWD, Pushpa Bhawan, New Delhi on behalf of the President of India
hereinafter called “The Government”) has invited bids under ………………………………. (NIT Number)
……………………………………………. Dated ……………………… for …………………… (name of work:- RMO various Electrical and
Mechanical services at Police Wireless Transmission Station at Siri village, New Delhi. (SH: Operation
and Maintenance of EI & Fans , 2 x 47.5 TR AC Plant, Split AC, Electric Sub-station, DG Set & Fire Alarm
system)
The Government has further agreed to accept irrevocable 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), ECD-5, CPWD, Pushpa 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) ……………. (name of work) RMO various Electrical and
Mechanical services at Police Wireless Transmission Station at Siri village, New Delhi. (SH: Operation
and Maintenance of EI & Fans , 2 x 47.5 TR AC Plant, Split AC, Electric Sub-station, DG Set & Fire Alarm
system)
The Government has further agreed to accept an irrevocable Bank Guarantee for Rs. …………………………………… (Rupees
……………………………………….. only) valid upto …………….. (date) ……………….. as Performance Guarantee/Security
Deposit/Mobilization Advance from the said Contractor for compliance of his obligations in accordance with the terms
and conditions of the agreement.
We, …………………………… (indicate the name of the bank) ………………………………. (hereinafter 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.
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)
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.
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.
We, …………………….. (incdicate the name of the Bank) …………………………………………….., further agree that the Government at
ists 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.
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.

11
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 .............

WITNESSES:
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 90 days where only financial bids are invited and 180 days for
two/three bid system from the date of submission of tender.
** In paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for earnest money or for
performance guarantee/security deposit/mobilization advance, as the case may be.

12
INTEGRITY PACT

To,

………………………………..
………………………………..
………………………………..
………………………………..

Sub: RMO various Electrical and Mechanical services at Police Wireless Transmission Station at Siri
village, New Delhi. (SH: Operation and Maintenance of EI & Fans , 2 x 47.5 TR AC Plant, Split AC, Electric
Sub-station, DG Set & Fire Alarm system)

Dear Sir,

It is here by declared that CPWD is committed to follow the principle of transparency, equity and
competitiveness in public procurement.
The subject Notice Inviting Bid (NIT) is an invitation to offer made on the condition that the Bidder will sign
the integrity Agreement, which is an integral part of bid/bid documents, failing which the bider/bidder will
stand disqualified from the biding process and the bid of the bidder would be summarily rejected.
This declaration shall form part and parcel of the Integrity Agreement and signing of the same shall be deemed
as acceptance and signing of the Integrity Agreement on behalf of the CPWD.

Yours faithfully

Executive Engineer (E)


DED-61, CPWD
Pushpa Bhawan, New Delhi.

13
INTEGRITY PACT

To,

TheExecutive Engineer (E)


DED-61, CPWD
Pushpa Bhawan, New Delhi.

Sub: Submission of Bid for the work of RMO various Electrical and Mechanical services at Police
Wireless Transmission Station at Siri village, New Delhi. (SH: Operation and Maintenance of EI & Fans ,
2 x 47.5 TR AC Plant, Split AC, Electric Sub-station, DG Set & Fire Alarm system)

Dear Sir,

I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated in the Integrity
Agreement enclosed with the bid/bid document.

I/We agree that the Notice Inviting Bid (NIT) is an invitation to offer made on the condition that I/We will sign
the enclosed integrity Agreement, which is an integral part of bid documents, failing which I/We will stand
disqualified from the biding process. I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED
AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

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

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

Yours faithfully

(Duly authorized signatory of the Bidder)

14
To be signed by the bidder and same signatory competent / authorised to sign the relevant contract on
behalf of CPWD.

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

BETWEEN

President of India represented through Executive Engineer (E), DED-61, CPWD, Pushpa Bhawan, New
Delhi. (Hereinafter referred as the‘Principal/Owner’, which expression shall unless repugnant to the
meaning or context hereof include its successors and permitted assigns)

AND

......................................................................................(Name and Address of the Individual/firm/Company)

through............................................................................ (Hereinafter referred to as the

(Details of duly authorized signatory)

“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context hereof include
its successors and permitted assigns)

Preamble

WHEREAS the Principal / Owner has floated the Bid (…………) (hereinafter referred to as “Bid/Bid”) and
intends to award, under laid down organizational procedure, contract for “RMO various Electrical and
Mechanical services at Police Wireless Transmission Station at Siri village, New Delhi. (SH: Operation
and Maintenance of EI & Fans , 2 x 47.5 TR AC Plant, Split AC, Electric Sub-station, DG Set & Fire Alarm
system)

Hereinafter referred to as the “Contract”.

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

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

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

Article 1: Commitment of the Principal/Owner

1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to observe the
following principles:
(a) No employee of the Principal/Owner, personally or through any of his/her family members, will in
connection with the Bid, or the execution of the Contract, demand, take a promise for or accept, for self or
third person, any material or immaterial benefit which the person is not legally entitled to.

(b) The Principal/Owner will, during the Bid process, treat all Bidder(s) with equity and reason. The
Principal/Owner will, in particular, before and during the Bid process, provide to all Bidder(s) the same
information and will not provide to any Bidder(s) confidential / additional information through which the
Bidder(s) could obtain an advantage in relation to the Bid process or the Contract execution.

15
(c) The Principal/Owner shall endeavour to exclude from the Bid process any person, whose conduct in the
past has been of biased nature.

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

Article 2: Commitment of the Bidder(s)/Contractor(s)

1) It is required that each Bidder/Contractor (including their respective officers, employees and agents)
adhere to the highest ethical standards, and report to the Government / Department all suspected acts of
fraud or corruption or Coercion or Collusion of which it has knowledge or becomes aware, during the biding
process and throughout the negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commit himself to take all measures necessary to prevent corruption. He
commits himself to observe the following principles during his participation in the Bid process and during the
Contract execution:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or give to
any of the Principal/Owner’s employees involved in the Bid process or execution of the Contract or to any
third person any material or other benefit which he/she is not legally entitled to, in order to obtain in
exchange any advantage of any kind whatsoever during the Bid process or during the execution of the
Contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications, certifications,
subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or
to cartelize in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further the
Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain), or pass on to
others, any information or documents provided by the Principal/Owner as part of the business relationship,
regarding plans, technical proposals and business details, including information contained or transmitted
electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of
agents/representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shall disclose
names and addresses of foreign agents/representatives, if any. Either the Indian agent on behalf of the foreign
principal or the foreign principal directly could bid in a bid but not both. Further, in cases where an agent
participate in a bid on behalf of one manufacturer, he shall not be allowed to quote on behalf of another
manufacturer along with the first manufacturer in a subsequent/parallel bid for the same item.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has made, is
committed to or intends to make to agents, brokers or any other intermediaries in connection with the award
of the Contract.

3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an
accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in fraudulent
practice means a willful misrepresentation or omission of facts or submission of fake/forged
documents in order to induce public official to act in reliance thereof, with the purpose of obtaining
unjust advantage by or causing damage to justified interest of others and/or to influence the
procurement process to the detriment of the Government interests.
16
5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive Practices
(means the act of obtaining something, compelling an action or influencing a decision through intimidation,
threat or the use of force directly or indirectly, where potential or actual injury may befall upon a person, his/
her reputation or property to influence their participation in the biding process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract or its
established policies and laid down procedures, the Principal/Owner shall have the following rights in case of
breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/ Contractor accepts and
undertakes to respect and uphold the Principal/Owner’s absolute right:

1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed a
transgression through a violation of Article 2 above or in any other form, such as to put his reliability or
credibility in question, the Principal/Owner after giving 14 days notice to the contractor shall have powers to
disqualify the Bidder(s)/Contractor(s) from the Bid process or terminate/determine the Contract, if already
executed or exclude the Bidder/Contractor from future contract award processes. The imposition and
duration of the exclusion will be determined by the severity of transgression and determined by the
Principal/Owner. Such exclusion may be forever or for a limited period as decided by the
Principal/Owner.

2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has disqualified


the Bidder(s) from the Bid process prior to the award of the Contract or terminated/determined the Contract
or has accrued the right to terminate/determine the Contract according to Article 3(1), the Principal/Owner
apart from exercising any legal rights that may have accrued to the Principal/Owner, may in its considered
opinion forfeit the entire amount of Earnest Money Deposit, Performance Guarantee and Security Deposit of
the Bidder/Contractor.

3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor, or of an


employee or a representative or an associate of a Bidder or Contractor which constitutes corruption within
the meaning of IPC Act, or if the Principal/Owner has substantive suspicion in this regard, the
Principal/Owner will inform the same to law enforcing agencies for further investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other Company in
any country confirming to the anticorruption approach or with Central Government or State Government or
any other Central/State Public Sector Enterprises in India that could justify his exclusion from the Bid process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Bid process or action
can be taken for banning of business dealings/ holiday listing of the Bidder/Contractor as deemed fit by the
Principal/ Owner.

3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by him and has
installed a suitable corruption prevention system, the Principal/Owner may, at its own discretion, revoke the
exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in conformity


with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s) of the principles laid
down in this agreement/Pact by any of its Sub contractors/sub-vendors.

2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and Contractors.

17
3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between the
Principal/Owner and the bidder, along with the Bid or violate its provisions at any stage of the Bid process,
from the Bid process.

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 145 Days
after the completion of work under the contract or till the continuation of defect liability period, whichever is
more and for all other bidders, till the Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite the
lapse of this Pacts as specified above, unless it is discharged/determined by the Competent Authority, CPWD.

Article 7- Other Provisions

1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head quarters of the
Division of the Principal/Owner, who has floated the Bid.

2) Changes and supplements need to be made in writing. Side agreements have not been made.

3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by one or
more partner holding power of attorney signed by all partners and consortium members. In case of a
Company, the Pact must be signed by a representative duly authorized by board resolution.

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains valid.
In this case, the parties will strive to come to an agreement to their original intensions.

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

Article 8- LEGAL AND PRIOR RIGHTS

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

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

...............................................................
(For and on behalf of Principal/Owner)
................................................................
(For and on behalf of Bidder/Contractor)
WITNESSES:
1. ..............................................
(Signature, name and address)
2. ...............................................
(Signature, name and address)
Place:
Dated :

18
CPWD-7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Percentage Rate Tender & Contract for Works

: RMO various Electrical and Mechanical services at Police Wireless


Tender for the work of
Transmission Station at Siri village, New Delhi. (SH: Operation
and Maintenance of EI & Fans , 2 x 47.5 TR AC Plant, Split AC,
Electric Sub-station, DG Set & Fire Alarm system)

(i) Tender to be uploaded online by 15:00 hrs. 08.01.2025

(ii) The time and date of opening of the bid online in presence of tenderers
who may be present at 15:30 hrs. 08.01.2025 in the office of The
Executive Engineer-(E), DED-61, CPWD, Pushpa 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 thirty (30) days from the date of opening of tender and not to make any
modifications in its terms & conditions.

A copy of receipt of deposition of earnest money treasury challan / deposit at call receipt of a scheduled bank
/ fixed deposit receipt of scheduled bank / demand draft of a scheduled bank / bank guarantee issued by a
scheduled bank to the bidder by the Executive Engineer, CPWD, to whom EMD has been deposited is scanned
and uploaded. If I/We fail to furnish the prescribed performance guarantee within prescribed period, I/We
agree that the 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 earnest money and the 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 re-tendering process of the work.

I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another
contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/We
shall be debarred for tendering in CPWD in future forever. Also, if such a violation comes to the notice of
Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of
Earnest Money Deposit/Performance Guarantee.

19
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 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:----------------------------- Telephone No.-----------------------

Occupation:-------------------------- FAX ----------------------------------

E-MAIL -----------------------------

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……………

20
PROFORMA OF SCHEDULES

SCHEDULE ‘A’

Schedule of quantities (As per PWD-3)

SCHEDULE ‘D’

Extra schedule for specific requirements/document for the work, if any. As per sheet attached.

SCHEDULE ‘E’

Reference to General Conditions of : General conditions of contract for Maintenance Work -


contract. 2023 with amendment issued upto date of submission of
tender.

Name of Work : RMO various Electrical and Mechanical services at Police


Wireless Transmission Station at Siri village, New Delhi.
(SH: Operation and Maintenance of EI & Fans , 2 x 47.5 TR
AC Plant, Split AC, Electric Sub-station, DG Set & Fire
Alarm system)

Estimated cost of work : Rs. 40,01,169/-/-

(i) Earnest Money : Rs. 80,023/-


(ii) Performance Guarantee : 5% of tendered value
(iii) Security Deposit : 2.5% of tendered value of the work to be deducted from each
R/A Bill.
SCHEDULE ‘F’

GENERAL RULES & DIRECTIONS

Officer inviting tender : Executive Engineer (E), DED-61, CPWD,


Pushpa Bhawan, New Delhi

Maximum percentage for quantity of items of work to


be executed beyond which rates are to be determined
in accordance with Clauses 12.2 & 12.3. : See below.

Definitions

2(i) Engineer -in- Charge : Executive Engineer (E), DED-61, CPWD,


Pushpa Bhawan, New Delhi

2(ii) Accepting Authority : Executive Engineer (E), DED-61, CPWD,


Pushpa Bhawan, New Delhi.

2(iii) Percentage on cost of materials and Labour to : 15%


cover all overheads and profits

2(iv) Standard Schedule of Rates : DSR E&M 2022 & Market Rates

2(v) Department : Central Public Works Department.

9(ii) Standard CPWD Contract Form GCC, CPWD Form : GCC-2023 (Maintenance), CPWD Form
7/ 8 as modified & corrected upto 7 modified & Corrected up to date of

21
submission of tender.

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 Welfare Board or proof of applying thereof : 07 days
from the date of issue of letter of acceptance.

(ii) Maximum allowable extension with late fee @ 0.1% : 03 days


per day of Performance Guarantee amount beyond the
period provided in (i) above …....

Clause 2

Authority for fixing compensation under Clause- 2 : Superintending Engineer, DC-6,


CPWD, I.P. Bhawan, New Delhi

Clause 2A

Applicable clause 2/ Clause 2A : No

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:-

S.No. Description of milestone (Physical) Time allowed in days Amount to be with held in case
(from date of start) of non achievement of
milestone (of agreement
amount)

----------------NIL----------------

Time allowed for execution of work : 12 Months

Authority to decide

(i) Extension of time Executive Engineer (E), DED-61, CPWD,


Pushpa Bhawan, New Delhi

(ii) Rescheduling of mile stones Executive Engineer (E), DED-61, CPWD,


Pushpa Bhawan, New Delhi

(iii) Shifting of date of start in case of delay in handin Executive Engineer (E), DED-61, CPWD,
over of site Pushpa Bhawan, New Delhi

22
PROFORMA OF SCHEDULES Clause 5 Schedule of handing over of site

Part Portion of site Description Time Period for handing over


reckoned from date of issue of
letter of intent

Part A Portion without any hindrance 10 Days

Part B Portions with encumbrances

Part C Portions dependent on work of other agencies

Clause 5 : Applicable clause 5/ Clause 5A : 5

Clause 7

Gross work to be done together with net : 3.00 Lakh


payment /adjustment of advances for
material collected, if any, since the last
such payment for being eligible to interim
payment.

Clause 7A

Whether Clause 7A shall be applicable : Yes/No

Clause 10A

List of testing equipment to be provided by the contractor at site lab.

---------------------- As per direction of Engineer-in-charge

All equipment required for commissioning-----------------------

Clause 10B (ii)

Whether Clause 10 B (ii) shall be : No


applicable

Clause 10C
Component of labour expressed as percent of value : Applicable
of work.
Clause 10 CC

Schedule of component of other Materials, Labour : Not Applicable


etc. for price escalation.

23
Component of civil (except materials covered
under clause 10CA) /Electrical construction
Materials expressed as percentage of total value of Xm 15%
work.

Component of of Labour Y85% Applicable


Expressed as percentage of total value of work. :

Clause 11

Specifications to be followed for execution of work : C.P.W.D. General Specifications for


Electrical works (Part-I to VII),amended
upto date & additional terms & conditions
attached.

Clause 12

Type of Work

Clause 12
Maintenance Work
Type of Work

The completion cost of agreement should not


exceed 2 (Two) times of Tendered amount

Authority to decide Deviation:-

(i) Upto 1.25 times of Contract Amount (With


Engineer-in-charge
recorded reasons)

(ii) Beyond 1.25 times upto 1.50 times of Contract Superintending Engineer
Amount (With recorded reasons)
Delhi Circle-6

(Corrected as per DG/SOP/2022-24 dt 18.12.223)

12.2 & 12.3 Deviation limit beyond which clause Not Applicable
12.2 & 12.3 shall apply for building work
(All the deviated quantities shall be paid at
agreement rates.)

12.5 Deviation limit beyond which clause 12.2 &


12.3 shall apply for foundation work(Except items
No Limit
mentioned in earth work sub-head in DSR and
related items)

Deviation limit of items mentioned in earth work


No Limit
sub head of DSR & related items

Clause 16

Competent Authority for deciding reduced rates : (i) Upto 5% of Contract value Superintending
Engineer, DC-6, CPWD, I.P Bhawan,
24
New Delhi.

(ii) Beyond 5% of Contract value ADG(RD), CPWD,


Nirman Bhawan, New Delhi.

Clause 18

List of mandatory machinery, tools & plants to be deployed by the contractor at site

1.................................... 2 ................................. 3.................................

4.................................... 5 ................................. 6.................................

---------------------- As per direction of Engineer-in-charge -----------------------

Clause 19 C: Competent Authority to decide penality for each default

Clause 19D: Competent Authority to decide penality for each default

Clause 19G: Competent Authority to decide penality for each default

Clause 19K: Competent Authority to decide penality for each default

Clause 25
Clause 25 Conciliation and Arbitration for settlement of disputes shall contain the following officers:-(In
compliance to OM No. DG/SOP/22 Dated 02/08/2021)

1. Conciliator Additional Director General (Region Delhi)

2. Arbitrator Appointing Executive Engineer (E), DED-61, CPWD, Pushpa Bhawan.


Authority

3. Place of Arbitration Delhi

Clause 32Requirement of Technical Representative(s) and recovery Rate: -

S. Minimum Minimum Discipline Designation No Rate at which recovery


Qualification experience (Principal shall be made from
No of Technical (years) Technical / the contractor in the
Representativ Technical event of not fulfilling
e Representative
) Figures Words

As per manual provisions

Assistant Engineers retired from Government services that are holding Diploma will be treated at par with
Graduate Engineers.

Diploma holder Engineer 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 holder Engineers 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 2018
printed by C.P.W.D.

(ii) Variations permissible on theoretical quantities:

25
Cement For works with estimated cost put to bid not more than 2% plus/minus
Rs. 25 lakh.

For works with estimated cost put to bid more than Rs.25 lakh

b) Bitumen for all works. 2.5% plus only & nil on minus side

c) Steel Reinforcement and structural steel sections for each 2% plus/minus


diameter, section and category.
d) All other materials. Nil

26
TERMS AND CONDITIONS FOR ROUTINE MAINTENANCE of EI
Name of Work:- RMO various Electrical and Mechanical services at Police Wireless Transmission Station
at Siri village, New Delhi. (SH: Operation and Maintenance of EI & Fans , 2 x 47.5 TR AC Plant, Split AC,
Electric Sub-station, DG Set & Fire Alarm system)

1. The work shall be carried as per CPWD general specifications for Electrical works 2013 (Internal), 1994 Part-
II. (External), HVAC Specification 2017, Part-IV- Substation 2013, Part-VI Fire Detection and Alarm system
2018, Part-VII (DG Set work) 2013 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 and satisfaction of the
Engineer-in –charge.
2. Following Minimum Staff to be deployed by the agency at site .

Sl. Staff 9 A.M. to 6 A.M. to 2 P.M. to 10 P.M. to


No. 5 P.M. 2 P.M. 10 P.M. 6 A.M.
1 SH-I for Maintenance of EI & Sub Station & DG set
Wireman Gd-1/Operator 1 1 1
Khallasi 1
2 SH-II for Maintenance of AC Plant
AC Mechanic/Operator 1 1 1
Khallasi 1
3 SH-III for Maintenance of Fire Alarm System
Fire Technician 1 On Weekly visit
Khallasi 1 On Weekly visit
The above staffs are minimum requirement, the contractor shall depute more staff as and when situation arises
so that the works are executed in time for which no extra cost shall be made.
(Separate reliever for above staff is to be provided as per labour law)
(Khallasi in all above works can be utilized where ever required other then specified.)

3. The contractor shall depute staff with minimum qualification and experience as detailed hereunder:-

• Wireman/Operator/ Fire Technician/ AC Mechanic should have passed ITI / Diploma or should possess
valid wireman license / electrical wireman permit / electrician license or with at least Five years’
experience.
• Khallasi should be physically & mentally fit.
4. As the installations /equipments are in running condition. The installations shall be handed over on "as is
where is basis" and nothing extra shall be paid towards pre- maintenance as the equipments are in running
condition.

5. Any other inventory added during the contract period to any of the installations will also be maintained within
the scope of work without any extra cost.
6. After the expiry of the contract, the firm shall have to hand over all installations to the department in proper
working order. All defect and deficiencies shall have to be rectified by the firm to the entire satisfaction of
Engineer-in-charge failing which the work shall be got done at the risk and cost of the firm.
7. In respect of all labour employed directly on the work for the performance of the contractors part or work, the
contractor at his own expense, will arrange for the safety provisions as per the statutory provisions, B.I. S
recommendations, factory act, workman/s compensation act, CPWD code and instructions issued for time to
time. Failure to provide such safety requirements would make the tenderer liable for penalty for Rs.500/- for
each violation. In additions the Engineer-In-Charge, shall be at liberty to make arrangements and provide
facilities as aforesaid and recover the cost from the contractor.
8. The contractor shall provide necessary barriers, warning signals and other safety measures while executing the
work wherever necessary so as to avoid accident. He shall also indemnify CPWD against claims for
compensation arising out of negligence in this respect. Contractor shall be liable , in accordance with the
Indian Law and regulations for any accident occurring due to any cause. The department shall not be
responsible for any accident occurred or damage incurred or claims arising there from during the executions of
work. The contractor shall also provide all insurance including third party insurance as may be necessary to
covet the risk. No extra payment would be made to the contractor due to the above provisions thereof.

27
9. The contractor has to maintain log book and record all the operational & routine maintenance parameters,
which should be signed by the firm’s staff.
10. The contractors are advised to visit the site of work to have an idea of the scope of execution of the work;
failure to do so will not absolve their responsibility to do the work as specified in agreement.
11. Safe custody including watch and ward of the plant/ system, all the fixtures and other machinery will be entire
responsibility of the contractor.
12. Cleaning of entire system/ units/ room/ machinery and other equipment will be the responsibility of the
contractor. If the room is not found satisfactory at any time by the department recovery of Rs.50/- per day
shall be made from the contractor’s bill.
13. The contractor shall be responsible for conduct of the contractor’s staff, should have to obey the instructions
of the Engineer-in-charge.
14. The contractor shall provide first aid/ box facilities for his staff at site.
15. The firm should pay at least minimum wages as applicable from time to time fixed by the Central
Government with other allowances etc. to all his employees covered under this contract.
16. For Holiday/ Sunday no extra payment will be made. It is the contractor’s duty to arrange weekly off or
holiday to the workers by making alternative arrangement for which no extra payment shall be made.
17. The staff employed by the contractor should wear the uniform and badges otherwise recovery at the rate of
Rs.100/- per occasion will be made from the contractor’s bill. Liveries will be provided by the contractor to
his staff for which nothing extra shall be paid.
18. The deptt. will not be a party in event of any dispute between contractor and his staff on legal matters. The
contractor is fully responsible for any dispute between him and his labourer.
19. The contractor shall be fully responsible for any loss of life/ accident of all his staff during currency of the
contract due to any reason. Any amount of compensation to be paid on account of such happening shall be
borne by the firm himself and not by the department.
20. Whenever any major defects occur in the system the firm will inform immediately to department for taking
proper action.
21. The contractor will be fully responsible for the conduct of staff so deputed by him.

22. The contractor shall provide and maintain attendance register for the maintenance staff at site which shall be
checked by JE (E)/ AE (E).
23. All the dismantled material shall have to be returned to JE (E) Incharge at his store.
24. Contractor has to maintain complaint register at his own cost. A complete record of all the complaints is to be
entered in the register; the register is to be get checked from JE in-charge of the work.
25. The Contractor shall make his own arrangement for tools for electrical and mechanical works for the use of
their staff. No. T&P shall be issued by the department. Nothing extra shall be paid to the firm in any shape by
the department.
26. Water and power supply will be supplied free of cost for bonafide use at the work only.
27. Department reserves the right to terminate the contract before/after the expiry of contract period without
assigning any reason. This will normally be as a result of unsatisfactory performance of the contract validity
of the contract can however be extended in accordance with of PWD-7/8.
28. The operation timings can be modified as per need of the client department.
29. Any damage made by the contractor or the staff of the contractor deployed at the site of work during contract
period shall be made good by the contractor at his own cost.
30. The staff engaged by the contractor should be well behaved, polite and courteous. Any complaints against
staff misbehavior should be taken very seriously and such staff should be removed by the contractor
immediately from the site and arrange replacement for the same failing which the Engineer-in-charge has the
power to cancel the contract and the contractor shall have no right to claim of loss/compensation.
28
31. The character and antecedents of staff employed by the contractor shall be got verified from the police by the
contractor.
32. The contractor shall provide details of Staff to be engaged containing information’s like name, father’s
name, residential address and Date of Birth of staff alongwith recent passport size photograph, residential
address and identity proof etc. as may be required.
33. All the complaint registers, log books, workers diary or any other record pertaining to work shall be supplied
by the contractor and will be maintained by the staff of the contractor which will be handed over to the
department on the completion/ termination of the contract.
34. The contractor shall submit the attested photocopy of wiremen’s license & produce the wiremen’ license in
original to Engineer-in-Charge before start of the work and as and when demanded
35. The Contractor shall provides 1 No. mobile phone round the clock at site to enable the JE(E)/AE(E)
Engineer-in-charge to have easy and quick communication. Nothing extra shall be paid to the contractor on
this account and his quoted rates for various items under this contract will be inclusive of this obligation.
36. The contractor shall arrange to render efficient services as outlined above. However in case he fails to
maintain the services to the satisfaction of the Engineer-in-charge and the department has to incur any
expenditure to maintain the installations by alternative arrangement the expenditure thus incurred will be
recovered from the contractor, for which decision of the Engineer-in-Charge shall be final and binding.
37. The quantity & item stipulated in schedule of quantity of each work is tentative and indicative hence
subjected to variation. Payment of only those quantities will be made which is actually executed at site.
38. In case of major break down the staff deployed by contractor at site may be asked to stay beyond their duty
hours whenever required and nothing extra shall be paid on account of this.

39. The Bonus, EPF & ESI etc shall be paid to the concerned department by the firm in respect of labour engaged
by them & shall be reimbursed to the firm on production of documentary proof thereof.

40. The contractor will arrange & store all the materials at Enquiry officewithin 15 days of the issue of award
letter, failing so penalty of 1000/- per day shall be levied, required for attending day to day maintenance
complaints for at least 3 months or as decided by Engineer-in-Charge, throughout agreement period. A
material at site (MAS a/c.) register shall be maintained by the contractor for materials brought at site & used
in day-to day maintenance work. The MAS a/c. shall be kept at service centre so that officers of CPWD can
review the quantity and quality of material present in store. This MAS a/c. shall be the property of Engineer-
in-Charge after the completion of work.

41. The Contractor has to make his own arrangement of the tools for use by his staff. Further T&P required at site
shall be arranged by Contractor. Following T&P shall always be available at site of work otherwise recovery
at the rate of Rs 5000/- per month shall be made for number of days it is not found at site of work: -
Megar : 1 No.
Earth tester : 1 No
Crimping tools : 1 Set
Spanner Set : 3 Set
LAN Keys set : 3 Set
Hammer Drill : 1 Set
Hexa : 3 Nos
Tongtester : 2 Nos
Air Blower : 1 No.
Ladder of different sizes : 2 Set
Tool Bags with required tools such as Plier,
Tester, Knives Screw Driver set, Rawl Plug
with different size of screws etc. : All wiremen
42. If the electric supply fails from the supply company, the necessary complaint will be logged by the agency
and shall be got it restored. Nothing extra will be paid on this account.

29
43. In the wake of Covid-19, all the labour/ staff deployed at site has to follow all the guidelines/ safety
precautions issued by the Govt. time to time like mask, hand sanitizer, social distancing etc., failing so penalty
of Rs.1000/- per labour per incidence shall be levied. Arrangements may be also be made for testing and
vaccination of the workers.

44. The agency will maintain and get various registers viz. attendance register, log book, complaint
register, workers diary, MAS register, T&P register, wages register along with ESI, EPF and bank
statement and record of all workmen employed by him for the work vide GCC annexure-IV “Regiser of
th
Workmen employed by contactor”. It should checked on monthly basis latest by 7 day of the month,
failure to which Rs. 3000/- per incident shall be made from the bill.

(Sub-Head-A- Routine Maintenance)

1. All maintenance as well as repair /addition alteration /modification work will be strictly carried out &
followed as per CPWD Maintenance Manual 2019 amendment upto date for all relevant E&M service.
2. All the material to be used on this work by the contractor shall be got approved from the Engineer-in-Charge
before supplying at site.
3. The bad workmanship will not be accepted and defects shall be rectified at contractor’s cost to the
satisfaction of the Engineer-in-Charge. The electrical works are to be executed in coordination with the
building work and no claim for idle labour will be entertained.
4. All the debris of the works should be removed and the site should be cleared by the contractor immediately
after accumulating of debris. Similarly, any rejected material should be immediately cleared off from the site
by the contractor and will be dumped at places notified by local authorities.
5. The Electrical items of supply shall be ISI marked wherever applicable and as per the approved list enclosed
in NIT. If any of the accessories available in the market is not ISI marked then decision of Engineer-in-
charge will be final and binding to the contractor.
6. All the cleaning material i.e. soap, duster, PVC tape roll etc. shall be arranged by the contractor at his own
cost, for cleaning of Electrical Installations & fans, switch gears, DBs, Panel and all other equipments/
accessories/pipe lines etc. associated with above E&M Services. If cleaning of installation is not found
satisfactory at any time, a recovery of Rs. 500/- per occasion per site shall be made from the bill of
contractor.
7. The contractor shall monitor the complaints lodged by the occupants by any mode such as verbally,
telephonically, CPWD e-Sewa website etc., by receiving, attending and closing the case with suitable
remarks, after duly attending the complaints.
8. The complaints lodged shall be attended within 12 Hrs. of lodging. Emergency complaints like leakage of
Electric currents, sparking, short circuiting, Fire and No electricity shall be given priority and will be attended
within 2 Hrs. of lodging. Failure of which shall attract a penalty of Rs. 500/- per complaint per day. The
complaint can be lodged through writing /telephonically /text message/orally shall be treated as registered
complaint at the time of communication of same to contractor staff.
9. In case of major break down the staff deployed by contractor at site may be asked to stay beyond their duty
hours whenever required and nothing extra shall be paid on account of this.
10. The sundry material like hole fastners, dash fastners, nuts bolt, screws, washers, fan rubber reel/Fan
cotter pin, PVC tape, saddles, tie, clip for wire/cables, mobil oil, grease, gland dori, PVC Seals, Rubber
bushes, old dhoti, detergent, thimble, connector, holder, gland packing, torch, cell, starter, choke,
driver, gland, cable joint, cement and sand for minor repairs etc. should be made available by
contractor free of cost & nothing extra shall be paid by department on this account.
11. The contractor will test insulation and earth test of the system once in six months and submit the results to the
engineer in charge. Non compliance of this clause shall invite penalty @ Rs. 500 per fortnight.

12. The firm must observe all the necessary precautions/measures so that there should not be any breakdown
during the meeting/conferences/events. The firm has to attend to any fault immediately or has to provide
suitable alternative immediately so that programme/ proceedings should not be disturbed.

13. Scope of Work for Routine Maintenance:-

30
.i) For EI works requirement is to attend day to day complaints, rectifying defect and making functional all
electrical points, fans, luminaries & circuit wiring, sub main wiring, switchgears, bus bars, cables
etc. in the electrical installations by replacing the defective fans/ fittings/ item/parts/wires, cables,
if necessary, and carry out routine maintenance of internal electrical installation i.e. main switch boards, sub-
distribution boards, sub-main connection, cable connection, inter-connections, fittings including various
electrical accessories.

ii) Check that – there is no sign of heating up, burning smell, sparking at any of the boards (SDBs as
well as main boards), and Rising Mains. These may occur due to overloading or loose terminations.
Highly unbalanced loading may cause heavy neutral currents and consequent heating of neutral
conductors and terminals.

iii) Cleaning, Servicing & up keeping of equipment such as control panel, busbar, cables, starter, ceiling
fan, motor, pumping set, DG Sets and associated installation i/c all the electrical panel/meter/
pump rooms as required in accordance with maintenance, routine & specific as required.

IV) Minor Repair of collar and cable entry box of street light pole.

31
Terms and Conditions for Material.

Name of work :- RMO various Electrical and Mechanical services at Police Wireless Transmission Station
at Siri village, New Delhi. (SH: Operation and Maintenance of EI & Fans , 2 x 47.5 TR AC Plant, Split AC,
Electric Sub-station, DG Set & Fire Alarm system)

The material shall be procured only from the manufacturers & their authorized dealers & documentary
proof for such procurement & supply shall be produced by the contractor. Contractor has to produce
original bill/challan to the Engg.-in-charge.

The department reserves the right to send such materials to the manufactures authorized test laboratory to
verify the genuineness & quality of the product.

The successful bidder must keep sufficient quantity of fixtures like switch, socket, wires, MCB’s, isolators,
DB’s, choke, condenser, tape, fitting fans, exhaust fan, fresh air fan and other consumable required for
day to day maintenance at store of engineer in charge at site. The contractor shall also arrange all the
material like cotton waste, cloth soap bar, fuse wire, black tape, cable glands, rope, cables, wires, call
bell, thimble lugs, HRC fuses, cable jointing kits, insulation tape, all other consumable materials.
Nothing extra is payable on account of the materials required to maintain the electrical installation.

DG SET
1. The scope of work includes operation and day to day maintenance of installations i.e. cleaning of
installations, checking of all parts, oil level lubrication level, batteries terminal & water i/c recording
of allparameters.

2. Thefollowingactivitiesisintendedtobecoveredunderthiscontract:
1. Operation and maintenance of D.G. Sets as specified in BOQ or as directed by the
Engineer- in-charge or his authorizedrepresentatives.
2. Watch and ward of all theinstallations.
3. Taking preventive measures to avoidcomplaints.
4. Routine test & Maintenance activities carried out as per schedule should be recorded in the
maintenanceregister.
5. Performing the daily/weekly/monthly/quarterly /six monthly/annually checks as
detailedbelowandtakingremedialactionforproperoperationandmaintenance.

3. All the cleaning material i.e. soap, duster etc. shall be arranged by the contractor at his own cost. If
cleaning of installation is found unsatisfactory at any time, a recovery of Rs.500/-(Rupees Five
Hundred) per occasion shall bemade.

4. The following consumable materials & tool items for maintaining the DG set shall be arranged by the
firm at their own cost and shall keep ready at site in sufficient quantity under the scope of work for
which nothing extra shall bepaid.
a) Battery acid, distilled water, battery thimbles clamp, grease, copper cond. PVC insulated
wire & control cables, connectors, testing lamps, PVC insulation tapes, old dhoti, duster,
vim, brooms, C.T.C. cleaning detergent, torch, cells, tester,
panelknobs,weldingrod,petroleumjelly,logbookandluboilfortoppingupetc.
b) Tool & plant required to operate, repair servicing and maintain the DG Sets like spanners,
goti sets, screwdriver, crow bars, megger, multimeter, blower, crimping
tool,torchhandlampbucket,container,table,chair,Almirah&otherT&P.

5. Spare parts & accessories of DG sets and panels (which are not included for supply under the
firm’s scope of work) required for replacement if made available to thefirm.by the department shall
32
be replaced by the firm free of cost and nothing extra will be paid.
i) Diesel oil for running the DG Sets shall be supplied by the department, which will be filled in
service tank by the agency. Arrangement and carriage for bringing HSD from the petrol
pump upto site of work shall be paid by the contractor and nothing extra shall be paid on
thisaccount.
ii) Remarks and observations regarding maintenance / malfunctioning of DG Sets panels
andaccessoriesrecordedinthelogbook/conveyedthroughmessage/lettershallbe
compliedwithin24hoursonalldaysi/cSundaysandholidaysfailingwhichsameshall be got
rectified by the department at the risk and cost of the firm without entering in to any
correspondence and necessary recovery shall be made from the bill of the contractor.

Daily Routine Checks:-


(i) Keep the Substation and DG Set Room clean: wipe out dirt from external surface of engine, generator and control
panels, transformer, HT panel etc.
(ii) Check the levels of diesel in daily services tank, lubricant oil, in engine crankcase, and water in radiator. Fill / Top
up as necessary.
(iii) Inspect the engine for leakage of diesel oil, engine (lub.) oil, and coolant in the respective system.
(iv) Check that the selector in control panel is in AUTO mode.
(v) Record the reading of voltage of supply and engine battery voltage.
(vi) Run each DG Sets for a period of 5-10 minutes daily for testing and entries of these tests shall be recorded in log
books of each DG Sets.
(vii) Checking the MV panel etc. for local heating of any feeder.
(viii) Check for any leakage of transformer oil, level of oil in consecrated tank, condition of silica gel and take
remedial action required.

Weekly Checks:
i) Check the automatic starting of engine by switching of the main supply to the AMF panel. Run the set on load for
15 minutes. Observe for any abnormality of noise. Vibration, bearing surface heating (whether warm), engine pick up,
voltage level and frequency.
ii) Check the level of electrolyte in the battery of the engine. Top up with distilled water as necessary. If the battery
needs charging (as can be judged by the cell voltage). Arrange for its charging early and also examin whether trickle
charger is defective.
iii) Check whether all panels lamps, fuses & instruments are healthy in the control panel.

Monthly Checks
a) Checks engine radiator for air restriction if any. Clean up Check the conditions of drive belts, hose and radiator
cap.
b) Clean the battery terminals and apply grease to prevent corrosion. Check specific gravity of the electrolyte.
c) Check the exhaust system for leakage, corrosion and vibration, See whether the exhaust smoke is not very dark.
d) Check that there is no restrictions to air flow in air cleaner.
e) Check that oil heater is functional.
f) Check coupling with alternator for any sign of fatigue.

Six Monthly Checks


i) Inspect the electrical control panel and starters to see that all power/control contacts are clean all terminations,
including control cables. Tighten as required.
ii) Inspect all cable end terminations, including control cables, Tighten as required.
iii) Check all safety control and alarms in the set supply system.
iv) Check and change filters of diesel oil, engine oil, coolant and air cleaner element of the engine after checking total
hours of operation and manufacture’s recommendation. Drain and change the cooling water.
v) Check the belt tension. Tighten if required.

Annual Checks
a) Inspect the fuel tank for any sedimentation. Clean up.
b) Replace the engine oil as per hours of operation and recommendation of the manufacturer.

33
c) Check shaft alignment and condition of anti-vibration mountings, in case any abnormal noise or vibration is
observed.
d) Blow through radiator core in a direction opposite to the normal flow of air (Reserve flushing).
e) Conduct megger test on all cabling, mains and control wiring motors, and earth test, (Earth test is to be done in
summer).

EXCLUSION FROM SCOPE OF WORK


The following works are excluded from the scope of work of this contract.
1. Rewinding of transformer.
2. Replacement of ACB / MCCB.
3. Overhauling and major repair to DG sets.
4. The diesel oil for running the DG Sets shall be arranged and supplied by the department at site store free of cost,
which will be filled in service tank by the agency free of cost.

Substation
1. The work shall be carried out as per CPWD general specifications of sub-station works (Part-IV), 2017
as amended upto date.
2. The contractor and or his representative, labour should not remove, disturb, dislocate the existing
equipment and its parts from its position until and unless it is authorized by the Engineer-in-Charge in
writing. The entire installation should be intact at any time of inspection. Care shall also be taken not
to damage installation by improper handling etc. The contractor shall be responsible for any damage
or theft and shall have to make good to its original shape and description as and when damage/theft
etc. is noticed or taken place due to wrong operation of the equipment or negligence of the
contractor’s staff.
(i) The scope of work includes operation and maintenance of Sub Station and DG sets.
(ii) The Transformers are installed with HT Panels, LT Panels (Normal and Emergency) APFC panel etc.
(iii) The scope of work includes Annual maintenance of Substation equipment i.e. servicing of HT panel,
MV Panel, Dehydration of transformer Oil, PT’s, once a year, replacement of Silica Gel in breather and
topping of transformer oil to the correct level in the conservator tank as and when required.
(iv) To plug the leakage of transformer oil if any replacement of o ring / gasket, LT bushing etc. if required.
(v) Repair and replacement of MCCB/FSU, indicating instruments, meters etc. in MV panel/feeder pillars.
(vi) Repair and replacement of internal wiring, fuses, MCB in HT/LT panel whenever required
(vii) Painting of transformer & HT pole are within the scope of this contract.
(viii) Repair and replacement of HT pole mounted switchgear, MV Panel / Feeder are within the scope of
this contract.
(ix) The contractor shall clean HT/LT switchgears, bus-bars by air blower once in three months.
x) Proper preventive maintenance of electrical installation particularly for the following items of work
shall be carried out as per period stated against them. The contractor should chalk out the suitable
programme for doing the test result and inform the Engineer-in-charge in advance and same shall be
noted in suitable register maintained by the contractor.
a) Earth testing: Once in a year.
b) Insulation test: Once in six months.
c) Cleaning of installation: Once in three months
d) Transformer Oil Testing: Once in a year.
e) Consumables like electrolyte, distilled water & Jelly are included in the scope of work.
Note: However, the contractor has to take corrective measure whenever required.

NOTE: - Periodical servicing & overhauling for Sub Station (SOQ) shall be done every year. Ist servicing and
overhauling shall be done within 6 months after award of work, failing which recovery shall be made @
50000/- for each sub station.

34
Pump Sets
1) Repairing / rewinding of All types & capacities of submersible / Borewell/ booster/ Monoblock pumps
including. Scope of work includes Lifting / lowering of submersible Pumps.
2) Water supply must be restored in the Campus within 06 hour of breakdown etc. otherwise penalty will be
imposed @ Rs. 5000/- per day and if contractor is failed to repair/ replace the pump set, work shall be got
done by the other agency and expenditure will be recovered from the bill.
3) All the electrical panel, starter, cabling, pipes & other accessories etc. to be maintained in healthy conditions
for smooth functioning of Pumps. All spare parts etc required is included in the scope of this contract.
4) Operation and maintenance of installation as specified in BOQ or as directed by the Engineer-in-charge or his
authorized representative.
5) Performing the daily/weekly/six monthly checks as detailed in remedial action for proper maintenance &
smooth functioning of Pump sets.
6) Cleaning of all equipments.
7) Watch and ward of all equipments (Internal and external both)
8) The contractor shall maintain the log books of pumps and shall be checked by JE (E)/AE(E) concern regularly
as per CPWD norms.
9) The contractor shall take over the site as per inventory before starting the work and will return the same in
working conditions after completion of work.
10) Checking of leakages of water from pump set / pipeline / control valves and remedial measures of same
within 50 meter radius from pump house.
11) Monitoring of ammeter & voltmeter reading and remedial measures in case of abnormal reading.
12) Checking of all electric connections and tightening of loose connections.
13) Checking of earth connections.
14) Security & safety of all electric equipments associated with above water supply system.
15) Oiling & greasing of all moving parts of motors & Pumps time to time i/c providing gland dori/rubber seal
gaskets/ tyre coupling etc.
16) All the pump sets shall be serviced twice a year and necessary parts as bush, bearing, gland, etc. Shall be
replaced within the scope of work.

Note:- Running operation & comprehensive maintenance of all type of pumps such as water / sewage/booster and
starter panel i/c lowering and lifting of pump sets, rewinding of motors, replacement of defective parts of P/sets,
repairing of starter panel board with replacement of spare parts by deputing of suitable staff for operation of
P/Sets in all days i/c Sundays and holidays and daily cleaning of pump house and maintaining of log book etc.
associated with this work as required shall be done within the scope of work without extra cost.

Following works are not included in this scope of work

a. Replacement of GI Pipes, valves & painting of GI Pipe.


b. Replacement of incoming cables to panel board.

35
FIRE ALARM SYSTEM:-

1. The contractor shall depute staff having knowledge of maintaining automatic / manual fire alarm system,
public address system & talk back system, wet riser i/c sprinkler system along with their control panels. In
case of false alarm the staff on duty shall be capable to handle the situation accordingly and in case of fire
they should act as per advice of the Delhi Fire Services personnel’s.
2. Routine maintenance of automatic/manual fire alarm system, PA & tack back system, and their fixtures and
accessories shall be carried out as per CPWD maintenance manual amended up to date.
3. In case of any fire accident the staff on duty will take appropriate action and also inform the department
officers and Delhi Fire Service.
3. Mock drill of Down Comer / Fire Fighting / FA system has to be done in presence of site in-charge /
engineer in-charge along with client representative whenever required or as per directions wherever these
installation are installed as per CPWD maintenance manual. It should be carried out once in every month.
He will keep records of all such mock drills/testing.
4. However work also involves routine running of pump set manually and operation of hose reel / hose pipes
physically and through fire alarm system by making smoke near the detector and checking the display /
sounder activation and entry shall be made in the register and periodical cleaning of these system per
direction of engineer - in- charge for healthiness & functionality of system for 24x7basis.
5. The healthiness of the system in Automatic Mode shall be checked through weekly testing. During the
weekly testing a particular block shall be taken up and all internal hydrants and adjoining yard hydrants of
the same block shall be operated and checked, for automatic functioning of jockey and main electric pump.
During the subsequent week different blocks shall be selected so as to ensure that all the internal hydrants
and yards hydrants of a block is checked once in every month.
The details of such weekly testing shall be conducted in presence in JE (E) and AE (E) in-charge to the
extent feasible and shall be recorded in register along with date, timing and findings.
6. The contractor shall maintain the log books of pumps and shall be checked by JE (E)/ AE(E) concern
regularly as per CPWD norms.
7. The contractor shall take over the site as per inventory before starting the work and will return the same in
working conditions after completion of work.
8. Contractor shall keep well in advance some quantities of all the inventory items for the purpose of day
to day maintenance for uninterrupted maintenance including replacement etc. Other material
including locating/removing faults in wiring shall be contractor’s responsibility.
9. Contractor has to maintain the fire system to keep 100% functional all the time. If any lapses found and if the
entire system or some of its parts found non functional recovery will be made@ Rs.1000/- per day from
contractors on account/final bill. Also contractor will be fully responsible if any fire accident/ mishappening
occurs during this period.
MAINTENANCEOF FIRE ALARMSYSTEMScope of work :The following activities is intended to be covered
under this contract:-

(a) Operation and comprehensive maintenance of installation as specifiedin B.O.Q. or as directed by the
Engineer In-charge or his authorized representatives.
(b) Performing the weekly/six monthly checks as detailed in remedial action for propermaintenance.
(c) Cleaning of allequipments.
(d) Repair/ replacement of defective detectors.
(e) Contractor has to replace non functional accessories of Fire Alarm System with same make
and model.
(f) Conducting of firedrills.
For making the users familiar with the system, fire drill shall be carried out. Local fire service and
nodal officers in charge of various parts of the building shall be involved in conducting fire drill.
Operation of the system shall be demonstrated so that all users are confident of the system and
aware of their duties and responsibilities during fire. Fire drill shall be carried out weekly for
which care taker at site of work shall be informed and shall be involved in conducting fire drill.. All
the fire drills shall be recorded in a register.

1. Weekly inspection ofFAS

36
Clean all the control panels, sounders and callboxes.
While cleaning each panel, verify whether any fault indication lamp is on. If it is on with or without
an alarm, investigate and rectify thefault.
Check whether all panel lamps are healthy by the “panel lamp test button” in each panel.
Check that the system operates under mains failure condition, by switching of the mains supply to
the C&I panel and testing any zone for fault/fire condition from the zonal panel. Confirm also that
the audio visual alarm comes up in the C&I panel. Restore mains supply after the test.
Log all the panel instruments in C&Ipanel.
If Lead Acid type battery is used for FAS system, check the electrolyte level (and top up with
distilled water, as required) and specificgravity.

2. Check on controlpanel operation

All Zonal (sector) panels and C&I panel should be checked once amonth.
Repeater panels if nay should also be checked once amonth,.
The check is to confirm operation of the system in each zone, through the test button in zonal (sector)
panel. The check should confirm initiation of audio visual indication in the zonal (sector) panel
concerned and in the C&I panel and also relevantsounders.
Check the talk back system from both ends and also PA system of C&Ipanel.
Check that the air-conditioning/ventilation blowers are automatically switched off, when fire
condition is simulated by the Test button in the zonal (sector)panel.
Check the battery condition from these log book readings of voltage. Check the charger, if there is
any problem. Check battery terminal and f replace old grease with fresh grease to prevent corrosion.

3. Six monthly checks onFAS

All fire detectors should be cleaned. Do not blow in heavily into the detector, use a proper suction
device. Never leave a detector base without replacement of the detector. Restore the zonal panel, if it
was switched off for thisoperation.
Checkthesatisfactoryoperationofthesystembyanartificialfireinabucket,keep necessary extinguishers,
before this test, as abundant precaution.
Megger test the wiring ofFAS.

AIR CONDITIONING SYSTEM:

1. Under this contract, the contractor shall provide operation and routine maintenance service on the
various capacity AC plants, strip heater and package type AC units, and Split AC prescribed in the
schedule of items and will lay emphasis on planned preventive maintenance practices, safety
requirements and proper care of machinery &equipments to achieve proper inside conditions.

2. The contractor's staff shall be well conversant with the attending of A.C. complaints & operation of
PTAC Plant & Central AC plant System and should be able to undertake minor repair of installation.
They shall be responsible for cleaning Ductable units/PTAC Plant, Central AC units, Split AC.

3. Draining out the water from AC Plant room and Cooling tower etc., cleaning and sweeping areas of AC
Plant room/cooling tower if required.

4. Log book as per standard Performa will be supplied by the contractor and have to be filled in by the
contractor’s staff. The log book will be kept in the plant room which will be checked by the Engineer-in-
charge or his representative. The contractor will have to take action as per direction of Engineer-in-
charge or his representative from time totime.

5. All the materials including cleaning material required at site shall be supplied by the contractor for
which nothing shall be paidextra.

37
6. The following consumable materials & tool items for maintaining the AC plant shall be arranged by the firm at
their own cost and shall kept ready at site in sufficient quantity under the scope of work for which nothing
extra shall be paid.
(i) Grease, copper conductor PVC insulated wire & control cables, connectors, testing lamps, PVC insulation
tapes, old dhoti, duster, vim, brooms, C.T.C. cleaning detergent, torch, cells, tester, panel knobs, welding
rod, petroleum jelly, log book and lubricant oil for topping up etc.

ii) Tool & plant required to operate, repair servicing and maintain the AC plant like spanners, goti sets,
screwdriver, crow bars, megger, multi-meter, blower, crimping tool, torch hand lamp bucket, container,
table, chair, almirah & other unforeseen T & P.

7. Spare parts & accessories of AC plant, Split AC and panels (which are not included for supply under the firm’s
scope of work) required for replacement if made available to the firm by the department shall be replaced by
the firm free of cost and nothing extra will be paid. All dismantled material shall be deposited to the JE (E) in
charge at his site store.

8. Servicing /Descaling of AC Plant accessories, wet servicing of STAC will be done at site twice a year as per
direction of Engineer-in-charge.

9. The makes of compressor shall be Tecumseh/ Hitachi /Carrier/Daikin/ Mitsubishi/ /LG/Emerson/Lloyd/


Sidwal/ Voltas/ Godrej/ O-General/ Samsung).

10. The makes of capacitor shall be Epcos/ Tibcon/ Havells/Asian.

11. If the compressor of AC out of order or worn out that the firm will intimate to the Department Immediately
otherwise he will be reportable for any hardship or in conveyance.

12. All the material to be used on this work by the contractor shall be got approved from the Engineer-in-Charge
before supplying at site.
13. In case of any damage to any machine, equipment and building on account of negligence
ofcontractor’sstaff,thesamewillhavetobemadegoodpromptlyathisowncost, &tothe entire satisfaction of
the Engineer-in-charge or his representative failing which, suitable recovery will be made from the
contractor’sbill.

14. During the running of the contract the responsibility of physical custody of the plant will rest on
thecontractor.

15. After the expiry of the contract, the plant will be handed over back to the department in similar
condition as was handed over to the contractor at time of start of the contract except normal wear and
tear and the part of which the contractor is not responsible, failing which recovery will be made from
contractor’s final bill. The decision of Engineer-in-charge shall be final andbinding.

16. Desire temperature range between 18 to 21 degree celcius in server room / other specified area shall
be maintened and necessary adjustment / repair / service shall be done accordingly. Failing which,
penalty of Rs. 10,000/- per incident per day shall be made from the bill.

38
Commercial Conditions
1. Payment shall be made on quarterly basis after deduction of statutory taxes and duties.
2. In the event of operational staff not reporting for duty a penalty as following shall be imposed.
i) Wireman Cum Operator/Clerk - Rs. 2000/- Per shift/Per Person
ii) Khallasi - Rs.1800/- per shift/ Per Person
3. Terms of payment and other facilities for workers.
i) The contractor shall pay wages to the workers not less than the rates as per minimum wages act
notified by Ministry of Labour, Govt. of India time to time.The
contractorshallmaintainallthepaidwagesrecordsdulyverifiedbytheJE(E)/AE(E).
Thepaymentofthecontractorwillbemadeonlyafterproductionofwagespaid records.
ii) ThepaymenttotheworkersshallbemadethroughNEFT/RTGS/ECSmode etc.
iii) The payment to the staff shall be made upto 7th day of nextmonth positively otherwise penalty of Rs.
100/- per worker per dayshall be recovered from the bill of the contractor.
iv) The contractor shall deduct worker subscription towards Provident Fund and ESI, as per rules and he
shall deposit the same along with his contribution into the respective accounts of the worker latest by
10th of each month and submit the detail to this office for verification.
v) Copy of relevant period physical attendance sheet /register.
vi) Fortnightly labour report.
4. No Payment shall be paid for the work till the applicable labour licenses, registration with EPFO, ESIC
and BOCW Welfare Board, whatever applicable is submitted by the contractor to the Engineer-in-
charge.
5. Nothing extra will be paid on account of GST/ Turnover Tax or any other Taxes.
6. Separate staff other than shift duty staff has to be deputed by the contractor on the weekly rest day of
the shift duty staff if duty requirement is 24 x 7.
7. Biometric machines/ stationary required for manual attendance/ Biometric attendance shall be
provided by the firm for attendance of the staff employed within the quoted amount for which nothing
extra shall be paid. The attendance of the staff shall be submitted by the firm on monthly basis to the
concerned JE(E)/AE(E). The contractor has to provide Aadhaar card, Passport size photograph and
mobile no. of the worker deputed by him on the work.

AE(E) P
Executive Engineer (E)
Delhi Elect. Divn-61, CPWD,
Pushpa Bhawan, New Delhi

39
Name of worker: -

Present Address: -

Permanent Address: -

Identification Mark: - Signature of Worker: -

Place of Duty: - Signature of Contractor: -

40
PERFORMA OF VERIFICATION OF CPWD CONTRACTOR WORKERS

Name of work: -

Agreement No.: -

Name of Agency:-

NameofWorker:-

Post:-

Qualification:-

Father’s/HusbandName:-

Age: -

Present Address: -

Permanent Address: -

Timing of duty: -

Contact Nos.:-

(SignatureofWorker) (Signature ofContractor)

Note: - Worker / Contractor to submit attested photocopy of the Identification of the refers.

41
List of Approved Make for Electrical Works

S. No Details of Materials / Equipments Manufacturer’s Name / Make

1 FRLS PVC insulated copper conductor Finolex / RR Kabel / KEI /Havells / Polycab
single core cable for wiring. (ISI
marked)

2 PVC sheathed / XLPE power armoured Finolex / RR Kabel / Polycab/Havells /


copper/ Aluminium conductor cable of KEI/gLOSTER
1.1 KV grade

3 MS Conduit (ISI Marked) with heavy BEC / NIC / AKG (ISI Marked)
duty MS conduit pipe accessories

4 PVC Conduit medium class AKG/ BEC/ Polypack/ Precision/ Norpack

5 G.I. Box Honeywell/ Schneider Electric/ Legrand /


North West / Havells / ABB (Tavisha)

6 G.I./M.S. Pipe Tata/ Jindal / Prakash Surya / SAIL

7 Pianotypeswitches&accessories Kinjal/Anchor/Antex
8 Modular Type switch, socket & Honeywell- Aspect/ Schneider Electric
accessories (Zencelo)/ Legrand (Murano)/ North West
(Artisa)/ Havells (Crab Tree)/ ABB (Tavisha)

9 Phenoliclaminatedsheet Hylem/Formica(Whitecolour)ISIMarked
10 MCB, Isolator, Industrial Plug Socket, Schneider Electric-ACT19 / Legrand DX3/
RCCB, RCBO’s Hager-H3/ L&T-EXORA / ABB-S-200-M

11 MCBDB & Loose Wire Box Schneider Electric / Legrand / Hager/ (Note :
MCBs Make shall be same as DBs Make)

12 Moulded Case Circuit Breaker (MCCB) Schneider Electric-NSX / Legrand-DPX3 /


Thermal Release / Microprocessor Hager/
based (Ics=Icu=100%)

13 Panel/ Feeder Pillar Tricolite/ Advance/ Adlec/ Neptune/


Milestone/ SPC electrotec /

14 Contactor/Timer Schneider Electric / L&T / BCH / Siemens /


Legrand / ABB / Hager

15 Voltmeter/Ammeter Conzerv / Larsen & Toubro / Secure / AE /


Socomac / Neptune /Hager/ABB

16 LED type indicating lamps / Push Schneider Electric / L&T / Siemens /


Button Vaishno/Legrand

17 LED Fittings Trilux/ Lighting Technologies/Havells/Wipro

18 Ceiling/ Wall/ Fresh Air Fan/ Exhaust Crompton/ Havells/ Usha/ Orient
Fan

42
19 LED street light Havells/ Philips/ Wipro/LT/Trilux

20 Pole Box Hensel / Spelsberg / Naptune-Bals / Syntex

21 Split AC Mitsubishi/ Toshiba/ O General/ Daikin/


Hitachi/ Panasonic/Carrier

22 Paint/ Primer Asian/ Berger/ Dulux/ Nerolac/ Shalimar

23 Cement ACC/ Birla/ Ambuja/ Jaypee/ J.K.

24 D.W. Corrugated HDPE Pipe REX / Dura plast / Zenduct / Triputi /


Duraline/Astral

25 GSS Sheet Jindal/Tata (Hissar)

26 Cable Tray Pilco/ Slotco/ MEM/ MEC/ Steelways/


Legrand/ Ctm Engineering/ Kepl/RP Controls

27 Copper pipe Totaline/ Mandev/ Rajco/ Diamond/ Star/


MetTube/ Hindustan/ Jindal refrigeration

28 Nitrile rubber insulation A-flex/K -flex/ Vidoflex/ Euro/ Batex/


Armacell/ Superlon

29 PVC Trunking MK/ Legrand/ Schneider/ Hager

30 24 Port L2 Switch Legrand/Systimax/Panduit

31 Hand Dryer Dolphy/Crona/Bath guru/ duravit/Generic

32 Geyser Havells/Recold/AO Smith

NOTES:-

In respect of materials for which approved makes are not specified above, then proposed makes shall be
decided by the Engineer-in-Charge and as per sample approved before procurement &Installation.

AE(E) P Executive Engineer (E)


Delhi Elect. Divn-61, CPWD
Pushpa Bhawan, New Delhi

43
PWTS Inventory

Substation & DG Set Equipment


S. No. Description of Item Qty.
1 11 KV Substation 1 No.
2 400 KVA Oil type Transformer 2 Nos.
3 11 KV HT Panel 1 No.
4 LT Panel 1 No.
5 Emergency Panel 1 No.
6 125 KVA PNG Genset (Mahindra make) 2 Nos.
7 125 KVA DG set (Mahindra make) 1 No.
8 105 KVAR APFC Panel 2 Nos.
AC Plant & Split Type AC
1 47.5 TR AC Plant 2 Nos.
2 Air Handling Unit 2 Nos.
3 Chiller Pump set 2 Nos.
4 Condenser pump set 2 Nos.
5 Colling Tower 2 Nos.
6 AHU Panel 2 Nos.
7 Main Panel 1 No.
8 Control Panel 1 No.
9 Split Type Airconditioner 1.5 TR / 2.0 TR 35 Nos.
Fire Alarm System
1 8 Zone main control Panel 1 No.
2 Smoke Detector 33 Nos.
3 Manual Call Point 6 Nos.
4 Hooters 4 Nos.
External EI Fittings
1 Pole light with fitting 45 Nos.
2 Flood Light 26 Nos.
3 Bollard Light 25 Nos.
Internal EI Fittings
1 Light Point 290
2 Power Plug Point 80
3 Light Plug Point 75
3 Industrial Point with 25 Amp. SP MCB 34
Pump House
1 5 HP Monoblock 2 Nos.
2 3 HP Monoblock 2 Nos.
3 1 HP Monoblock 1 No.
4 5 HP Submersible 1 No.
5 3 HP Openwell Submersible 1 No.

44
Schedule of Work
NAME OF WORK:- RMO various Electrical and Mechanical services at Police Wireless Transmission
Station at Siri village, New Delhi. (SH: Operation and Maintenance of EI & Fans , 2 x 47.5 TR AC Plant,
Split AC, Electric Sub-station, DG Set & Fire Alarm system)
Add @
1.0633
S.
Description of item Qty Rate on Unit Amount
No.
DSR
Item
Sub Head-I (Elect. Installations)
1 Providing Services for Operation and routine
maintenance of following installation and
equipment alongwith weekly (every Saturday)
cleaning of various E.I. and equipment installation
and preventive maintenance etc. as reqd. by
providing following staff:
[a] Maintenance of internal and external electrical
installation installed in entire building in three shifts
each day, for all months i/c Sunday and holidays
as per terms & conditions attached.

[b] Operation and routine maintenance of 2x400


KVA Sub-Station complete with all equipment i.e.
HT panel, LT panel, emergency panel,
Transformer & APFC Panel etc, in three shifts
each day, for all months i/c Sunday and holidays
as per terms & conditions attached.

[c] Operation and routine maintenance of 1 x 125


KVA DG set & 2 x 125 KVA Gas genset Set
complete with panel etc, in three shifts each day,
for all months i/c Sunday and holidays as per
terms & conditions attached.

d) Operation and comprehensive maintenance of


all types of Water supply pump sets installed at
Police wireless Transmission station i/c lowering,
lifting,rewinding, pump repair complete etc. as
reqd as per inventory and terms and condiotions
attached.

(3 Nos. Wireman/ Operator (One No. in each shift);


Shift timing 6:00 AM to 2:00 PM, 2:00 PM to 10:00
PM, 10:00 PM to 6:00 AM & 1 No. Khallasi for
general shift timing 9:00 AM to 5:00 PM) 12 Months 154045.00 Month 1848540.00
1.1 Periodical servicing & overhauling for 2x400 KVA
Sub-Station complete with all equipment i.e. HT
panel, LT panel, emergency panel, Transformer &
APFC Panel etc, shall be done every year. 1st
servicing and overhauling shall be done within 3
months after award of work.

12 Months 6107.00 Month 73284.00


2 Supply of following materials required at site and
installation the same as and when required at site
with existing labour mentioned in item no.1.
2.1 1200 mm sweep BLDC motor Ceiling fan i/c
remote or electronic regulator unit for speed
control and all remaining accessories etc. as reqd.
10 Nos. 1900.00 2434.00 Each 24340.00
2.2 1.5 sq. mm ISI marked, FRLS PVC
insulated, single core copper conductor cable 150 Mtrs. 18.00 23.00 Mtr. 3450.00

45
2.3 4.0 sq. mm ISI marked, FRLS PVC
insulated, single core copper conductor cable 150 Mtrs. 42.00 54.00 Mtr. 8100.00
2.4 6.0 sq. mm ISI marked, FRLS PVC
insulated, single core copper conductor cable 50 Mtrs. 63.00 81.00 Mtr. 4050.00
2.5 10.0 sq. mm ISI marked, FRLS PVC
insulated, single core copper conductor cable 50 Mtrs. 106.00 136.00 Mtr. 6800.00
5/6 amps, one way switch, Piano type ISI
2.6 20 Nos. Each
marked 10.00 13.00 260.00
15/16 amps, one way switch, Piano type ISI
2.7 10 Nos. Each
marked 48.00 61.00 610.00
3 pin 5/6 amps socket outlet, Piano type ISI
2.8 10 Nos. Each
marked 23.00 29.00 290.00
6 pin 15/16 & 5/6 amps socket outlet, Piano
2.9 10 Nos. Each
type ISI marked 60.00 77.00 770.00
6 amps. to 32 amps. ratings, SP MCB, “C” curve,
2.10 10 KA breaking capacity
20 Nos. Each
135.00 173.00 3460.00
6 - 32 amps. ratings, DP MCB, “C” curve, 10 KA
2.11 2 Nos. Each
breaking capacity 437.00 562.00 1124.00
6 - 32 amps. ratings, TP MCB, “C” curve, 10 KA
2.12 breaking capacity
2 Nos. Each
702.00 903.00 1806.00
40 - 63 amps.ratings,TPN/ Four Pole MCB, “C”
2.13 2 Nos. Each
curve, 10 KA breaking capacity 664.00 854.00 1708.00
2.14 4 pole MCCB,100A,30KA 1 Nos 5623.00 7229.00 Each 7229.00
3 Supplying and laying of following size DWC HDPE
pipe ISI marked along with all accessories like
socket, bend, couplers etc. conforming to IS
14930, Part II complete with fitting and cutting,
jointing etc. in the existing trench, complete as
required.
3.1 63 mm dia (OD-63 mm & ID-51 mm nominal) 200 Mtr. 127.00 131.00 Mtr. 26200.00
4 Supplying and fixing suitable size GI box with
modular plate and cover in front on surface or in
recess, including providing and fixing 3 pin 5/6 A
modular socket outlet and 5/6 A modular switch,
connections etc. as required. (For light plugs to be
used in non residential buildings).
8 Nos. 477.00 493.00 Each 3944.00
5 Supplying and fixing suitable size GI box with
modular plate and cover in front on surface or in
recess, including providing and fixing 6 pin 5/6 &
15/16 A modular socket outlet and 15/16 A
modular switch, connections etc. as required
8 Nos. 586.00 606.00 Each 4848.00
6 Painting with synthetic enamel paint of approved
brand and manufacture of required colour to give
an even shade :
6.1 One or more coats on old work 200 sq.mtr. 102.80 sq.mtr. 20560.00
7 Painting of ceiling fan in installed position with one
or more coats of spray painting with synthetic
enamel paint of approved brand and manufacture
to give an even shade, including cleaning of
surface with detergent etc. as required.
10 Nos. 154.00 159.00 Each 1590.00
8 Applying priming coat:With ready mixed red oxide
zinc chromate primer of approved brand and
manufacture on steel galvanised iron/steel works
100 sq.mtr. 67.40 72.00 sq.mtr. 7200.00

46
9 Supplying and fixing of following sizes of steel
conduit along with accessories in surface/recess
including painting in case of surface conduit, or
cutting the wall and making good the same in case
of recessed conduit as required

9.1 20 mm 50 Mtrs. 223.00 231.00 Mtr. 11550.00


9.2 25 mm 50 Mtrs. 256.00 265.00 Mtr. 13250.00
10 Supplying & fixing suitable size GI box wih
modular plate and cover in front on surface or in
recess including providing and fixing 25 A modular
socket outlet and 25 A modular SP MCB, “C” curve
including connections, painting etc. as required.
15 Nos. 727.00 752.00 Each 11280.00
Total of Sub Head-I = 2086243.00
Sub Head-II (Air Conditioning)
11 Providing Services for Operation and routine
maintenance of 2 Nos. 47.5 TR AC plant
comprising of following accessories i/c attending
the day to day complaints of 1.5/2.0 TR capacity
35 Nos. Split Air Conditioners installed at
Samanvay Sadan Police Wireless, Transmitting
Station, Siri Fort Road, New Delhi, on all days in
three shift i/c Sunday and Holidays as per terms
and conditions attached.
[a] Chilling Units - 2 Nos.
[b] Air Handling Unit - 2 Nos.
[c] Chiller Pump set - 2 Nos.
[d] Condenser pump set - 2 Nos.
[e] Colling Tower- 2 Nos.
[f] AHU Panel - 2 Nos.
[g] Main Panel - 1 No.
[h] Control Panel - 1 No.
(3 Nos. AC Mechanic (One No. in each shift) ; Shift
timing 6:00 AM to 2:00 PM, 2:00 PM to 10:00 PM,
10:00 PM to 6:00 AM) & 1 No. Khallasi for General
shiftfor general shift timing 9.00 AM to 5:00 PM)

12 Months 150720.00 Month 1808640.00


Total of Sub Head-II = 1808640.00

Sub Head-III (Fire Alarm System)


12 Annaul Comprehensive Maintenance and services
alongwith upkeep of Fire Alarm system (Agni
make) installed at Police wireless throughout the
month with all its accessories and associated sub
system like batteries, Fire Alarm main control
panel etc. installed at ground floor including
repairing/ replacement of the defective parts, fault
finding and rectifying of faults complete as reqd. as
per terms and conditions attached and by
providing following services of staff etc. as reqd.
One No. Fire Technician and One No.Khallasi
each on weekly visit on wednesday and on
complaint basis as and when required.Inventory at
site- 8 Zone main control panel- 1 No., Smoke
detector - 33 Nos., Manual Call point- 6 Nos.and
hooters -4 Nos.

12 Months 9863.00 Month 118356.00

47
Total of Sub Head-III = 118356.00
Sub Head-IV (Credit of Material)

13 Less credited to contactor on account of


dismantled material excluding Ceiling Fan/Exhaust
Fan/Fresh air fan for qtrs. Dismantle during
upgradation
13.1 Copper wire miscellaneous 1.5/ 4/ 6 / 10 sq mm
25 Kg. -300.00 Kg. -7500.00
assorted size
13.2 Various size steel conduit 20/25/32 mm assorted
50 Kg. -30.00 Each -1500.00
size
13.3 Ceiling Fan assorted size 10 Nos. -300.00 Each -3000.00
13.4 Switch/Socket assorted size 40 Nos. -0.50 Each -20.00
13.5 MCB/Isolator/SP/DP/3 Pole/4 Pole/RCCB assorted
10 Nos. -5.00 Each -50.00
size
Total of Sub Head-IV = -12070.00
Total of SH- (I+II+III+IV) 4001169.00

AE(E) P
Executive Engineer (E)
Delhi Elect. Divn-61, CPWD,
Pushpa Bhawan, New Delhi

48

You might also like