06NIT
06NIT
5. 10-17 FORM-7
                                                     0
                                  NOTICE INVITING e- TENDERS
                                          Press Notice
     The Executive Engineer (E), DED-81, CPWD, Block No. 13, CGO Complex, Lodhi Road, New Delhi
(Phone :- 011-24367152, (E-mail:- deleeecd3.cpwd@nic.in), On behalf of President of India invites online
percentage rate bids from approved and eligible contractors of CPWD and those of appropriate list of
Registered contractor in CPWD in appropriate class of Buildings & Roads category in single bid system
for the following work:-
The bid forms and other details can be obtained from the website https://etender.cpwd.gov.in or
https://cpwd.gov.in
                                                                Executive Engineer(E)
                                                                DED-81 CPWD,
                                                                CGO Complex, New Delhi
                                                                                                      1
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR E-TENDERING FORMING PART OF BID
               DOCUMENT AND TO BE POSTED ON WEBSITE
         The Executive Engineer (E), DED-81, CPWD, Block No. 13, CGO Complex, Lodhi Road, New Delhi .Ph
No. 011-24367152, (E-mail:- deleeecd3.cpwd@nic.in), on behalf of the President of India invites online
percentage rate bids from approved and eligible contractors of CPWD and those of appropriate list of
Registered contractor in CPWD in appropriate class of Buildings & Roads category in single bid system for
the following work:-
Name of work
                                                                                                                                                                               Bid
                                                &
                                             Location
      1           2                               3                            4                 5                   6                          7                              8
                                      Up-gradation/
      1                               replacement of sub-
                                      station along with LT
              06/EE(E)/DED-81/23-24
                                      Panels,    HT     Panel,
                                      wiring, fire fighting                                                                            08-05-2023                 08-05-2023
                                                                 Rs. 14,01,073/-
Rs. 28,021/-
02 Months
     1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only
        submit his bid if he considers himself eligible and he is in possession of all the documents required
     2. Information and Instructions for contractors will form part of NIT & to be uploaded on ITI website.
     3. The tender 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 from website https://etender.cpwd.gov.in or
        https://cpwd.gov.in free of cost.
     4. But the bid can only be submitted after deposition of original EMD either in the office of Executive
        Engineer inviting bids or division office of any Executive Engineer, CPWD within the period of bid
        submission and uploading the mandatory scanned documents such as Insurance surety Bonds,
        Account Payee Demand Draft or Bankers Cheque or Fixed Deposit Receipt or / and Bank
        guarantee issued by any commercial bank towards EMD in favour of Executive Engineer(Elect.),
        ECD-III, CPWD, CGO Complex, Lodhi Road, New Delhi, receipt for deposition of original EMD to
        division office of any Executive Engineer (including NIT issuing EE/AE), CPWD and other documents
        as specified.
     5. Those contractors not registered on the website mentioned above, are required to get registered
        beforehand. If needed they can be imparted training on online tendering process as per details
        available on the website.
                                                                                                      2
6. The intending bidder must have valid class-III digital signature to submit the bid.
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 prescribed column(s) meant for quoting rate in figures
   appears in pink colour and the moment rate is entered, it turns sky blue.
   In addition to this, while selecting any of the cells a warning appears that if any cell is left blank the
   same shall be treated as “0”. Therefore, if any cell is left blank and no rate is quoted by the bidder,
   rate of such item shall be treated as “0” (ZERO).
   However, If a tenderer quotes nil rates against each item in item rate tender or does not quote any
   percentage above/below on the total amount of the tender or any section / sub head in percentage
   rate tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.
                                                                                                           3
List of Documents to be scanned and uploaded within the period of bid submission:
   (i) Insurance surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt, Banker’s Cheque or
       Bank guarantee from any of the Commercial Banks against EMD in favour of Executive
       Engineer(Elect.), ECD-III, CPWD, CGO Complex, New Delhi.
   (ii) Copy of receipt for deposition of original EMD issued from Division office of any Executive Engineer,
         CPWD (In Enclosed Performa)
   (iii) Copy of Enlistment Order of the Contractor of the Buildings & Roads category in CPWD.
   (iv) GST Registration Certificate, if already obtained by the bidder. If the bidder has not obtained GST
        registration as applicable then he shall scan and upload following under taking along with other
        bid documents. “If 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.
   (v) Valid Electrical Contractor License or undertaking that “I/We shall either obtain valid electrical
       license at the time of execution of electrical work or associate an approved and eligible
       contractor of CPWD in appropriate class having valid electrical contractor license”.
   (vi) Email & mobile no. of the firm/ agency on the letter head of firm/ agency (For making
        correspondence.
NOTE: Please note that EMD should be in favour of EXECUTIVE ENGINEER (E), ECD-III, CPWD, NEW DELHI
                                                                       Executive Engineer(E)
                                                                            DED-81,CPWD
                                                                                                            4
                           Receipt of deposition of original EMD
1. Name of Contractor
2. Form of EMD
3. Amount of EMD
Signature
Office stamp
                                                                                     5
                                                CPWD-6 FOR e-TENDERING
Item rate/Percentage rate bids are invited on behalf of President of India from approved and eligible contractors of
CPWD and those of appropriate list of Registered contractor in CPWD in appropriate class of Buildings
& Roads category in single bid system and those of appropriate list of M.E,S, BSNL, Railways and ……………… State
P.W.D. (B&R) or State Govt.’s Department ………………………………………………………. (Strike out as the case may be) dealing
with building and roads, if there is no state PWD (B&R) for the work of “Up-gradation/replacement of sub-
station along with LT Panels, HT Panel, wiring, fire fighting accessories & replacement of old light
fixtures with LED luminaries etc. at EPFO HQ, Bhikaji Cama Palace, New Delhi. (SH: Provision of Fire
Panel and insulating rubber mat etc.)”
The enlistment of the contractors should be valid on the last date of submission of tenders.
In case the last date of submission of tender is extended, the enlistment of contractor should be valid on the
original date of submission of tenders.
1.1 The work is estimated to cost Rs. 14,01,073/- This estimate, however, is given merely as a rough
    guide.
1.1.1     The authority competent to approve NIT for the combined cost and belonging to the major discipline
          will consolidate NITs for calling the tenders. He will also nominate Division which will deal with all
          matters relating to the invitation of tenders. -N.A.-
For Building & Roads category tender, besides indicating the combined estimated cost put to tender, should
clearly indicates the estimated cost of each component separately. The eligibility of renderer will correspond
to `     the combined estimated cost of different components put to tender.
1.2 Intending tender is eligible to submit the bid provided he has definite proof from the appropriate
    authority, which shall be to the satisfaction of the competent authority, of having satisfactorily
    completed similar works of magnitude specified below:- -N.A.-
1.2.1     Conditions for Non-CPWD contractors only, if tenders are also open to non-CPWD contractors.
          For works estimated cost up to Rs. 15 Crore (the figure of Rs. 15 Crore may be modified as per
          tendering limit of CPWD class I contractors of respective discipline such as Electrical,
          Horticulture and Furniture etc. as the case may be)
Three similar works each of value not less than Rs. ..................... or two similar work each of value not less than
Rs. ..................... or one similar work of value not less than Rs. .....................
(all figures rounded to nearest Rs.10 lac) in last 7 years ending last day of the month previous to the one in
which the tenders are invited.
Note :-
For works costing above Rs. 3 Crore but up to Rs. 15 Crore, ( the figure of Rs.3 Crore and Rs. 15 Crore may be
modified as per tendering limit of CPWD CPWD 6 for e-tendering modified up to 26.08.10 class II and CPWD
Class I contractors respectively of respective discipline such as Electrical, Horticulture and Furniture etc. as
the case may be) when tenders are open to non CPWD contractors also, then class II contractors of CPWD
shall also be eligible if they satisfy the eligibility criteria specified in 1.2.1 above. -N.A.-
                                                                                                                       6
1.2.2 Criteria of eligibility for CPWD as well as non-CPWD contractors.
For works estimated to cost above Rs. 30 Crore.
Three similar works each of value not less than Rs. .................. or two similar work each of value not less than
Rs. ................... or one similar work of value not less than Rs. ...................... (all figures rounded to nearest Rs.10
lac) in last 7 years ending last day of the month previous to the one in which the tenders are invited.
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 last date of submission of
tender.
To become eligible for issue of tender, the tender shall have to furnish an affidavit as under:-
I/We undertake and confirm that eligible similar works(s) has/have not been got executed through another
contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then
I/we shall be debarred for 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. (Scanned copy to be uploaded at the time of submission
of bid)
1.2.3 When tenders are invited from non CPWD contractors and CPWD class II contractors, it will be
mandatory for non CPWD contractors and CPWD class-II contractors to upload the work experience
certificate(s) and the affidavit as per the provisions of clause 1.2.2.
But for such bids, Class-I contractors of CPWD are eligible to submit the bids without submission of work
experience certificate and affidavit. Therefore, CPWD class-I contractors shall upload two separate letters for
experience certificate and affidavit that these documents are not required to be submitted by them.
Uploading of these two letters is mandatory otherwise system will not clear mandatory fields.
2. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD 7/8 (or other
Standard Form as mentioned) which is available as a Govt. of India Publication. Tender 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 02 Months from the date of start as defined in schedule
‘F’ or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any,
indicated in the tender documents.
5 The tender 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 from website website
https://etender.cpwd.gov.in, https://cpwd.gov.in or www.eprocure.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 tender 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 tender as
   notified.
8. When bids are invited in three stage system and if it is desired to submit revised financial bid then it shall
   be mandatory to submit revised financial bid. If not submitted then the bid submitted earlier shall
   become invalid.
9. Earnest Money in the form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit
   Receipt, Banker’s Cheque or Bank guarantee (for balance amount as prescribed) from any of the 8
   Commerical Banks (drawn in favour of Executive Engineer(Elect.), ECD-III, CPWD, CGO Complex,
                                                                                                                                 7
   Lodhi Road, New Delhi-110003) shall be scanned and uploaded to the e-tendering website within the
   period of bid submission.
 The original EMD should be deposited either in any Office of CPWD (upto division office) within the period
 of bid submission. The EMD receiving Executive Engineer/Assistant Engineer/AAO shall issue a Receipt of
 deposition of earnest money deposit to the bidder in a prescribed format (enclosed) uploaded by tender
 inviting EE in the NIT.
 A part of earnest money is acceptable in the form of bank guarantee also. In such case, 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 Commerical 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.
The Earnest money given by all the tenderers except the lowest tenderer shall be refunded immediately
after the expiry of stipulated bid validity period or immediately after acceptance of the successful bidder,
whichever is earlier. However, in case of two/ three bid system, earnest money deposit of bidders
unsuccessful during technical bid evaluation etc. should be returned within 30 days of declaration of result
of technical bid evaluation.
11. The contractor whose bid is accepted, will be required to furnish performance guarantee at 3% (Three
Percent) of the tendered amount as mentioned in Schedule “E” and within the period specified in Schedule F.
This guarantee shall be in the form of lnsurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit
Receipt or Bank Guarantee from any of the Commercial Banks in accordance with the prescribed form. In
case the contractor fails to deposit the said performance guarantee within the period as indicated in Schedule
“F”, including the extended period if any, then EMD submitted shall be forfeited automatically without any
notice to the contractor. The Earnest Money deposited alongwith the bid shall be returned after receiving the
aforesaid Performance Guarantee. The Contractor whose bid is accepted will also be required to furnish
either copy of applicable licenses/registrations or proof of applying for obtaining labour licenses,
registration with EPFO, ESIC, and BOCW Welfare Board including Provident Fund Code No. if applicable and
also ensure the compliance of aforesaid provisions by the sub contractors, if any engaged by the contractor
for the said work and Programme Chart (Time and Progress) within the period specified in Schedule F.
12. Intending Tenders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their tenders as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation they may
require and in general shall themselves obtain all necessary information as to risks, contingencies and other
circumstances which may influence or affect their tender. A tender shall be deemed to have full knowledge of
the site whether he inspects it or not and no extra charge consequent on any misunderstanding or otherwise
shall be allowed. The tender shall be responsible for arranging and maintaining at his own cost all materials,
tools & plants, water, electricity access, facilities for workers and all other services required for executing the
work unless otherwise specifically provided for in the contract documents. Submission of a tender by a
tender implies that he has read this notice and all other contract 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
                                                                                                                 8
plant, etc. will be issued to him by the Government and local conditions and other factors having a bearing on
the execution of the work.
13. The competent authority on behalf of the President of India does not bind itself to accept the lowest or
any other tender and reserves to itself the authority to reject any or all the tenders received without the
assignment of any reason. All tenders in which any of the prescribed condition is not fulfilled or any
condition including that of conditional rebate is put forth by the tender shall be summarily rejected.
14. Canvassing whether directly or indirectly, in connection with tender is strictly prohibited and the
tenders submitted by the contractors who resort to canvassing will be liable to rejection.
15. The competent authority on behalf of President of India reserves to himself the right of accepting the
whole or any part of the tender and the tender shall be bound to perform the same at the rate quoted.
16. The contractor shall not be permitted to tender for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in which his
near relative is posted a Divisional Accountant or as an officer in any capacity between the grades of
Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names of persons
who are working with him in any capacity or are subsequently employed by him and who are near relatives
to any gazette officer in the Central Public Works Department or in the Ministry of Urban Development. Any
breach of this condition by the contractor would render him liable to be removed from the approved list of
contractors of this Department.
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 previous 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 tender or engagement in the contractor’s service.
18. The bid for the works shall remain open for acceptance for a period of Thirty (30) days from the date
of opening of bid. If any bidder withdraws his bid before the said period or issue of letter of acceptance,
whichever is earlier, or makes any modifications in the terms and conditions of the bid which are not
acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be
at liberty to forfeit 50% of the said earnest money as aforesaid. Further the bidder shall not be allowed to
participate in the rebidding process of the work.
19. This notice inviting Tender shall form a part of the contract document. The successful tender/contractor,
on acceptance of his tender by the Accepting Authority shall within 15 days from the stipulated date of start
of the work, sign the contract consisting of:-
a) The Notice Inviting Tender, all the documents including additional conditions, specifications and
drawings, if any, forming part of the tender as uploaded at the time of invitation of tender and the rates
quoted online at the time of submission of bid and acceptance thereof together with any correspondence
leading thereto.
b) Standard C.P.W.D. Form 7 or other Standard C.P.W.D. Form as mentioned.
                                                                       Executive Engineer(E)
                                                                       DED-81, CPWD,
                                                                       CGO Complex, New Delhi
                                                                                                              9
                                                                                                                CPWD-7
                                        GOVERNMENT OF INDIA
                                  CENTRAL PUBLIC WORKS DEPARTMENT
    Tender for the work of:- Up-gradation/replacement of sub-station along with LT Panels, HT Panel,
    wiring, fire fighting accessories & replacement of old light fixtures with LED luminaries etc. at
    EPFO HQ, Bhikaji Cama Palace, New Delhi. (SH: Provision of Fire Panel and insulating rubber mat
    etc.)
    (i) To be submitted by 15:00 hrs (time) hours on 08-05-2023 (date) to Executive Engineer (E),
        DED-81, CPWD, CGO Complex, New Delhi.
    (ii) To be opened in presence of tender who may be present at 15:30 hrs on 08-05-2023 n the
         office of Executive Engineer (E), DED-81, CPWD, CGO Complex, New Delhi.
Issued To NIT……..
                                                        TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F Specifications
applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of
contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the
conditions of contract and all other contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India within the time
specified in Schedule ‘F’ viz., schedule of quantities and in accordance in all respect with the
specifications, designs, drawing and instructions in writing referred to in Rule-1 of General Rules and
Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for,
by, and in respect of accordance with, such conditions so far as applicable.
We agree to keep the tender open for Thirty (30) days from the date of opening of bid and not to
make any modification in its terms and conditions.
A sum of Rs. 28,021/- is hereby forwarded in cash/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.
A copy of earnest money in Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt, Banker‟s
Cheque or Bank guarantee (for balance amount as prescribed) issued by any of the Commercial Banks is scaned and
uploaded. If I/We fail to furnish the prescribed performance guarantee within prescribed period, I/We agree that the
said President of India or his successors in office shall without prejudice to any other right or remedy, be at liberty to
forfeit the said earnest money absolutely. Further, If I/ We fail to commence work as specified, I/We agree that
President of India or his successors in office shall without prejudice to any other right or remedy available in law, be at
liberty to forfeit the said performance guarantee absolutely. The said Performance Guarantee shall be a Guarantee to
execute all the works referred to in the tender documents upon the terms and conditions contained or referred to those
                                                                                                                        10
in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3
of the tender form.
Further, I/We agree that in case of forfeiture of Earnest Money & Performance Guarantee as
aforesaid. I/We shall be debarred for participation in the re-tendering process of the work.
I/We undertake and confirm that eligible similar work(s) has/have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I/We shall be debarred for tendering in CPWD in future forever. Also, if such a
violation comes to the notice of Department before date of start of work, the Engineer-in-Charge
shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.
I/We hereby declare that I/We shall treat the tender documents drawings and other records
connected with the work as secret/confidential documents and shall not communicate
information/derived there from to any person other than a person to whom I/We am/are authorized
to communicate the same or use the information in any manner prejudicial to the safety of the State.
Witness:…………………..                                                           FAX…………………..
Address:………………….                                                            E-MAIL………………..
Occupation:………………
ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted
by me for an on behalf of the President of India for a sum of Rs__________________
The letters referred to below shall form part of this contract agreement:-
---.
                                                                                                                     11
                                                      SCHEDULES
SCHEDULE 'A'
SCHEDULE 'B'
1 2 3 4 5
SCHEDULE 'C'
1 2 3 4
SCHEDULE 'D'
SCHEDULE 'E'
                                                                                                            12
SCHEDULE ‘F’:-
Definitions:
9 (ii) Standard CPWD contract form             :   CPWD form 7 (Percentage rate) as modified
                                                   and corrected upto date.
Clause 1
Clause 2
Clause 2A
                                                                                               13
Clause 5
N.A.
Authority to decide:
Clause 6, :-
Clause 7 :-
Clause 10A :-
                                                                                                         14
Clause 10 – B(ii) :-
                                                   Nearest        material
                                                   (other than cement,
                                                   reinforcement     bars Base price of all the
                            Materials      covered
Clause 10 CA                                       and structural steel) materials     covered
                            under this clause
                                                   for which All India under clause 10CA
                                                   Wholesale price index
                                                   to be followed
Not Applicable
Clause 10CC :-
Clause 11 :-
Clause 12 :-
Authority to decide deviation beyond 1.25 times                a) upto 1.5 times :- SE/CE
of tendered Amount                                             b) Beyond 1.5 times upto 2.0 : ADG/SDG
                                                                                                         15
12.5 (i) Deviation limit beyond which clauses
12.2 & 12.3 shall apply for E&M work (except
                                                                    :                         No limit
items mentioned in earth work Sub Head in
DSR and related items)
Clause 16 :-
Competent Authority for deciding reduced                                 Superintending Engineer, DC-8, CPWD, IP
rates.                                                                             Bhawan, New Delhi.
Clause 18 :-
   1. Electrically operated chase cutting
       machine
   2. Electrically operated core cutting
       machine
   3. Megger
   4. Tong tester
   5. Any other machinery, tools and plants
   as per requirement at site.
Clause 25 :
Constitution of Dispute Redressal Committee (DRC)
                                    For all claims in dispute
   1. Conciliator                   ADG(RD)
   2. Arbitrator         Appointing SE,DC-8
       Authority
   3. Place of Arbitration          New Delhi.
Clause 32 :-
Minimum
Number
                                                                                                                                  16
Assistant Engineers retired from Government services that are holding Diploma will be treated at par with
Graduate Engineers.
Diploma holder with Minimum 10 year relevant experience with a reputed construction co. can be treated at
par with Graduate Engineers for the purpose of such deployment subject to the condition that such diploma
holders should not exceed 50% of requirement of degree engineers.
Clause 38 :-
    (i)      (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of
             N.A printed by CPWD with upto date correction slips.
    (ii)     Variations permissible on theoretical quantities:
a) Cement for works with estimated cost put to tender not more than
                                                                                     N/A
Rs. 5 lakhs
for works with estimated cost put to tender more than Rs 5 lakh N/A
-------------NIL-------------
                                                                              Executive Engineer(E)
                                                                              DED-81, CPWD,
                                                                              CGO Complex, New Delhi
                                                                                                         17
                                          On Non-Judicial Stamp Paper Of Minimum Rs. 100
                                           (CPWD, OM No.DG/CON/311 dated 20.10.2020)
                        (Guarantee Offered By Bank To Cpwd In Connection With The Execution Of Contracts)
          Form of Bank Guarantee for Earnest Money Deposit/Performance Guarantee/Security Deposit/mobilization Advance
1.   Whereas, the Executive Engineer (E), DED-81, CGO Complex, New Delhi-110003. on behalf of the President of India
     (hereinafter called "The Government") has invited bids under ………(NIT Number)…….dated……for………..(Name of work : “ Up-
     gradation/replacement of sub-station along with LT Panels, HT Panel, wiring, fire fighting accessories & replacement of old
     light fixtures with LED luminaries etc. at EPFO HQ, Bhikaji Cama Palace, New Delhi. (SH: Provision of Fire Panel and
     insulating rubber mat etc.) The Govt. has further agreed to accept irrevocable Bank Guarantee for Rs. ………….
     (Rs…………………….. only) valid upto…………………………..(date)*………..as Earnest Money Deposit from………………..(name and
     address of the contractor)……………..(hereinafter called “the contractor”) for compliance of his obligations in accordance with
     the terms and conditions of the said NIT. OR** Whereas, the Executive Engineer (E), DED-81, CPWD, CGO Complex, New
     Delhi on behalf of the President of India (hereinafter called "The Government") has entered into an agreement bearing
     number……………..with………………(name and address of the contractor)……………..(hereinafter called “the contractor”) for
     execution of work………………..(Name of work: Up-gradation/replacement of sub-station along with LT Panels, HT Panel,
     wiring, fire fighting accessories & replacement of old light fixtures with LED luminaries etc. at EPFO HQ, Bhikaji Cama
     Palace, New Delhi. (SH: Provision of Fire Panel and insulating rubber mat etc.) The Government has further agreed to accept
     an irrevocable bank Guarantee for Rs…….(Rupees………….only) valid upto…….(date)……….as Performance Guarantee/Security
     Deposit/Mobilization Advance from the said contractor for compliance of his obligations in accordance with the terms and
     conditions of the agreement.
2.   We, ……………(indicate the name of the bank)…………(herein after referred to as “the Bank”), hereby undertake to pay to the
     Govt. an amount not exceeding Rs…………. (Rs…………..only) on demand by the Govt. within 10 days of the demand.
3.   We, …………………………………(indicate the name of the bank)…………. do here by undertake to pay the amount due and payable
     under this guarantee without any demur, merely on a demand from the Govt. stating that the amount claimed is reqd. to meet
     the recoveries due or likely to be due from the Said contractor. Any such demand made on the Bank shall be conclusive as
     regards the amount due and payable by the Bank under this Guarantee. However, our liability under this guarantee shall be
     restricted to an amount not exceeding Rs…………….….(Rupees…………..only)
4.   We, …………………………………(indicate the name of the bank)…………., further undertake to pay the Govt. any money so
     demanded notwithstanding any dispute or disputes raised by the contractor in any suit or proceeding pending before any
     Court or Tribubal, our liability under this Bank Guarantee being absolute and unequivocal. The payment so made by us under
     this Bank Guarantee shall be a valid discharge of our liability for payment there under and the Contractor shal have no claim
     against us for making such payment.
5.   We, …………………………………(indicate the name of the bank)…………., further agree that the Govt. shall have the fullest liberty
     without our consent and without affecting in any manner our obligation here under to vary any of the terms and conditions of
     the said agreement or to extend time of performance by the said contractor from time to time or to postpone for any time or
     from time to time any of the powers exercisable by the Govt. against the said contractor and forbear or enforce any of the
     terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such
     variation or extension being granted to the said contractor or for any forbearance, act of omission on the part of the Govt. or
     any indulgence by the Govt. to the said Contractor or by any such matter or thing whats over which under the law relating to
     sureties would, but for this provision, have effect of so relieving us.
6.   We, …………………………………(indicate the name of the bank)………….,further agree that the Govt. as its option shall be entitled to
     enforce this Guarantee against the Bank as a principal debtor at the first instance without proceeding against the Contractor
     and notwithstanding any security or other guarantee the Govt. may have in relation to the contractor’s liabilities.
7.   This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor.
8.   We, …………………………………(indicate the name of the bank)………….,undertake not to revoke this guarantee except with the
     consent of the Govt. in writing.
9.   This Bank Guarantee shall be valid upto……………….unless extended on demand by the Govt. notwithstanding anything
     mentioned above, our liability against this guarantee is restricted to Rs…………...(Rupees………. Only) and unless a claim in
     writing is lodged with us within the date of expiry or extended date of expiry of this guarantee, all our liabilities under this
     guarantee shall stand discharged.
     DATE ..........................
     WITNESS ..................
     Signature….                                                       Authorized signatory
     Name and Address                                                  Name
                                                                       Designation
                                                                       Staff Code No.
                                                                       Bank Seal
               Signature….
               Name and Address
     *Date to be worked out on the basis of validity period of 90 days where only financial bids are invited and 180 days for
     two/three bid system from the date of submission of tender.
      **In paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for earnest money or for
     performance guarantee/security deposit/mobilization advance, as the case may be.
                                                                                                                                 18
                                  (CPWD, OM No.DG/SOP/14 dated 20.10.2020)
                                                       Hkkjr ljdkj
                                               dsUæh; yksd fuekZ.k foHkkx
                                             fn-oS-ea&81] lhthvks dkEiySDl]
                                                         ubZ fnYyh
To,
The Manager
……………………
……………….
Subject : Request for encashment of Bank Guarantee number………….dated……… for Rs…………….valid up to………….
towards earnest money deposit/performance guarantee/security deposit/mobilization advance (As applicable)
Name of Contractor:
Dear Sir,
       The above mentioned Bank Guarantee number ………….dated……… is valid up to…………. In terms of
paragraph 2 of the said Bank Guarantee, the Govt. of India hereby demands a sum of
Rs……….(Rupees…………only) payable under this Bank Guarantee since this amount is required to meet the
recoveries due from……………(name of the contractor)………….. The amount shall be paid latest by………...(give
date)……….by transfer to account number……………...
        The aforesaid Bank Guarantee is being sent to you through……(name and designation)……………along
with this letter.
                                                                         Yours faithfully,
                                                                         Executive Engineer (E)
                                                                         DED-81, CPWD
                                                                         CGO Complex, New Delhi
                                                                                                  19
                                      TERMS AND CONDITIONS
1. The work shall be carried out strictly in accordance with CPWD specification for electrical works
    2013 (Internal) and 1995 (External), Part-VI(Fire alarm system), HVAC works-2017 and amended
    up to date and in accordance with Indian Electricity Rules, 1956, India Electricity Act, 1910 as
    amended upto date and as per instructions of the Engineer-in-Charge i/c as below and nothing will
    be paid extra.
2. All the material to be used on this work by the contractor shall be approved from the Engineer-in-
    Charge in advance before installation at the site.
3. The work shall be carried out according to approved drawing/details which shall be subsequently
    issued to the successfully qualified bided tenderer for execution, in stages as per instruction of the
    Engineer-in-Charge who will have the right to change the layout as per requirement at site and the
    contractor shall not have any claim due to change in layout.
4. All damages done to the building during the execution of electrical work shall be the responsibility of
    the contractor and the same will be made good immediately at his own cost to the satisfaction of the
    Engineer-in-Charge. In case, the repair is not satisfactory, the department will get it rectified &any
    expenditure incurred by the department in this condition shall be recovered from the contractor and
    decision of the Engineer-in-charge about recovery shall be final & binding on the contractor.
5. The bad workmanship will not be accepted and defects shall be rectified at contractor’s cost of the
    satisfaction of the Engineer-in-Charge. The program of electrical works are to be coordinated in
    accordance with the building work and considering that the allottees are senior officers and there
    may be restrictions in working hours but no claim for idle labour will entertained in case of occupied
    quarters.
6. All the debries / Malwa of the electrical works should be removed and the site should be cleared by
    the contractor on same day or Next Day after the accruing of debries daily. Similarly any rejected
    material should be immediately cleared off from the site by the contractor. Recovery @Rs.1000/-per
    day will be made from the contractor`s bill.
7. Cement for this benefited work is to be arranged and used by the contractor himself and nothing
    extra will be paid on this account.
8. The contractor or his engineer is bound to sign the site order book as and when required by the
    Engineer-in-Charge and to comply with the remarks therein.
9. The size of conduit and wiring shall be got approved from the Engineer-in-Charge before the
    execution of work.
10. The contractor shall make his own arrangement at his own cost for Electrical/ General tools and
    plants required for the work. In case, proper tools are not available, the department will purchase
    the tools for bonafide use of work at the risk & cost of the contractor.
11. Main board and main distribution board:- The work shall be carried out according to the
    drawing/details as approved by the Engineer-in-Charge. The contractor shall have to get the sample
    approved before the whole lot is brought to site and it shall include all inter connections etc. The
    main board, distribution board shall be properly labeled.
12. The quoted rates should be inclusive of all taxes etc. i.e. GST and nothting extra will be paid.
13. No, Central/State sales Tax/ Contract Tax/Excise duty etc. shall be separately paid by the
    department. The rates tendered should be inclusive all taxes and duties. Statutory deductions at
    source shall be made while releasing payment through running/final bills as applicable. A certificate
    specifying the rate and amount of deduction shall however issued by the department.
14. The entire installation shall be at the risk and responsibility of the contractor until these are tested
    and handed over to the department. The watch & ward is the responsibility of the contractor till
    handing over.
15. Notwithstanding the schedule of quantities, all items of interrelated works considered necessary to
    make the installation complete and operative are deemed to be included, shall be provided by the
    contractor at no extra cost.
16. The connection inter connection, earthing and inter earthing shall be done by the contractor
    wherever required and nothing extra shall be paid on this account.
                                                                                                         20
17. The contractor has to make his own arrangements for stores and watch and ward and no extra claim
    for this will be entertained.
18. The contractor shall make his own arrangements for electrical power supply for the construction
    activities. No extra payments for the same will be made.
19. The contractor shall on demand by the Engineer-in-charge, furnish the proof to the satisfaction of
    Engineer-in-charge regarding purchase of Wires, Modular switches & accessories, MCBs, MCBDBs
    and accessories and other items, from the manufactures authorized outlets.
20. All PVC conduits accessories shall be of the same make as conduits. The conduits shall be terminated
    as switch boxes/metallic junction boxes with suitable PVC glands.
21. Cutting of brick walls shall be done with due care. All repairs and patch works shall be neatly carried
    out to match the original finish and to the entire satisfaction of the Engineer in Charge.
22. All the sub main and circuits wiring includes loose wire for connections inside switch boxes and MCB
    DBs. No payment for these loose wires shall be made. However wires within the cubicle panel with
    be measured and paid under relevant item of work.
23. The connection between incoming switch/isolator and bus bar shall be made with suitable size of
    thimble and cable at no extra cost.
24. Copper conductor of insulated cables of size 1.5 Sq.mm and above shall be stranded and terminals
    provided with crimped lugs.
25. All hardware items such as screws, thimbles, GI wire etc. which are essentially required for
    completing an item as per specification will be deemed to be included in the item even when the
    same have not been specifically mentioned.
26. Materials to be used in work are to be ISI marked. The make of the materials have been indicated in
    the list of acceptable makes. No other makes will be acceptable. The materials to be used in the work
    shall be got approved by the Engineer in Charge/his representative before its use at site. The E-in-C
    shall reserve the right to instruct the contractor to remove the material which, in his opinion, is not
    acceptable.
                                                                                                        21
                                          LIST OF APPROVED MAKE
  10       ALL OTHER ITEMS NOT COVERED           AS PER SAMPLES APPROVED BY ENGINEER - IN-
           ABOVE                                 CHARGE.
Note:
         Materials specified in the list of preferred makes shall be got approved from Engineer-in-
         charge before use on work. Decision of Engineer-in-charge shall be final regarding selection of
         the makes.
         Materials not specified in the List of preferred makes shall be got approved from Engineer-in-
         charge before use on work. Decision of Engineer-in-charge shall be final in this respect.
                                                                                                     22
                                       SCHEDULE OF WORK
Sr.
                  Item of Description                   Quantity   Rate   Unit    Amount
No.
 1    Fabrication, supply, Installation testing &
      commissioning of Electrical control panel of
      cubical construction, floor mounted type,
      fabricated out of 2mm thick CRCA sheet,
      compartmentalised with hinged lockable
      doors, dust and vermin proof, powder coated
      of approved shade after 7 tank treatment
      process, cable alley, inter-connection with
      suitable size copper conductor cable/solid
      copper strip, having switchgears and
      accessories, mountings and internal wiring,
      earth terminals, numbering etc. complete in all
      respect, suitable for main fire pump,
      pressurisation pump & diesel pump set
      complete as per CPWD specification with
      following in coming and Outgoings, suitable
      for operation on 415V, 3 phase, 50Hz Ac
      Supply with enclosure protection class IP 42 as
      required:
      INCOMING
      630A, 50kA 4 Pole MCCB, Ics=100% Icu Rating
      Digital Voltmeter 0-500V with selector switch
      Ammeter (0-630 A) with selector swtich & CTs
      etc. LED type RYB phase Indicating lamps, ON,
      OFF, trip indicating lamps Set of Copper Bus
      Bar 800Amps
      OUTGOING
      (Note: All outgoing feeders for pumps should
      have digital Ammeter with selector switches,
      and LED type ON, OFF, trip indicating lamps)
      MAIN FIRE PUMP
      200 Amp, 50kA TPN MCCB, Ics=100% Icu, with
      fully automatic Star/Delta starter suitable for
      75 hp pump with overload protection, current
      sensing type single phase preventor complete
      with all accessories and internal wiring
      required for automatic operation, selector
      switch for local/remote, auto/manual/OFF
      operation. - 2 sets
                                                                                           23
      JOCKEY PUMP
      100 Amp, 50kA TPN MCCB, Ics=100% Icu, with
      Suitable HP fully automatic Star/Delta starter
      with overload protection, current sensing type
      single phase preventor complete with all
      accessories and internal wiring required for
      automatic operation, selector switch for
      local/remote, auto/manual/OFF operation. - 2
      sets
Note: - The rate of any dismantled item shall be effective in the bills of contractor at the rate quoted
by the contractor or rate mentioned in the NIT, whichever is higher. For example, if the rate of
dismantle material is 100 and contractor quotes 10 % below, then his rate for the quoted item shall
be 100/- each. if the contractor quotes 10 % above, then his rate for the said item shall be Rs.
(Minus) 110/- each
                                                                    Executive Engineer(E)
                                                                    DED-81 CPWD
25