NIT038
NIT038
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
TENDER DOCUMENT
FOR
Provision of furniture in Room No. 126-A, 11-A, S-50, S-51 & white salver
cloth, cocktail napkin, glass carafes & wooden trolley for the pantry section
in the office of Hon’ble Vice President of India at Parliament House, New
Delhi.
Issued by
GOVERNMENT OF INDIA
PARLIAMENT HOUSE CIVIL WORKS DIVISION
CENTRAL PUBLIC WORKS DEPARTMENT,
NEW DELHI-110001
(PHONE NO.: 011-23034112)
TENDER DOCOUMENT
Name of work : Provision of furniture in Room No. 126-A, 11-A, S-50, S-51 & white
salver cloth, cocktail napkin, glass carafes & wooden trolley for the
pantry section in the office of Hon’ble Vice President of India at
Parliament House, New Delhi.
Earnest Money : Rs. 6,151/- (To be returned after receiving performance guarantee)
INDEX
7. CPWD-8 22-29
8. Performance Guarantee 30
ANNEXURE - 20A.12
(Amended as per MAN-224-C)
CPWD-6 FOR e-Tendering
1. Item rate bids are invited on behalf of President of India from approved and eligible
contractors of CPWD (Civil/furniture/composite) for the following work:-
Name of Work:- Provision of furniture in Room No. 126-A, 11-A, S-50, S-51 & white
salver cloth, cocktail napkin, glass carafes & wooden trolley for the pantry section in the
office of Hon’ble Vice President of India at Parliament House, New Delhi.
NIT No.: 38/EE/PHCWD/AE-III/2024-25
Time Allowed: 20 days
The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of submission of bid is extended, the enlistment of contractor should
be valid on the original date of submission of bids.
1.1 The work is estimated to cost Rs. 3,07,552/-. This estimate, however, is given merely as a
rough guide.
2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 8 (or
other Standard Form as mentioned) which is available as a Govt. of India Publication and
also available on website www.cpwd.gov.in. Bidders shall quote his rates as per various
terms and conditions of the said form which will form part of the agreement.
3. The time allowed for carrying out the work will be from the date of start as defined in
schedule ‘F’ or from the first date of handing over of the site, whichever is later, in
accordance with the phasing, if any, indicated in the bid documents.
4. The site for the work is available.
5. The bid document consisting of plans, specifications, the schedule of quantities of various
types of items to be executed and the set of terms and conditions of the contract to be
complied with and other necessary documents except Standard General Conditions of
Contract Form can be seen on website www.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. While submitting the revised bid, contractor can revise the rate of one or more item(s) any
number of times (he need not re-enter rate of all the items) but before last time and date of
submission of bid as notified.
8. When bids are invited in three stage system and if it is desired to submit revised financial bid
then it shall be mandatory to submit revised financial bid. If not submitted then the bid
submitted earlier shall become invalid.
9. Earnest Money Rs. 6,151/- shall be submitted 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, Parliament House Civil Work Division,
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
5
within the period of bid submission. (The EMD document shall only be issued from
the place in which the office of receiving division office is situated). The EMD receiving
Executive Engineer shall issue a receipt of deposition of earnest money deposit to the
bidder in a prescribed format (enclosed) uploaded by tender inviting EE in the NIT.
The receipt shall also be uploaded to the e-tendering website by the intending bidder
upto the specified bid submission date and time.
A part of earnest money is acceptable in the form of bank guarantee also. In such case,
minimum 50% of earnest money or Rs. 20 lac, whichever is less, Shall have to be deposited
in shape of Bank Guarantee of any scheduled bank having validity for 6 months or more from
the last date of receipt of bids which is to be scanned and uploaded by the intending bidders.
Copy of Enlistment Order and certificate of work experience and other documents as
specified in the press notice shall be scanned and uploaded to the e-Tendering website within
the period of bid submission. However, certified copy of all the scanned and uploaded
documents as specified in press notice shall have to be submitted by the lowest bidder
only within a week physically in the office of tender opening authority.
To be submitted online by 15:00 (time) hours on 07/04/2025 to Assistant Engineer-III,
PHCWD, CPWD New Delhi.
Online bid documents submitted by intending bidders shall be opened only of those bidders,
whose original EMD deposited with any division office of CPWD and other documents
scanned and uploaded are found in order.
The bid submitted shall be opened at 03:30 PM on 07/04/2025.
10. The bid submitted shall become invalid 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 including the copy of receipt for deposition of original EMD.
(iii) The bidders does not upload all the documents (including GST registration/ service tax
registration/ VAT registration/ Sales Tax registration) as stipulated in the bid document
including the copy of receipt for deposition of original EMD
(iv) If any discrepancy is noticed between the documents as uploaded at the time of submission of
bid and hard copies as submitted physically by the lowest bidder in the office of bid
opening authority.
(v) The lowest bidder does not deposit physical EMD within a week of opening of tender.
(vi) If a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section / sub head in
percentage rate tender, the tender shall be treated as invalid and will not be considered as
lowest tenderer.
11. The contractor whose bid is accepted will be required to furnish performance guarantee of
5% (Five 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
6
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
alongwith bid shall bid 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 and Programme Chart (Time
and Progress) within the period specified in Schedule –F.
12. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as
is practicable), the form and nature of the site, the means of access to the site, the
accommodation they may require and in general shall themselves obtain all necessary
information as to risks, contingencies and other circumstances which may influence or
affect their bid. A bidders shall be deemed to have full knowledge of the site whether he
inspects it or not and no extra charge consequent on any misunderstanding or otherwise shall
be allowed. The bidders shall be responsible for arranging and maintaining at his own cost all
materials, tools & plants, water, electricity access, facilities for workers and all other services
required for executing the work unless otherwise specifically provided for in the contract
documents. Submission of a bid by a bidders implies that he has read this notice and all
other contract documents and has made himself aware of the scope and specifications of the
work to be done and of conditions and rates at which stores, tools and plant, etc. will be
issued to him by the Government and local conditions and other factors having a bearing on
the execution of the work.
13. The competent authority on behalf of 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 gazetted
officer in the Central Public Works Department or in the Ministry of Urban Development.
Any breach of this condition by the contractor would render him liable to be removed from
the approved list of contractors of this Department.
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
7
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 07 (Seven) 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 or 3 bid system. Further.
(i) if any tenderer withdraws his tender or makes any modification in the terms & conditions of
the tender which is not acceptable to the department within 7 days after last date of
submission of bids, then the Government shall without prejudice to any other right or remedy,
be at liberty to forfeit 50% of the earnest money absolutely irrespective of letter of
acceptance for the work is issued or not.
(ii) if any tenderer withdraws his tender or makes any modification in the terms & conditions of
the tender which is not acceptable to the department after expiry of 7 days after last date of
submission of bids, then the Government shall without prejudice to any other right or remedy,
be at liberty to forfeit 100% of the earnest money absolutely irrespective of letter of
acceptance for the work is issued or not.
(iii) In case of 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
bidders/contractor, on acceptance of his bid by the Accepting Authority shall within 7 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 8 (Amended upto previous day of last date of receipt of Tender)
or other Standard CPWD Form as applicable.
20. The intending bidders are required to update their profile in CPWD e-tender portal and to
upload their bids well in advance of last date of submission of tender. Any issue related to
updating profile/ uploading tender can be resolved through the concerned Executive
Engineer/Assistant Engineer (Phone:011-23322730, 23716638, E-mail id:
eephcwd.cpwd@gov.in) or ERP help line No. 18001803286 or E-mail Id
cpwd.support@techmahindra.com. The E-tendering bidders are also advised not to wait to
raise any issues till the last date of submission of bid in their own interest.
Assistant Engineer-III
PHCWD, CPWD,
New Delhi
On behalf of President of India
8
Annexure - 20A.14
(Amended as per MAN-328)
1. Information and instructions for Contractors will form part of NIT and to be uploaded on ITI
website.
2. The intending bidder must have class-III digital signature to submit the bid.
3. The Bid Document as uploaded can be viewed and downloaded free of cost by anyone
including intending bidder. If registration with tender processing fee is continued the
intending bidder has to deposit e-tender processing of Rs.590/- To M/s ITI Ltd. through
their e-gateway by credit/ debit card, internet banking or RTGS/ NEFT facility.
Earnest Money Rs. 6,151/- can be paid 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, Parliament House Civil Works Division, CPWD, New
Delhi along with bank guarantee of any scheduled bank wherever applicable.
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, will have to be deposited in shape
prescribed above and balance in shape of Bank Guarantee of any scheduled bank. The
intending bidder has to fill all the details such as Banker’s name, Demand Draft/Fixed
Deposit Receipt/Pay Order/Banker’s Cheque/Bank Guarantee number, amount and date.
The amount of EMD can be paid by multiple Demand Draft / Pay Order / Banker's
Cheque / Deposit at call receipt / Fixed Deposit Receipts along with multiple Bank
Guarantee of any Scheduled Bank if EMD is also acceptable in the form of Bank
Guarantee.
4. Draft information and instructions for Contractors for e-Tendering inviting open bids is
enclosed as Annexure - 20A.14.
5. After submission of the bid the contractor can re-submit revised bid any number of times but
before last time and date of submission of bid as notified.
6. While submitting the revised bid, contractor can revise the rate of one or more item(s) any
number of times (he need not re-enter rate of all the items) but before last time and date of
submission of bid as notified.
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. It is mandatory to fill details / upload scanned copies of all the documents such as GST
registration/ VAT registration/Sales Tax registration as stipulated in the bid document. If
such document is not uploaded his bid will become invalid and cost of bid document &
processing fee shall not be refunded.
9
10. If the contractor is found ineligible after opening of bids, his bid shall become invalid and
cost of bid document and processing fee shall not be refunded.
11. If any discrepancy is noticed between the documents as uploaded at the time of submission of
bid and hard copies as submitted physically by the contractor the bid shall become invalid and
cost of bid document and processing fee shall not be refunded.
10
ANNEXURE-20A.14
(Amended as per MAN-328)
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING
PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE.
The Assistant Engineer-III, Parliament House Civil Works Division, New Delhi-110001 (Phone
No.: 011-23034112) on behalf of the President of India online Item rate bids from approved
and eligible contractors of CPWD (Civil/furniture/composite) for the following work:-
Name of work & Estimate Earnest Period of Last date and Time & date
NIT No.
S.No.
1. The work is required to be executed in high security area/ VVIP area in strict time schedule.
Only those applicants who are capable and willing to execute the above work at such
locations and with in strict time schedule should apply. The agency can be called at any time
for collection of even small quantity of materials for dry cleaning being VVIP Area.
2. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should
only submit his bid if he considers himself eligible and he is in possession of all the
documents required.
3. Information and Instructions for bidders posted on website shall form part of bid document.
4. The bid document consisting of plans, specifications, the schedule of quantities of various
types of items to be executed and the set of terms and conditions of the contract to be
complied with and other necessary documents can be seen and downloaded from website
www. etender.cpwd.gov.in free of cost.
5. But the bid can only be submitted after deposition of original EMD either in the office of
Executive Engineer inviting bids or division office of any Executive Engineer, CPWD
within the period of bid submission. (The EMD document shall only be issued from the
11
place in which the office of receiving division office is situated) and uploading
the mandatory scanned documents such as Demand draft or Pay order or Banker’s Cheque or
Deposit at call receipt or Fixed Deposit Receipts and Bank Guarantee of any Scheduled Bank
towards EMD in favour of Executive Engineer, PHCWD, CPWD, New Delhi as
mentioned in NIT, receipt for deposition of original EMD to division office of any
Executive Engineer, CPWD and other documents as specified. The contractors already
registered on the e-tendering portal will have option to continue by paying tender
processing fee upto one year from the date of registration, or to switch over to (new)
registration without tender processing fee any time. All new registrations from
01/04/2015 will be without tender processing fee.
6. Those contractors not registered on the website mentioned above, are required to get
registered beforehand. If needed they can be imparted training on online bidding process as
per details available on the website.
7. The intending bidder must have valid class-III digital signature to submit the bid.
8. On opening date, the contractor can login and see the bid opening process, After opening of
bids he will receive the competitor bid sheets.
9. Contractor can upload documents in the form of JPG format and PDF format.
10. Contractor must ensure to quote rate of each item. The column meant for quoting rate in
figures appears in pink color and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is left
blank the same shall be treated as “0”.
Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item shall
be treated as “0” (ZERO).
However, if a tenderer quotes nil rates against each item in item rate tender or does not
quote any percentage above/ below on the amount of the tender or any section/ sub head
in percentage rate tender, the tender shall be treated as invalid and will not be
considered as lowest tenderer.
11. List of Documents to be scanned and uploaded within the period of bid submission:
i) Treasury Challan/Demand Draft/Pay order or Banker`s Cheque /Deposit at Call
Receipt/Bank Guarantee of any Scheduled Bank against EMD.
ii) Copy of receipt for deposition of original EMD issued from division office of any
Executive Engineer, CPWD (The EMD document shall be issued from the place in
which the office of receiving division office is situated).
iii) Copy of Bidder PAN Card.
iv) Certificate of Registration for GST and acknowledgement of up to date filed return.
v) Enlistment Order of the Contractor.
vi) Under taking on structural stability and soundness as per Form-F on Page 12. Affidavit
to be furnished on a 'Non-judicial' stamp paper of Rs. 200/-(scanned copy of the
notarized affidavit to be uploaded at the time of submission of bid)
12
Form 'F'
l/we undertake and confirm that any building / infrastructure constructed by our firm /
partnership firm/ company has not suffered any failure, making it unfit for intended use, either due to
structural design and defects or due to use of sub-standard materials or execution of sub-standard
work, poor workmanship or any other reason during the last 25 (twenty five) years.
l/we, further, undertake that if such information comes to the notice of CPWD, then
Engineer-in-Charge shall be free to terminate the bid/agreement and to forfeit the entire amount of
earnest money deposit, performance guarantee and security deposits.
l/we, also undertake that in addition to above, the Engineer-in-Charge shall be free to debar
us forever from tendering in CPWD.
The decision of Engineer-in-Charge or any higher authority shall be final and binding.
ANNEXURE-20A.14
(Amended as per MAN-328)
Information and instructions for Executive Engineer for e- tendering.
1. The Executive Engineer of all division of CPWD should receive the original EMD for tender of
other division.
2. The NIT approving authority/ EE at the time of issue of NIT shall also fill and upload the
following prescribed format of receipt of deposition of original EMD alongwith NIT:-
Receipt of deposition of original EMD
(Receipt No. ……….………..…….. date………….....…….)
1. Name of Work: - Provision of furniture in Room No. 126-A, 11-A, S-50, S-51 & white
salver cloth, cocktail napkin, glass carafes & wooden trolley for the pantry section in the
office of Hon’ble Vice President of India at Parliament House, New Delhi.
4. Amount of Earnest Money deposit:- Rs. 6,151/- (To be returned after receiving
performance guarantee)
1. Name of contractor……………………………………………………...……………………………#
2. Form of EMD……………………………………….………………………………………………....#
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 may 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 from the
e-tendering portal website (https://etender.cpwd.gov.in) › tender free view › advance search ›
awarded tenders 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.
14
To be signed by the bidder and same signatory competent / authorized 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, PHCWD, CPWD, 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 Tender NIT No. 38/EE/PHCWD/AE-
III/2024-25 (hereinafter referred to as “Tender/Bid”) and intends to award, under laid down
organizational procedure, contract for “ Provision of furniture in Room No. 126-A, 11-A,
S-50, S-51 & white salver cloth, cocktail napkin, glass carafes & wooden trolley for the
pantry section in the office of Hon’ble Vice President of India at Parliament House, New
Delhi.” 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 Tender/Bid
documents and Contract between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties
hereby agree as follows and this Pact witnesses as under:
15
1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and
to observe the following principles:
(a) No employee of the Principal/Owner, personally or through any of his/her family members,
will in connection with the Tender, or the execution of the Contract, demand, take a
promise for or accept, for self or third person, any material or immaterial benefit which the
person is not legally entitled to.
(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and
reason. The Principal/Owner will, in particular, before and during the Tender 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 Tender process or the Contract execution.
(c) The Principal/Owner shall endeavor to exclude from the Tender process any person, whose
conduct in the past has been of biased nature.
2) If the Principal/Owner obtains information on the conduct of any of its employees which is a
criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC
Act) or is in violation of the principles herein mentioned or if there be a substantive suspicion
in this regard, the Principal/Owner will inform the Chief Vigilance Officer and in addition
can also initiate disciplinary actions as per its internal laid down policies and procedures.
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 tendering 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 Tender 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 Tender process or
execution of the Contract or to any third person any material or other benefit which he/she is
not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever
during the Tender process or during the execution of the Contract.
b) The 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
16
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 tender
but not both. Further, in cases where an agent participate in a tender on behalf of one
manufacturer, he shall not be allowed to quote on behalf of another manufacturer along with
the first manufacturer in a subsequent/parallel tender for the same item.
e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender as per
performa enclosed) 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.
1) 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 tendering process).
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) 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 Tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender
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.
2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and
Contractors.
18
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 Tender or violate its provisions at
any stage of the Tender process, from the Tender process.
This Pact begins when both the parties have legally signed it. It expires for the
Contractor/Vendor 12 months after the completion of work under the contract or till the
continuation of defect liability period, whichever is more and for all other 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.
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 Tender.
2) Changes and supplements need to be made in writing. Side agreements have not been
made.
3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the
partners or by one or more partner holding power of attorney signed by all partners
and consortium members. In case of a Company, the Pact must be signed by a
representative duly authorized by board resolution.
4) Should one or several provisions of this Pact turn out to be invalid; the remainder of
this Pact remains valid. In this case, the parties will strive to come to an agreement to
their original intensions.
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.
All rights and remedies of the parties hereto shall be in addition to all the other legal rights
and remedies belonging to such parties under the Contract and/or law and the same shall be
deemed to be cumulative and not alternative to such legal rights and remedies aforesaid. For
the sake of brevity, both the Parties agree that this Integrity Pact will have precedence over
the Tender/Contact documents with regard any of the provisions covered under this Integrity
Pact.
19
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 :
20
To,
………………………..,
………………………..,
………………………..
Dear Sir,
The subject Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that the Bidder will sign the integrity Agreement, which is an integral part of
tender/bid documents, failing which the tenderer/bidder will stand disqualified from the
tendering 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
Assistant Engineer-III
PHCWD, CPWD,
New Delhi
21
To,
Assistant Engineer-III,
PHCWD, CPWD,
New Delhi
Sub: Submission of Tender for the work of: - Provision of furniture in Room No. 126-
A, 11-A, S-50, S-51 & white salver cloth, cocktail napkin, glass carafes & wooden
trolley for the pantry section in the office of Hon’ble Vice President of India at
Parliament House, New Delhi.
Dear Sir,
I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated in
the Integrity Agreement enclosed with the tender/bid document.
I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that I/We will sign the enclosed integrity Agreement, which is an integral part of
tender documents, failing which I/We will stand disqualified from the tendering process.
I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN
UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.
I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and
further agree that execution of the said Integrity Agreement shall be separate and distinct
from the main contract, which will come into existence when tender/bid is finally accepted by
CPWD. I/We acknowledge and accept the duration of the Integrity Agreement, which shall
be in the line with Article 1 of the enclosed Integrity Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the tender/bid, CPWD shall have unqualified, absolute and
unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with
terms and conditions of the tender/bid.
Yours faithfully
CPWD-8
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
(ii) To be opened online in presence of tenderers who may be present at 15:30 hours on
07/04/2025 in the office of Assistant Engineer-III, PHCWD, CPWD 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 Seven (7) days from the date of opening of bid
and not to make any modifications in its terms & conditions.
A sum of Rs. 6,151/- is hereby forwarded in Receipt 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 as earnest money. If I/We fail
to furnish the prescribed performance guarantee within prescribed period, I/We agree that the
said President of India or his successors in office shall without prejudice to any other right or
remedy, be at liberty to forfeit the said earnest money absolutely. Further, If I/ We fail to
commence work as specified, I/We agree that President of India or his successors in office
shall without prejudice to any other right or remedy available in law, be at liberty to forfeit
23
the said earnest money and the performance guarantee absolutely, otherwise the
said earnest money shall be retained by him towards security deposit to execute all the works
referred to in the tender documents upon the terms and conditions contained or referred to
therein and to carry out such deviations as may be ordered, upto maximum of the percentage
mentioned in Schedule ‘F’ and those in excess of that limit at the rates to be determined in
accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.
I/We hereby declare that I/We shall treat the tender documents drawings and other records
connected with the work as secret/confidential documents and shall not communicate
information / derived there from to any person other than a person to whom I/We, am/are
authorized to communicate the same or use the information in any manner prejudicial to the
safety of the state.
** To be filled by Contractor
ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is
accepted by me for and on behalf of the President of India for a sum of Rs._ _ _ _ _ _ _ _ _
(Rupees _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
________)
The letters referred to below shall form part of this contract Agreement:-
(a) -----------------------------
(b) -----------------------------
(c) ----------------------------
Signature……………………..
Dated ……………..
Designation……………………….
24
SCHEDULES
SCHEDULE ‘A’
SCHEDULE ‘B’
SCHEDULE ‘C’
1 2 3 4
------------- NIL -------------
SCHEDULE ‘D’
Extra schedule for specific requirements / documents for the work, if any. NIL
SCHEDULE ‘E’
Definitions:
2 (v) Engineer-in-Charge Assistant Engineer-III, PHCWD,
CPWD New Delhi.
Clause 1
(i) Time allowed for submission of
Performance Guarantee, Programme 4 days
Chart (Time and Progress) and
applicable labour licenses, registration
with EPFO, ESIC and BOCW
Welfare Board or Proof of applying
thereof from the date of issue of letter of
acceptance.
Clause 2
Authority for fixing compensation under SE, PCWC, CPWD, PLB, New Delhi
clause 2.
26
Clause 2A
Whether Clause 2A shall be applicable No
Clause 5
Number of days from the date of issue of letter
of acceptance for reckoning date of start 7 days
1 …………….NIL………………
Authority to decide:
(iii) Shifting of date of start in case of delay in SE, PCWC, CPWD, New Delhi
handing over of site
Clause 5, 5A
Clause applicable – (5 or 5A) 5A
Clause 6
Computerized Measure Book (CMB) / Electronic Measurement Book
(EMB)
Electronic Measurement Book (EMB) Through CPWD ERP portal
Clause 7
Gross work to be done together with net payment /adjustment
of advances for material collected, if any, since the last such
payment for being eligible to interim payment Full amount as per agreement
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.
1. ............#................... 2. ................#............... 3. .............#...................
4. ............#.................. 5. ................#............... 6. .............#..................# As applicable
27
Clause 10B(ii)
Whether Clause 10 B (ii) shall be applicable No
Clause 10C
Component of labour expressed as percent of value of work = 15%
Clause 10CA
S.No. Material covered under Nearest Materials (other than cement*, Base Price of all
this clause reinforcement bars, the structural steel Materials covered
and POL) for which All India under clause 10 CA*
Wholesale Price Index to be followed
1 NIL - NIL
* includes Cement component used in RMC brought at site from outside approved RMC plants, if
any.
Clause 10CC
Clause 12
Type of work Maintenance Work
Clause 16
Competent Authority for deciding reduced rates. SE/PCWC/CPWD/New Delhi
Clause 18
List of mandatory machinery, tools & plants to be N.A.
deployed by the contractor at site.
Clause 19C
Authority to decide penalty for each default Engineer-in-charge.
Clause 19D
Authority to decide penalty for each default Engineer-in-charge
Clause 19G
Authority to decide penalty for each default Engineer-in-charge
Clause 19K
Authority to decide penalty for each default Engineer-in-charge
Clause 25
S. Minimum Qualification of Disciplin Designation Minimum Number Rate at which recovery shall be made
No. Technical Representative e (Principal/Techni Experience from the contractor in the event of not
cal/Technical in year fulfilling provision of Clause 36(i)
representative)
Figure Words
1 NIL
Assistant Engineers retired from Government services that are holding Diploma will be treated at par
with Graduate Engineers.
Clause 42
(i) (a) Schedule/ statement for determining theoretical
quantity of cement & bitumen on the basis of Delhi DSR 2023/Market Rate
Schedule of Rates Printed by C.P.W.D.
(ii) Variations permissible on theoretical quantities:
(a) Cement For works with estimated cost put to tender
not more than Rs. 5 lakh 3% plus/minus.
For works with estimated cost put to tender more than
Rs.5 lakh. 2% plus/minus.
(b) Bitumen All Works 2.5% plus only & nil on minus side.
29
S.No. Description of Item Rates in figures and words at which recovery shall be
made from the Contractor
Excess beyond permissible Less use beyond
variation permissible variation
1 NIL NIL NIL
Assistant Engineer-III
PHCWD, CPWD,
New Delhi
30
PERFORMANCE GUARANTEE
(i) The contractor shall submit an irrevocable Performance Guarantee of 5% (five percent) of the
tendered amount in addition to other deposits mentioned elsewhere in the contract for his
proper performance of the contract agreement, (not withstanding and/or without prejudice to
any other provisions in the contract) within period specified in Schedule ‘F’ from the date of
issue of letter of acceptance. This period can be further extended by the Engineer-in-Charge
up to a maximum period as specified in schedule ‘F’ on written request of the contractor
stating the reason for delays in procuring the Performance Guarantee, to the satisfaction of
the Engineer-in-Charge. This guarantee shall be in the form of Cash (in case guarantee
amount is less than Rs. 10,000/-) 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 (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 form annexed hereto. In case a fixed deposit receipt of
any Bank is furnished by the contractor to the Government as part of the performance
guarantee and the Bank is unable to make payment against the said fixed deposit receipt, the
loss caused thereby shall fall on the contractor and the contractor shall forthwith on demand
furnish additional security to the Government to make good the deficit.
(ii) The Performance Guarantee shall be initially valid up to the stipulated date of completion
plus 60 days beyond that. In case the time for completion of work gets enlarged, the
contractor shall get the validity of Performance Guarantee extended to cover such enlarged
time for completion of work. After recording of the completion certificate for the work by the
competent authority, the performance guarantee shall be returned to the contractor, without
any interest.
(iii) The Engineer-in-Charge shall not make a claim under the performance guarantee except for
amounts to which the President of India is entitled under the contract (not withstanding
and/or without prejudice to any other provisions in the contract agreement) in the event of:
(a) Failure by the contractor to extend the validity of the Performance Guarantee as described
herein above, in which event the Engineer-in-Charge may claim the full amount of the
Performance Guarantee.
(b) Failure by the contractor to pay President of India any amount due, either as agreed by the
contractor or determined under any of the Clauses/Conditions of the agreement, within 30
days of the service of notice to this effect by Engineer-in-Charge.
(iv) In the event of the contract being determined or rescinded under provision of any of the
Clause/Condition of the agreement, the performance guarantee shall stand forfeited in full
and shall be absolutely at the disposal of the President of India.
31
GENERAL CONDITIONS
1. The work in general shall be carried out in accordance with the CPWD Specifications 2019
Vol. I & II with upto date correction slips, hereinafter referred as CPWD Specifications.
2. The structural and architectural drawings shall at all times be properly correlated before
executing any work. However, in case of any discrepancy in the item given in the schedule of
quantities appended with the tender and architectural drawings relating to the relevant item,
the former shall prevail unless and otherwise given in writing by the Engineer-in-Charge.
3. The tenderer shall study carefully, the drawings, specifications, schedule of quantities and
conditions of the tender documents to fully appreciate the scope of work before quoting his
rates.
4. The contractors are advised to get acquainted with the proposed work and its site and also
study the Architectural Drawings, specifications and special conditions carefully before
tendering. No claim of any sort shall be entertained on account of any site conditions and
ignorance of specifications and special conditions.
5. The Civil work shall be carried out as per CPWD specifications for works-2019 Vol. I & II
with up to date correction slips unless otherwise specified in the nomenclature of individual
item or in the specifications and special conditions, where specifications are silent, the
decision of Engineer-in-Charge shall be final and binding on contractors. Road work shall be
executed as per latest MORTH specifications.
6. The rates quoted by the contractor shall be taken as net and nothing extra shall be paid on any
account i.e. royalty, cartage, sales tax and stacking at required places & working in
restricted area etc.
7. The rates for different items of work shall apply for all heights and depths, leads and lifts
unless otherwise specified in the agreement or specifications applicable to the agreement.
8. Any damage done by the contractor to any existing work during the course of execution of
the work shall be made good by him at his own cost.
9. Articles manufactured by the reputed firms and approved by Engineer-in-Charge shall only
be used. Only articles classified, as ‘first quality’ by the manufacturer shall be used unless
otherwise specified. In case articles bearing ISI certification are not available in the market,
quality of samples brought by the contractor shall be judged by standards laid down in the
relevant CPWD specifications. For the items not covered by CPWD specifications relevant
BIS standards shall apply. The sample of materials to be brought to site for use in work shall
be got approved from the Engineer-in-Charge before actual execution of work.
10. Samples of materials required for testing shall be provided free of cost by the contractor.
Testing charges, if any, shall be borne by the department in case the test results are
satisfactory except where-ever specifically mentioned otherwise in the NIT. All other
expenditure to be incurred for taking samples, conveyance, packing etc. shall be borne by the
contractor.
32
11. The contractor shall submit a detailed programme of work within 7 days of the date of issue
of letter of intent. Detailed programme should include all the mile stone, cash flow, material
procurement, manpower deployment. Program must show clearly the critical path to
complete the project in time.
The Engineer-in-Charge can modify the programme and the contractor shall have to work
accordingly. During review of work progress, Engineer in Charge can ask to modify the
programme. Contractor shall resubmit the modified programmne in 2 days.
12. The quantities of each item shall not be exceeded beyond the agreement quantities without
prior permission of Engineer-in-Charge.
13. Income tax as per Income tax rules, GST as per applicable rules, 1% Labour cess and 1%
water charges will be recovered from the gross amount of the bill.
14. The contractor shall make his own arrangements for obtaining electric connection, if required
and make necessary payments directly to the department concerned.
15. All types of mortars to be used in the work shall be mixed in the mechanical mixer and hand
mixing shall not be permitted.
16. The contractor shall make his own arrangement for getting the permission to ply the trucks
from the traffic police.
17. No payment shall be made to the contractor for any damage caused by rain, snow fall, floods
or any other natural causes whatsoever during the execution of work. The damage caused to
work shall have to be made good by the contractor at his own cost and no claim on this
account shall be entertained.
18. Other agencies may also simultaneously be executing the work of electrification, Horticulture
or external services and other building works for the same building alongwith this work. The
contractor shall afford necessary facilities for the same and no claim in the matter shall be
entertained. The contractor shall especially co-ordinate with the other agency carrying out
his work.
19. Some restrictions may be imposed by the security staff etc. on the working and or movement
of labour and materials, etc, the contractor shall be bound to follow all such restrictions /
instructions and nothing shall be payable on this account.
20. The contractor shall take all precautions to avoid accidents by exhibiting necessary caution
boards. He shall be responsible for all damages and accidents caused due to negligence on
his part. No hindrance shall be caused to traffic during the execution of the work by storing
materials on the road, VIP’s corridor extra.
33
21. The contractor shall be fully responsible for the safe custody of the material issued or brought
by him to site for doing the work.
23. The rate for all items of work, shall unless otherwise clearly specified include cost of all
labour, material and other inputs involved in the execution of the items.
24. The order of preference in case of any discrepancy as indicated in condition no. 8.1 under
“Conditions of Contract” given in the General Conditions of contract for Central P.W.D
work 2023 (Amended upto previous day of last date of receipt of Tender) form may be
read as the following.
Any reference made to any Indian Standard Specifications and other specifications mentioned
in the respective items in these documents, shall imply to the latest version of that standard,
including such revisions / amendments as issued by the Bureau of Indian Standards up to last
date of receipt of tenders. The contractor shall keep at his own cost all such publications of
relevant Indian Standards applicable to the work at site.
25 The contractor will not have any claim in case of any delay by the Engineer-in-Charge in
removal of trees or shifting, removing of telegraph, telephone or electric lines (overhead or
underground), water and sewer lines and other structure etc., if any which may come in the
way of the work. However, suitable extension of time can be granted to cover such delay.
26 The malba /garbage generated at site due to construction activities shall be removed from the
site immediately & shall be disposed off by the contractor to the approved dumping site
identified by the Engineer-in-charge. The surplus soil/earth shall be disposed of as per the
directions of Engineer-in-charge separately.
34
27. The contractor shall clean the site thoroughly of scaffolding materials, rubbish, equipments
left out of his work and dress the site around the building to the complete satisfaction of the
Engineer-in-charge before the work is treated as completed.
28. The labour welfare fund/ cess @ 1% of gross work done shall be deducted.
29. Maintenance of Register of Tests- All the registers of tests carried out at Construction Site
or in outside laboratories shall be maintained by the contractor which shall be issued to the
contractor by Engineer-in-Charge.
30. Maintenance of Material at Site (MAS) Register- All the MAS Registers including Cement
and Steel Registers shall be maintained by Contractor which shall be issued to the contractor
by Engineer-in-Charge.
31. Contractor shall be responsible for safe custody of all the test registers.
32. The quantities mentioned in schedule of quantity in front of sub-division are for guidance and
liable to change. The contractor has to execute the items finally as available in parts and
approval of Lok Sabha Secretariat and as per direction of Engineer-in-charge.
33. The contractor has to first register himself through a registration form, available on CPWD
website under ‘Contractors Login’ tab. After registration, User ID and Password will be
automatically generated and sent on his registered mobile and email ID. Using this User ID
and Password he can access the module and view all the works which are being carried out
by him in CPWD and he can register the hindrance against any particular work. After
recording the hindrance by the contractor, it will be visible to all concerned officers (JE and
above) of that work. An alert through text message and email will be sent to EE.
34. Executive Engineer will first assign the work to the JEs/AEs who will give their comments
on the hindrance within 2 days. After that, Executive Engineer of the work will have to take
appropriate action on the hindrance within next 2 days. The comments of JEs/AEs will not be
visible to contractor, only the decision of Executive Engineer on the hindrance will be visible
to contractor under “Decision of the Engineer-in-Charge”.
35. For the purpose of operation of clause 12.2 &12.3 all work (excluding structured steel work)
upto top of stone cladding work shall be considered in foundation and all work above the top
of stone cladding work shall be considered in superstructure.
ADDITIONAL CONDITIONS
1. The work shall be carried out according to CPWD specifications for works, 2019 Volume I to
II, including upto date correction slips and as per additional conditions and specifications
given below. Whenever there is any difference between the CPWD specifications for works
2019 ( as mentioned above) and the Additional conditions and specifications given below,
the latter shall prevail. If both the CPWD specifications and the additional conditions and
specifications are silent the clauses / specifications as per relevant, IS code shall apply. In
case the relevant IS codes are also silent the decision of the Engineer-in-Charge shall be final.
Road work shall be executed as per latest MORTH Specifications.
2. The rates for all items of work shall apply for all heights and depth unless otherwise
specified.
3. The contractor shall quote their rates inclusive of all taxes like cartage, royalties etc.
complete.
4. The Executive Engineer has got the right to accept or reject the tender as whole or part of
it and no claims what so ever will be entertained on this account.
5. Before starting the work the contractor shall chalk out a programme in consultation with the
Junior Engineer/ Assistant Engineer-in-Charge so as to inform the occupants at least one
week in advance. The contractor shall have to adhere to this programme failing which he
shall be held responsible for any inconvenience caused to the occupants. In order to ensure
that the work is carried out according to the programme drawn, the contractor shall ensure
adequate supply of the material and employ required labour strength for execution of work.
In case contractor fails to arrange/ employ adequate labour and stick to the programme, the
Engineer-in-Charge may supplement the labour, at the cost of the contractor after issue of
one day’s notice to the contractor. No claims for idle labour on any account shall be
entertained. The contractor shall put his authorized representatives daily at the site of work
and Enquiry Office for receiving instructions from Junior Engineer/ Assistant Engineer and
other inspecting officials of the department. His name and signature shall be attested by
the contractor and kept on the record with the department.
6. The rooms / sites where the work is to be executed on any day shall be got approved from the
representatives of the Engineer-in-Charge at the site of work. No work shall be carried out in
any room site without the approval of the representative of the Engineer-in-Charge at the
site of work. Such works carried out without the approval of the representative of the
Engineer-in-Charge shall be rejected and will not be measured and paid for.
7. The contractor shall prepare one sample of all items which should be got approved from the
Engineer-in-Charge. Only on acceptance of sample work, contractor will be allowed to
commence the work and sample is to be preserved by contractor till the whole work is
completed. The quality of work should be as per approved samples.
8. The contractor should note that all the items of work to be taken up in any particular room
shall be undertaken one after the other and completed, in reasonable time allotted for the
same by the Engineer-in-Charge and got noted by Junior Engineer-in-Charge from the
occupants. Any items left over in any room will be got done at his cost and risk without any
further notice to the contractor except the entry made in the site order book by JE or AE or
EE which will be considered as notice to this effect.
36
9. The contractor and/ or his authorized representative should inspect the site order book every
day and got the compliance noted by the JE/ AE/ Engineer-in-Charge.
10. If the work is carried out in more than one shift or during night, no claim on this account
shall be entertained.
11. The dismantling wherever required shall be done in a manner so that no other portions of the
building or its fixtures are damaged. If any damage is done to the building it shall be made
good by the contractor at his own cost and no claim whatsoever shall be entertained on this
account.
12. The rates for all items of work shall (Unless clearly specified) include the cost of all labour
material and other aspects involved in the execution of work.
13. Due to Security reason the contractor shall have to arrange time table of labour according to
the requirement of security staff and the instructions of the Engineer-in-Charge. The
contractor should see the site before tendering.
14. In the event of any restrictions being imposed by the Security agency, CPWD, Traffic or
any other authority having jurisdiction in the area on the working or movement of labour
/material, the contractor shall strictly follow such restrictions and nothing extra shall be
payable to the contractor on this account. The loss of time on this account, if any, shall have
to be made up by generating additional resources etc. General Security restrictions are given
as under:
(i) Due to the site restrictions, there is no possibility for labour huts to be erected at site.
(ii) The labourers / staff should not be changed too frequently once the verification of the
character and antecedents is done.
(iii) As and when there will be security requirements, certain additional restriction (s) can
be imposed as per the requirement of the situation.
15. The contractor shall make his own arrangement for getting the permission to ply the trucks
from the traffic police.
16. Entry passes for labours and supervisory staff of the agency shall be arranged by the
Department on receipt of details and materials as required by the Security staff.
17. The contractor shall be responsible for behavior and conduct of his worker. No worker with
doubtful integrity or having a bad record shall be engaged by the contractor.
18. Every precaution must be taken to see that the Civil/ furnishing is properly covered with
tarpaulin etc. If necessary Civil / furnishing shall be removed from the site while carrying
out the repair washing work in that case Civil/ furnishing will be placed back.
19. In order that the contractor may take daily instructions, a register will be maintained at the
Enquiry Office. The JE will note down the work in various locations to be attended to and the
37
dates of which the work in these locations is to be started. An authorized representative
of the contractor will, therefore, have to visit the Enquiry Office daily and note down the
instruction contained in the register.
20. Defective work, sub-standard work or work not done according to the specifications of the
contract shall be liable for summarily rejection and shall not be measured and paid for. This
shall be without prejudice to taking any other action against the contractor in accordance
with the other terms and conditions of the contract.
21. The agency shall submit documentary proof of procurement from the mentioned agencies i.e.
Bill/ Invoice etc.
38
WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the contractor") has submitted his tender
dated ............. (date) for the construction of .............................................. (name of work) (hereinafter called "the
Tender")
KNOW ALL PEOPLE by these presents that we ......................................... (name of bank) having our registered office at
................................... (hereinafter called "the Bank") are bound unto ...................................................
(Name and division of Executive Engineer) (hereinafter called "the Engineer-in-Charge") in the sum of Rs.
......................... (Rs. in words .................................................) for which payment well and truly to be made to the said
Engineer-in-Charge the Bank binds itself, his successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this ................. day of ................. 20... .
THE CONDITIONS of this obligation are:
(1) If after tender opening the Contractor withdraws, his tender during the period of validity of tender
(including extended validity of tender) specified in the Form of Tender;
(2) If the contractor having been notified of the acceptance of his tender by the Engineer-in-Charge:
(a) Fails or refuses to execute the Form of Agreement in accordance with the Instructions to contractor, if required;
OR
(b) Fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of tender document and
Instructions to contractor,
OR
(c) Fails or refuses to start the work, in accordance with the provisions of the contract and Instructions to Contractor,
OR
(d) Fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank Guarantee, against
Security Deposit after award of contract.
We undertake to pay to the Engineer-in-Charge either up to the above amount or part thereof upon receipt of his first
written demand, without the Engineer-in-Charge having to substantiates his demand, provided that in his demand the
Engineer-in-Charge will note that the amount claimed by his is due to him owing to the occurrence of one or any of the
above conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date* ............. after the deadline for submission of tender as
such deadline is stated in the Instructions to contractor or as it may be extended by the Engineer-in-Charge, notice of
which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not
later than the above date.
DATE .............
SIGNATURE OF THE BANK
WITNESS ..................
SEAL
*Date to be worked out on the basis of validity period of 6 months from last date of receipt of tender.
39
1. The contractor shall not store/dump construction material or debris on metalled road.
2. The contractor shall get prior approval from Engineer-in-Charge for the area where the
construction material or debris can be stored beyond the metalled road. This area shall not
cause any obstruction to the free flow of traffic/inconvenience to the pedestrians. It should be
ensured by the contractor that no accidents occur on account of such permissible storage.
3. The contractor shall take appropriate protection measures like raising wind breakers of
appropriate height on all sides of the plot/area using CGI sheets or plastic and /or other
similar material to ensure that no construction material dust fly outside the plot area.
4. The contractor shall ensure that all the trucks or vehicles of any kind which are used for
construction purposes/or are carrying construction material like cement, sand and other allied
material are fully covered. The contractor shall take every necessary precautions that the
vehicles are properly cleaned and dust free to ensure that en-route their destination, the dust,
sand or any other particles are not released in air/contaminate air.
5. The contractor shall provide mask to every worker working on the construction site and
involved in loading, unloading and carriage of construction material and construction debris
to prevent inhalation of dust particles.
6. The contractor shall provide all medical help, investigation and treatment to the workers
involved in the construction of building and carry of construction material and debris
relatable to dust emission.
7. The contractor shall ensure that C&D waste is transported to the C & D Waste site only and
due record shall be maintained by the contractor.
8. The contractor shall compulsory use of wet jet in grinding and stone cutting.
9. The contractor shall comply all the preventive and protective environmental steps as stated in
the MoEF guidelines, 2010.
10. The contractor shall carry out on-Road- Inspection for black smoke generating machinery.
The contractor shall use cleaner fuel.
11. The contractor shall ensure that all DG sets comply emission norms notified by MoEF.
12. The contractor shall use vehicles having pollution under control certificate. The emissions
can be reduced by a large extent by reducing the speed of a vehicle to 20 kmph. Speed bumps
shall be used to ensure speed reduction. In cases where speed reduction cannot effectively
reduce fugitive dust, the contractor shall divert traffic to nearby paved areas.
13. The contractor shall ensure that the construction material is covered by tarpaulin. The
contractor shall take all other precaution to ensure that no dust particles are permitted to
pollute air quality as a result of such storage.
14. The paving of the path for plying of vehicles carrying construction material is more
permanent solution to dust control and suitable for longer duration projects. The NIT
approving authority shall carry out cost benefit ratio analysis of the same.
41
SCHEDULE OF QUANTITY
Name of work: Provision of furniture in Room No. 126-A, 11-A, S-50, S-51 & white salver
cloth, cocktail napkin, glass carafes & wooden trolley for the pantry section in the office of
Hon’ble Vice President of India at Parliament House, New Delhi.
S
Description of Items Quantity Rate Unit Amount
No
1 Providing stitching & hanging at site white
salvar cloth in damask, cloth of size minimum
of 17" in Dia with 1" lace all around All
complete as per direction of Engineer-in-
charge and satisfaction of client. Damask
cloth to be used should be of ₹ 450/- per
meter (Excluding all taxes/ GST) 50.00 nos. Each
2 Providing stitching & hanging at site white
cocktail cloth napkin of damask cloth of size
12" X 12" in square shape with stiches all
around. All complete as per direction of
Engineer-in-charge and satisfaction of client.
Damask cloth to be used should be of ₹
450/- per meter (Excluding all taxes/ GST) 300.00 nos. Each
3 Manufacturing, providing and fixing wooden
furniture with board /ply of make
Duro/Century/ Greenply for shelves,
counters, tables, racks, setties, bed,
cupboard, storage cabinet, lockers, console,
overhead storage, wooden trolley, keyboard
& mouse tray, closet etc. fixed in the required
pattern wherever required including making
necessary holes with necessary screws, all
the edges of the board shall be covering by
8mm thick teak wood lipping in required
width (19mm to 30mm) etc. all complete as
per direction of Engineer-in-charge.
(a) 19mm thick both side commercial board
(BWP) 27.00 sqm Sqm
4 Providing and fixing plywood 4 mm thick, one
side decorative veneer conforming to IS:
1328 (type-1), for plain lining / cladding
including making necessary holes with
necessary screws, including priming coat on
unexposed surface with (make DURO/
Century/ Greenply)
(a) Decorative veneer facings of approved
manufacture 31.00 sqm Sqm
5 French spirit polishing
(a) Two or more coats on new works including a
coat of wood filler 48.00 sqm Sqm
6 Melamine polishing on wood work (one or
more coat). 36.00 sqm Sqm
42
7 Providing wood work in frames of doors,
windows, clerestory windows and other
frames, wrought framed and fixed in position
with hold fast lugs or with dash fasteners of
required dia & length (hold fast lugs or dash
fastener shall be paid for separately).
(a) Second class teak wood 0.04 cum Cum
8 Providing and fixing stainless steel soft
closing spring hinges at 0 degree hinges
(hydraulic type) of approved make/brand to
cupboard/Almirah/table/ counter shutters with
full threaded steel screws including making
necessary recess in board and finished etc.
complete as per direction of Engineer-in-
charge 14.00 no. Each
9 Providing and fixing bright finished brass
handles with screws etc. complete:
(a) 75 mm 6.00 no. Each
10 Providing and fixing powder coated
telescopic drawer channels 300 mm long
with necessary screws etc. complete as per
directions of Engineer-in-charge.
45.00 set Sets
11 Providing and fixing wooden round moulded
beading to table, rack, cupboard, etc. frames
with iron screws, nail, adhesive, plugs and
priming coat on unexposed surface etc.
complete
(a) 2nd class teak wood
(a.i) 50 x 20 mm 20.00 Mtr Metre
12 Providing and fixing mirror of superior glass
(of approved quality) and of required shape
and size with plastic moulded frame of
approved make and shade with 6 mm thick
hard board backing :
(a) Rectangular shape 1500x450 mm 1.00 no. Each
13 Providing and fixing special quality bright
finished brass cupboard or ward robe locks
with four levers of approved quality including
necessary screws etc. complete.
(a) 65 mm 4.00 no. Each
14 Providing & fixing new heavy duty wheel for
trolley of 6"/ 8" dia of S.S. frame with outer
layer of wheel of rubber with repair/change of
existing Stainless Steel wheel barrow by
removing of old damaged wheels, cutting by
electric welding, grinding the existing surface
to prepare for fixing of new 6"/ 8" heavy duty
wheels by welding of nuts & bolts as required
with buffing and polishing of trolley surface of
sizes on entire surface on all sides. Old
damaged wheel will be return to contractor
etc all complete as approved by client & as
per direction of Engineer-in-charge. (cost for
changing 1 no. of trolley with 4 wheel) 1.00 trolley Trolley
43
15 Supply of 2 litre glass carafes with lid, hot &
cold water pitcher with handles for
homemade beverage. All complete as per
direction of Engineer-in-charge and
satisfaction of client. 6.00 nos. Each
16 Providing stitching & hanging at site curtain
with lining of desired length and standard
width of 1.20 m of approved tapestory cloth
of required shade.The curtain shall be given
fold of 100mm at top & 200mm at the bottom
complete as per direction of Engineer-in-
charge. Curtain cloth to be used should be of
₹ 450/- per meter (Excluding all taxes/ GST) 40.00 sqm Sqm
17 Providing and fixing Aluminium Fancy
Curtain rod of approved Colour & quality
Complete as per direction of Engineer-in-
charge.
(a) 25mm dia 4.80 mtr. Metre
18 Providing and fixing Wooden Finial (Teak
wood) for 25mm dia curtain rod Complete as
per direction of Engineer-in-charge. 6.00 nos Each
19 Providing and fixing Wooden Bracket (Teak
wood) for 25mm dia curtain rod Complete as
per direction of Engineer-in-charge. 6.00 nos Each
20 Providing and placing in position wooden
ornamental screen with ornamental carving
work with 4 Nos folded panel of 6’-0“ height
finished with natural colour polish etc all
complete as per existing sample & as
approved by client & direction of Engineer-in-
charge 1.00 no. Each
Total
Assistant Engineer-III
PHCWD, CPWD
New Delhi