nit no. 79/ee(e)/pwd emd...
TRANSCRIPT
Correction
Insertion NIL
Overwriting
PUBLIC WORKS DEPARTMENT (Govt. of Delhi)
NIT No. 79/EE(E)/PWD EMD M-153(N)/2015-16
Name of Work : Providing & Fixing of Public Address System in Various Section at Sardar
Vallabh Bhai Patel Hospital, Patel Nagar, New Delhi.
Head of Account :-
Estimated Cost :- Rs. 3,80,214/-
Earnest Money :- Rs. 7,604/-
Security Deposit :- 2.5% of Tender Value
Performance Guarantee :- 5% of Tender Value
Time allowed :- 01 Month
Technical Sanction No. :- /EE(E)/ PWD EMD M-153(N)/2015-16
Certified that this NIT contains Pages Marked as 1 to 23 Pages with corrections slips.
Assistant Engineer (E)P Executive Engineer (E)
PWD EMD M-153(N) PWD EMD M-153(N)
ITI Campus, Pusa, New Delhi ITI Campus, Pusa, New Delhi
Correction
Insertion NIL
Overwriting
INDEX
Name of Work : Providing & Fixing of Public Address System in Various Section at Sardar
Vallabh Bhai Patel Hospital, Patel Nagar, New Delhi.
S.NO. DESCRIPTION PAGE NO.
1. NIT Approval 01
2. Pre-Qualification Notice 02 to 04
3. Instructions to Contractors 05
4. Form CPWD-6 – Notice Inviting Tenders 06 to 07
5. Item Rate Tender Forms CPWD-8 08 to 15
6. Schedule of Work 16 to 18
7. Additional Terms and Conditions 19 to 23
Assistant Engineer (E)P Executive Engineer (E)
PWD EMD M-153(N) PWD EMD M-153(N)
ITI Campus, Pusa, ITI Campus, Pusa,
New Delhi New Delhi
Correction
Insertion NIL
Overwriting
NIT APPROVAL
Name of Work : Providing & Fixing of Public Address System in Various Section at Sardar
Vallabh Bhai Patel Hospital, Patel Nagar, New Delhi.
Head of Account :-
Estimated Cost :- Rs. 3,80,214/-
Earnest Money :- Rs. 7,604/-
Security Deposit :- 2.5% of Tender Value
Performance Guarantee :- 5% of Tender Value
Time allowed :- 01 Month
Technical Sanction No. :- /EE(E)/ PWD EMD M-153(N)/2015-16
NIT approved amounting to Rs. 3,80,214/- (Rupees Thirty Lakh Eighty Thousand Two
Hundred Fourteen Only).
Assistant Engineer (E)P Executive Engineer (E) PWD EMD M-153(N) PWD EMD M-153(N) ITI Campus, Pusa, ITI Campus, Pusa New Delhi New Delhi
Correction
Insertion NIL
Overwriting
PRE-QUALIFICATION NOTICE TO BE POSTED ON WEBSITE
The Executive Engineer (E), PWD Elect. Maint. Div. M-153(N), ITI Campus, Pusa, New Delhi on behalf
of President of India invites sealed applications for item rate tender in two bid system 1. Eligibility Criteria and 2. Price
bid from the Specialized firms received by e-tendering upto 3.00 PM on 01-09-2015 for the following works:-
S.
No
.
NIT
No.
Name of work & Location Estimated
Cost Put to
tender
Earnest
Money
Time of
Completion
Last Date
& Time for
Online
submission
of Tender
Date &
Time of
online
opening of
Eligibility
documents
with EMD
Date of
opening of
Technical
Bid and
Price Bid of
eligible
contractor
1 79/E
E(E
)/PW
D
EM
D M
-15
3(N
)/20
15-
16
Providing & Fixing of Public
Address System in Various
Section at Sardar Vallabh
Bhai Patel Hospital, Patel
Nagar, New Delhi.
Rs. 3
,80
,21
4/-
Rs. 7
,60
4/-
01
Mo
nth
01-09-2015
at 15:00
Hrs.
01-09-2015
at 15:30
Hrs.
01-09-2015
at 15:30 Hrs.
The eligibility criteria mentioned as below:
1. The Firms who fulfill the following requirements shall be eligible to apply. Joint ventures are not
accepted.
a. Who should have satisfactorily completed during the last seven years ending 31st July 2015 in
Central/ State Government Department/ Central/ State Autonomous Body/ Central/ State PSU.
i) Three similar works each costing not less than the amount equal to 40% of the estimated cost put
to tender.
Or
ii) Two similar works each costing not less than the amount equal to 60% of the estimated cost put to
tender.
Or
iii) One similar completed work of aggregated cost not less than amount equal to 80% of the
estimated cost put to tender.
The firms should submit clear visible attested copies of Completion Certificate issued by the Officer of the
Client Department of the rank of Executive Engineer or equivalent rank along with the application.
2. Similar nature works means works of “S.I.T.C. of Public Address System”.
3. 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.
4. Contractors should be registered with DVAT authority for Delhi.
5. Information and Instructions for bidders posted on website shall form part of bid document.
Correction
Insertion NIL
Overwriting
6. The value of executed work 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 of the last date of receipt of
application for tender.
7. The bid document consisting of plans, specifications, the schedule of quantities of various types of items
to be executed and the set of terms and conditions of the contract to be complied with and other necessary
documents can be seen and downloaded from website https://govtprocurement.delhi.gov.in.
8. If any cell is left blank and no rate is quoted by the bidder, rate of such item shall be treated as “0”
(ZERO).
9. Firms/ Agencies should be registered with Delhi Sales Tax Authority for Delhi Value Added Tax (D-
VAT) having valid “TIN” and must submit valid Tax Clearance Certificate issued by Delhi Sales Tax
alongwith EMD in sealed envelope.
10. The completion certificate must clearly indicate.
(i). The date of completion of work
(ii). Nature & scope of work
(iii). That work has been completed satisfactorily.
(iv). Work done amount of completed work.
11. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker’s Cheque or
Deposit at call receipt or Fixed Deposit Receipt drawn in favour of Executive Engineer (E), PWD EMD
M-152, New Delhi shall be scanned and uploaded to the e-Tendering website within the period of bid
submission. A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50%
of earnest money or 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 which is to be scanned and uploaded by the
intending bidders.
12. Earnest money, Registration in VAT, TIN Number, similar work completion certificate duly signed by
contractor shall be uploaded alongwith tender which are mandatory requirement of the tender.
“The physical EMD of the scanned copy of EMD uploaded shall be deposited by the lowest tenderer
within a week after opening of financial bid failing which the tender shall be rejected and enlistment
of the agency shall be withdrawn by the enlisting authority.” The following undertaking in this regard shall also be uploaded by the intending bidders:-
“The physical EMD shall be deposited by me/us with the EE calling the tender in case I/we become
the lowest tenderer within a week of the opening of financial bid otherwise department may reject
the tender and also take action to withdraw my/our enlistment.”
13. The price of only those contractors will be opened whose application are approved by the competent
authority.
Correction
Insertion NIL
Overwriting
l0 54¼153l0 54¼153l0 54¼153l0 54¼1532222½@yksfufooS½@yksfufooS½@yksfufooS½@yksfufooS----vuqvuqvuqvuq----eaeaeaea----,e&153¼u½@201,e&153¼u½@201,e&153¼u½@201,e&153¼u½@2015555&1&1&1&16666@@@@ fnukad% fnukad% fnukad% fnukad% Ikzfrfyfi izsf’kr%&Ikzfrfyfi izsf’kr%&Ikzfrfyfi izsf’kr%&Ikzfrfyfi izsf’kr%& 1 v|h{k.k bathfu;j ¼oS|qr½] yks0 fu0 fo0A oS0 ea0 vuq ifj M&15] ,e- ,l- vks Hkou] ubZ fnYyh
2&3 dk;Zikyd vfHk0 ¼oS0½] yks0 fu0 fo0 oS0 vuq ea0 M-151] M-152 fn0 l0 ubZ fnYyhA
4&6 lgk;d b+athuh;j ¼oS|qr½] yks0 fu0 fo0 oS0 eaMy M&1531] M&1532] M&1533] ubZ fnYyhA
7 lgk;d b+athuh;j ¼oS|qr½ ;kstuk] yks0 fu0 fo0 oS0 eaMy M&153] ubZ fnYyhA
8&10 dk;kZy; v|h{kd ] uksfVl cksMZ] jksdfM;k] ykss0 fu0 fo0 oS0 vuq eaMy M&153¼N½] ubZ fnYyhA 11 djkj ds fy,A
Assistant Engineer (E)P Executive Engineer (E) PWD EMD M-153(N) PWD EMD M-153(N) ITI Campus, Pusa, ITI Campus, Pusa New Delhi New Delhi
Correction
Insertion NIL
Overwriting
INSTRUCTION TO CONTRACTOR
Name of Work : Providing & Fixing of Public Address System in Various Section at Sardar
Vallabh Bhai Patel Hospital, Patel Nagar, New Delhi.
1. The contractor submitting the tender should read the schedule of quantities, additional conditions,
additional specifications, particular specifications and other terms and conditions given in the NIT and
drawing. The tenderer should also read the General Conditions of Contract for CPWD Works 2014 with
upto date correction slips, which is available as Government of India Publications, however provisions
included in the tender document shall prevail over the provisions contained in the standard form. The set
of drawings and NIT shall be available on website/ Office of the Executive Engineer (E), PWD Electrical
Maintenance Division M-153(N), NCTD, ITI Campus, Pusa, New Delhi. The contractor should also visit
the site of work and acquaint himself with the site conditions before tendering. The following conditions,
which already form part of the tender conditions, are specially brought to his notice for compliance while
filling the tender. They are requested to comply following instructions.
2. Tenders with any condition including that of conditional rebates shall be rejected forthwith.
3. The successful tenderer shall be required to submit a performance guarantee of 5% (Five percent) of the
agreement amount Programme Chart (Time and Progress) and applicable labour licenses,
registration with EPFO, ESIC and BOCW Welfare Board or proof of applying thereof as per OM
No. DG/SE/CM/CON/283 Dt. 05/05/2015 and OM No. DG/SE/CM/CON/MISC/01 Dt. 30/06/2015,
within 15 days of issue of letter of acceptance. This period can be further extended by Engineer-in-
Charge upto a maximum period of 7 days on the written request of the contractor.
4. VAT / Sales Tax, Excise Duty, Work Contract Tax, Labour Cess or other Govt. liability etc. as applicable
shall be borne by the contractor himself. The contractor shall quote his rated considering all such taxes.
5. All goods shall be supplied against the sale invoice issued from Delhi vide Engineer-In-Chief Letter No.
E-in-C/W/VAT/2014/10350 Dated: 18.03.2014 and Secretary (Finance) GNCTD Delhi Letter No.
F.3(11)/Fin(Rev-I)/2012-13/dsVI/57-62 dated 17.01.2013.
6. The following duly signed undertaking in this regard shall also be uploaded by the intending bidders on
firms Letter Head bearing latest correspondence address, contact no. and Email id:-
“The Physical EMD shall be deposited by me/ us with the EE(E) calling the bid in case I/ we
become the lowest bidder within a week of the opening of financial bid otherwise department may
reject the bid and also take action to withdraw my/our enlistment/ debar me/ us from tendering in
CPWD.”
Assistant Engineer (E)P Executive Engineer (E) PWD EMD M-153(N) PWD EMD M-153(N) ITI Campus, Pusa, ITI Campus, Pusa New Delhi New Delhi
Correction
Insertion NIL
Overwriting
C.P.W.D. – 6
GOVERNMENT OF NCT OF DELHI
PUBLIC WORKS DEPARTMENT
NOTICE INVITING TENDER 1. Item rate e-tenders are invited on behalf of the President of India in two bid system from the Specialized Firms for the work of “Providing &
Fixing of Public Address System in Various Section at Sardar Vallabh Bhai Patel Hospital, Patel Nagar, New Delhi.”
The enlistment of the contractors should be valid on the last date of downloading.
In case only the last date of downloading of tender is extended, the enlistment of contractor should be valid on the original date of downloading.
1.1 The work is estimated to Cost Rs. 3,80,214/-. 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.
1.2 Tenders can be available for downloading by the Specialized Firms, The Specialized firms should have satisfactorily completed the Three
similar works each costing not less than the amount equal to 40% of the estimated cost put to tender or Two similar works each costing not less
than the amount equal to 60% of the estimated cost put to tender or One similar completed work of aggregated cost not less than amount equal to
80% of the estimated cost put to tender of the estimated cost put to tender in Central/ State Government Department/ Central/ State Autonomous
Body/ Central/ State PSU during the last seven years ending 31.01.2015. Similar nature works means works of “S.I.T.C. of Public
Address System”. 1.3 The tenderer shall submit the offer online after uploading the following documents :
(i) Scanned copy of Earnest Money.
(ii) The following undertaking in this regard shall also be uploaded by the intending bidders on firms Letter Head duly signed:-
latest correspondence address, contact no. and Email id:- “The Physical EMD shall be deposited by me/ us with the EE(E)
calling the bid in case I/ we become the lowest bidder within a week of the opening of financial bid otherwise department may
reject the bid and also take action to withdraw my/our enlistment/ debar me/ us from tendering in CPWD.” (iii) Scanned copy of TIN Number as issued by DVAT department (Attested / Self Attested).
(iv) Scanned copy of Proof of having submitted the latest DVAT/CST returns etc (Attested / Self Attested).
(v) Scanned copy of satisfactory completed similar work as mentioned above (Attested / Self Attested).
1.3.1 The lowest tenderer should show original documents and submit the photocopy of following documents duly attested by gazetted officer:-
(i) Original EMD uploaded shall be deposited by the lowest tenderer within a week after opening of financial bid failing which the tender
shall be rejected and enlistment of the agency shall be withdrawn by the enlisting authority.
(ii) TIN Number as issued by DVAT department shall have to be deposited by the lowest bidder only along with physical EMD of the
scanned copy of EMD uploaded within a week physically in the office of tender opening authority.
(iii) Proof of having submitted the latest DVAT/CST returns etc. shall have to be deposited by the lowest bidder only along with physical
EMD of the scanned copy of EMD uploaded within a week physically in the office of tender opening authority.
(iv) Satisfactory completed similar work as mentioned above shall have to be deposited by the lowest bidder only along with physical
EMD of the scanned copy of EMD uploaded within a week physically in the office of tender opening authority.
2. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD 8, which is available as a Govt. of India Publication.
Tenderer 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 01 Month 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.
4. The site for the work is available.
5. Tenders forms can be down loaded upto 01-09-2015 (3.00 PM)
Tender documents consisting of plans, specifications, the schedule of quantities of the various classes of work to be done and the set of terms &
conditions of contract to be complied with by the contractor whose tender may be accepted and other necessary documents can be seen in the
office of the Executive Engineer (E) PWD EMD M-153(N), ITI Campus, Pusa, New Delhi between hours of 11.00 AM & 3.00 PM from
23-09-2015 to 01-09-2015 every day except on Sundays and Public holidays. Tender documents, excluding standard form, can be downloaded
from the website https://govtprocurement.delhi.gov.in free of cost and deposited along the following: -
(i) Earnest Money in the form of cash Treasury Challan or Demand Draft or Pay order or Banker’s Cheque or Deposit at call receipt or Fixed
Deposit Receipt drawn in favour of Executive Engineer (E), PWD EMD M-152, New Delhi shall be scanned and uploaded to the e-Tendering
website within the period of bid submission. A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50% of
earnest money or 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 which is to be scanned and uploaded by the intending bidders.
(ii) Certified copy of registration, VAT etc. as required shall also be uploaded with tender.
The tenders documents can also be seen on our website https://govtprocurement.delhi.gov.in at ID No.
6. Tenders will be received online by the Executive Engineer (E) PWD EMD M-153(N), ITI Campus, Pusa, New Delhi upto 03.00 PM on
01-09-2015 and tender will be opened online by him or his authorized representative in his office on 01-09-2015 at 03.30 PM.
7. The contractor whose tender is accepted, will be required to furnish performance guarantee of 5% (Five percent) of the tendered amount within
the period specified in Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than 10,000/-) or Deposit at call
receipt of any scheduled bank/ Bankers’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 1,00,000/-) or Government Securities or Fixed Deposit Receipts or 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. 8. The description of the work as follows: As per BOQ attached.
Copies of other drawings and documents pertaining to the works will be open for inspection by the tenderers at the office of the above-
mentioned officer.
Tenderers 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
Correction
Insertion NIL
Overwriting
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 tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent
on any misunderstanding or otherwise shall be allowed. The tenderer 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 tender by a tenderer 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.
9. The competent authority on behalf of the President of India does not bind himself to accept the lowest or any other tender, and reserves to
himself the authority to reject any or all of the tenders received without the assignment of any reason. All tenders, in which any of the prescribed
conditions is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer, shall be summarily rejected.
The public enterprises who avails benefits of the purchase preference should be subjected to adequate penalties for cost overruns etc.
10.. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the contractors who
resort to canvassing will be liable to rejection.
11. The competent authority on behalf of the President of India reserves to himself the right to accepting the whole or any part of the tender and the
tenderer shall be bound to perform the same at the rate quoted.
12. The contractor shall not be permitted to tender for works in the CPWD Circle (responsible for award and execution of contracts) in which his
near relative is posted as 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.
13. 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 two years after his retirement from Govt. Service without pervious
permission of the Govt. 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 Govt. of India as aforesaid before submission of the tender or engagement
in the contractor’s service.
14. The tender for the work shall remain open for acceptance for a period of Ninety (90) days from the date of opening of tenders/ Ninety (90) days
from the date of opening of financial bid in case tenders are invited on 2/3 envelop system/ One hundred twenty (120) days from the date of
opening of technical bid in case bids are invited on 3 bid system for specialized work. If any tenderer withdraws his tender before the said period
or issue of letter of acceptance, whichever is earlier or makes any modifications in the terms and conditions of the tender which are not
acceptable to the department, then the Govt. shall without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest
money as aforesaid. Further the tenderer shall not be allowed to participate in the retendering process of the work
15. The Notice Inviting Tender shall form a part of the contract document. The successful Tenderer / 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 the tender as issued
at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto.
b) Standard C.P.W.D. Form 8.
Assistant Engineer (E)P Executive Engineer (E) PWD EMD M-153(N) PWD EMD M-153(N) ITI Campus, Pusa, ITI Campus, Pusa, New Delhi New Delhi
Correction
Insertion NIL
Overwriting
GOVERNMENT OF NCT OF DELHI
PUBLIC WORKS DEPARTMENT
STATE DELHI CIRCLE PWD EMC M-15
BRANCH E & M DIVISION PWD EMD M-153(N)
ZONE M-1 SUB-DIVISION PWD EMD M-1532(N)
Item Rate Tender & Contract for Works
Tender for the work of: Providing & Fixing of Public Address System in Various Section at Sardar
Vallabh Bhai Patel Hospital, Patel Nagar, New Delhi.
(i) To be submitted by 3.00 P.M. hours on 01-09-2015 to EE(E)/ PWD EMD M-153(N), ITI Campus, Pusa,
New Delhi.
(time) (date)
(ii) Eligibility criteria to be opened at 3:30 PM on 01-09-2015 in the office of EE(E)/ PWD EMD M-153(N),
ITI Campus, Pusa, New Delhi.
(iii) Price Bid shall be opened at 03:30 PM on 01-09-2015 in the office of EE(E)/ PWD EMD M-153(N), ITI
Campus, Pusa, 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 it keep the tender open for Ninety (90) days from the due date of its opening / Ninety (90) days from
the date of opening of financial bid in case tenders are invited on 2/3 envelop system/ One hundred twenty (120) days
from the date of opening of technical bid in case bids are invited on 3 bid system for specialized work and not to make
any modification in its terms and conditions.
A sum of Rs. 7,604/- is hereby forwarded in Treasury Challan or Demand Draft or Pay order or
Banker’s Cheque or Deposit at call receipt or Fixed Deposit Receipt 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
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 Clauses 12.2 and 12.3 of the tender form. Further
I/We agree that in case of forfeiture of earnest money or both Earnest Money & Performance Guarantee as
aforesaid. I/We shall be debarred for participation in the re-tendering process of the work.
C.P.W.D. – 8
Correction
Insertion NIL
Overwriting
I/We hereby declare that I/We shall treat documents drawings and other records connected with
the work as secret/ confidential documents and shall not communicate information /derived therefrom to any
person other than a person to whom I/We am / are authorized to communicate the same or use the information
in any manner prejudicial to the safety of the State.
Dated ………………….
Witness:
Address:
Occupation:
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 ` _________________(Rupees
_______________________________________________________________________________________________
_______________) The letters referred to below shall form part of this contract Agreement:-
a)
b)
c)
For & on behalf of the President of India.
Signature __________________________
Dated ………………… Designation ________________________
Signature of Contractor
Postal Address
Correction
Insertion NIL
Overwriting
SCHEDULES
SCHEDULE ‘A’ As per Schedule attached
Schedule of quantities (Enclosed.)
SCHEDULE ‘B’
Schedule of materials to be issued to the contractor.
S.No. Description
Of item
Quantity Rates in figures & words
At which the material
will be charged to the
contractor.
Place of Issue
1 2 3 4 5
NOT APPLICABLE
SCHEDULE ‘C’
Tools and plants to be hired to the contractor.
S.No. Description Hire charges per day. Place of Issue
1 2 3 4
NOT APPLICABLE
SCHEDULE ‘D’
Extra schedules for specific requirements / documents for the work, if any. - Enclosed -
SCHEDULE ‘E’
Schedule of component of Cement, Steel, Other Materials, Labour etc. for price escalation.
Correction
Insertion NIL
Overwriting
CLAUSE 10 CC
Component of Cement
expressed as per cent of total value of work Xc Not Applicable
Component of Steel
expressed as per cent of total value of work Xs Not Applicable
Component of Materials
expressed as per cent of total value of work Xn Not Applicable
Component of Labour
expressed as per cent of total value of work Y Not Applicable
Component of POL
expressed as per cent of total value of work Z Not Applicable
SCHEDULE ‘F’
Reference to General Conditions of contract.
Name of Work : Providing & Fixing of Public Address System in Various Section at Sardar
Vallabh Bhai Patel Hospital, Patel Nagar, New Delhi.
(i) Estimated cost of work. : Rs. 3,80,214/-
(ii) Earnest Money : Rs. 7,604/-
(iii) Performance Guarantee: 5% of the tendered value.
(iv) Security Deposit : 2.5% of the tendered value.
GENERAL RULES & DIRECTIONS :
Officer inviting tender EE(E)/PWD M-153(N), ITI
Maximum percentage for quantity Campus, Pusa, New Delhi
of items of work to be executed
beyond which rates are to be
determined in accordance with
Clauses 12.2 & 12.3 See below.
Definitions:
2 (v) Engineer –in – charge EE(E)/PWD M-153(N), ITI
Campus, Pusa, New Delhi
2 (viii) Accepting Authority EE(E)/PWD M-153(N), ITI
Campus, Pusa, New Delhi
2 (x) Percentage on cost of materials 15 %
and labour to cover all
overheads and profits.
2 (xi) Standard Schedule of Rates. Market Rates
2 (xii) Department PWD (Delhi Govt.)
Correction
Insertion NIL
Overwriting
9 (ii) Standard CPWD Form CPWD form 8 as modified & corrected upto date.
Clause 1
Time allowed for submission of Performance Guarantee,
Programme Chart (Time and Progress) and applicable labour
licenses, registration with EPFO, ESIC and BOCW Welfare
Board or proof of applying thereof from the date of issue of letter
of acceptance, in days 15 Days
i) Maximum allowable extension beyond the period provided 07 Days
in i) above in days
Clause 2
Authority for fixing SE(E)/ PWD EMC M15
Compensation under Clause 2. 8th floor, MSO Bldg
New Delhi
Clause 2 A
Whether Clause 2 A shall be applicable Not applicable
Clause 5
Number of days from the date of issue of letter 22 days
Of acceptance for reckoning date of start
Miles Stone(s) as per table given below:-
TABLE OF MILE STONES (S)
S.No. Description of
Milestone(Physical)
Time Allowed in days
(from date of start)
Amount to be with - held in
case of non achievement of
milestone.
NOT APPLICABLE
OR
S.No. Financial Progress Time Allowed
(from date of start)
Amount to be with - held in case of
non achievement of milestone.
NOT APPLICABLE
Time allowed for execution of work 01 Month
Clause 6
Correction
Insertion NIL
Overwriting
Clause applicable (6) 6
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.
Clause 7 A
No Running Account Bill shall be paid for the work
till the applicable labour licenses, registration with EPFO,
ESIC and BOCW Welfare Board, whatever applicable are
submitted by the contractor to the Engineer-incharge. Whether
√
Clause 7A shall be applicable Yes/NO
Clause 10 A
List of testing equipment to be provided by the contractor at site lab. Not applicable.
Clause 10 B (ii)
Whether Clause 10 B (ii) shall be applicable Not applicable
Clause 10 CA
Material covered under the Clause Not Applicable
Clause 10 CC
Clause 10 CC to be applicable in contracts ____N/A_____
With stipulated period of completion exceeding
The period shown in next columns.
Clause 11
Specifications to be followed 1) CPWD Specification amended upto date.
Clause 12
12.2 & 12.3 Deviation limit beyond which
Clause 12.2. & 12.3 shall apply
for original work
25%
Correction
Insertion NIL
Overwriting
12.5 Deviation limit beyond which
clauses 12.2 & 12.3 shall apply
for foundation work.
N.A.
Clause 16
Competent Authority for SE (E)/PWD EMC M-15 (NCTD)
Deciding reduced rates. New Delhi
Clause 19 The contractor shall obtain a valid license under
the Contractor Labour (R&A) Act, 1970 and the
Contract Labour (Regulation and Abolition)
Central Rules, 1971 before the commencement
of the work, and continue to have a valid license
until the completion of the work. The contractor
shall also comply with provisions of the Inter-State
Migrant Workmen (Regulation of Employment and
Conditions of Service) Act, 1979.
Clause 36 (i)
Minimum Qualifications &
Experience required for Principal
Technical Representative.
Requirement of Project Manager & Technical representative(s) and recovery rates.
S. No. Minimum
Qualification of
Technical
Representative
Discipline Designation
(Principal
Technical/
Technical
representative)
Minimum
Experience
Number Rate at which recovery
shall be made from the
contractor in the event
of not fulfilling
provision of clause 36(i)
Figures Words
As per Appendix 18 of the CPWD works manual 2012
Clause 42
i) (a) Schedule/ statement for determining Not Applicable.
theoretical quantity of cement &
bitumen on the basis of Delhi
Schedule of Rates ____printed by C.P.W.D.
ii) Variations permissible on theoretical quantities. Not applicable
(a) Cement for works with estimated : Not applicable
Correction
Insertion NIL
Overwriting
Cost put to tender not more than
` 5 Lakhs.
For works with estimated cost put to : Not applicable
Tender more than ` 5 lakhs.
b) Bitumen All works. : Not applicable
c) Steel Reinforcement and structural steel : Not applicable
sections for each diameter, section and
category
d) All other materials : Not applicable
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION
SI.
No.
Description of Item Rates in figures and words at which recovery shall be
made from the Contractor. Rates in schedule ‘B’ plus
10% in case materials issued by the Department.
Excess beyond permissible
variation.
Less use beyond the
permissible variation.
1. Cement
NOT APPLICABLE
2. Steel reinforcement
3. Structural sections
4. Bitumen issued free
5. Bitumen issued at stipulated
fixed price.
Assistant Engineer (E)P Executive Engineer (E) PWD EMD M-153(N) PWD EMD M-153(N)
ITI Campus, Pusa, ITI Campus, Pusa,
New Delhi New Delhi
Correction
Insertion NIL
Overwriting
SCHEDULE OF WORK
Name of Work: Providing & Fixing of Public Address System in Various Section at Sardar
Vallabh Bhai Patel Hospital, Patel Nagar, New Delhi.
S.No Description Qty. Rate Unit Amount
1 Supply, Installation, Testing & Commissioning of
Wall Mount Speaker with secifications as follow: 6W
Box Speaker with Frequency Response of ( 120–
16,000Hz),Sensitivity-96dB,Speakers with inbuilt
100V Line Matching Transformer and Spring clamp
mechanism for easy speaker mounting; Power Taps
@100V 6W, 3W, 1.5W & 0.75W 20 Nos.
Each
2 Supply, Installation, Testing & Commissioning of IP
Based Class D Digital Amplifier with secifications as
follow: Power Output 120W RMS; Speaker Output
70V, 100V & 4-16ohms;Network Input Standard
RJ45; Protocol Support TCP/IP, UDP, IGMP; Audio
Formats MP3/MP2; Sampling Rate 8K~48KHz; Bit
Rate 8K~512Kbps; Transmit Speed 10Mbps; Audio
Format 16 digit stereo CD level; Frequency Response
60-18KHz(+1dB, -3dB); THD THD ≤ 0.1%; S/N
Ratio ≥65dB; Aux Input 350mV; Mic Input 10mV;
EMC input 775mV; IP network audio adapter built-in
digital class-D 120W amplifier; Direct to receive
internet audio source and transmit to 70V, 100V and
low impedance loudspeakers; Non-dedicated network
system solution; Could be installed anywhere of the
LAN network; Should have 3.4 inch LCD screen
humanized operation interface; Zone definition to be
done through software; One Aux input and one local
microphone input, both with volume control; Facilitate
remote control over IP address change and write in,
volume control and local program selection from
server. 2 Nos.
Each
3 Supply, Installation, Testing & Commissioning of 8
port Network Switch with secifications as follow:
Provides flexibility of 8 x 10/100BASE-TX ports;
10/100Mbps-Full/Half-duplex, Auto-Negotiation,
Auto-MDI/MDIX; Standards & Protocols: IEEE
802.3 10-BASE-T, Ethernet
IEEE 802.3u 100-BASE-TX, Fast Ethernet; IEEE
802.3x Full-duplex Flow Control; Data Transfer Rate:
10/100Mbps; Packet Forwarding Rate: 100Mbps port -
148,000pps; 10Mbps port - 14,880pps; Indicator:
Power, Link/Act; Power: Power Consumption: < 1W;
Power Input: 100-240V AC, 50-60 Hz, 3.3V, 2A
Internal Power Supply 1 No.
Each
Correction
Insertion NIL
Overwriting
4 Supply, Installation, Testing & Commissioning of
Central Management Software for IP Based PA
System with secifications as follow: Compatible with
Windows 2000, Windows XP and Windows 7
operation system; Full duplex communication system
software; Compatible of network audio system and
intercom two systems; Standard TCP/IP
communication protocol for industrial applications;
Parameters set up center and administrator
management center; Built-in decoder to transfer
analog signal through sound card into digital; Head of
the network audio system; Collect and delivery sound
over the internet; Built-in weekly timer to program
over music or sound files to automatically broadcast to
designated zone at pre-set time; Built-in system status
display to surveillance each unit is working conditions;
Direct manual selected priority music broadcast or
zone paging; License code registration software;
Password protection to change configuration and log
in; Remote set up and easy maintenance; Support more
than 100 tasks transmitted simultaneously; Nine
priority levels for different users; Customized-mapped
connection diagram should be available; Easy to inter-
work with third party system like CCTV, door access
system and home automation system. 1 No.
Each
5 Supply, Installation, Testing & Commissioning of IP
Based Digital Call Station with secifications as follow:
Embed PC technology, built-in DSP Audio processing
technology design and high speed industrial chip to
ensure start time less than 1 second; Built-in 2w all
frequency hi-fi speaker to support two-way
conversation and network monitor; A dia. 3.5
headphone socket and a dia. 3.5 MIC input socket;
Network Input Standard RJ45; Communication
Protocol TCP/IP, UDP, IGMP(multicast); Audio
Format MP3/MP2; Sampling Rate 8K~48KHz;
Transmission Speed 100Mbps; Audio Mode 16 digit
stereo CD sound quality; Screen Size 7 inch; Screen
Resolution 800 x 480 pixel; Screen Type 65 k color
DGUS screen; Keyboard Types Virtual QWERTY
keyboard; keyboard Entry Method: Touch; Rated
Power and Impedance of Build-in Speaker 4 ohm ,
2W; THD =<1%; Frequency Response 80Hz~16KHz
+1dB/-3dB; S/N Ratio >68dB; Rated Power and
Impedance of; PHONE OUT 32 ohm , 20mW; Level
of LINE OUT 1000mV Industry-standard voltage wire
terminals; Output Impedance of LINE OUT 470 ohm;
Input Sensitivity of LINE IN 350mV; Industry-
standard voltage wire terminals; Input Sensitivity of
MIC 10mV; Working Temp 0 ℃~40℃; Humidity
20%~90% Relative humidity, without condensation;
Power Consumption =< 6W; Power Supply DC24V 1 No.
Each
Correction
Insertion NIL
Overwriting
6 Supply, Installation, Testing & Commissioning of
Work Station with secifications as follow:Processor
Brand Intel; Processor Type Dual Core 4th Gen;
Processor Speed 2.41 GHz; RAM Size 2 GB; Hard
Drive Size 500 GB; Hard Disk Technology Serial
ATA; Graphics Coprocessor; Connectivity Type Wi-
Fi; Wireless Type 802.11bgn; Number of USB 2.0
Ports 3; Number of USB 3.0 Ports 1; Number of
Audio-out Ports 1; Number of Ethernet Ports 1; Screen
Size 19.5 Inches with Mouse Keyboard etc as
required. 1 No.
Each
7 Supplying and drawing of UTP 4 pair CAT 6 LAN
Cable in the existing surface/ recessed steel/ PVC
conduit as required. 400 Mtrs
P/
Mtr.
8 Supply, Installation, Testing & Commissioning of
suitable size Audio rack having facility to
accommodate control equipment as mentioned above. 2 Nos.
Each
9 Supplying and fixing of PVC channel of size 25 mm x
25 mm perforated type heavy duty with cover on
surface of wall etc. as reqd. 200 Mtrs.
P/
Mtr.
10 Supplying and fixing of PVC channel of size 15 mm x
15 mm perforated type heavy duty with cover on
surface of wall etc. as reqd. 250 Mtrs.
P/
Mtr.
Total:
Assistant Engineer (E)P Executive Engineer (E) PWD EMD M-153(N) PWD EMD M-153(N)
ITI Campus, Pusa, ITI Campus, Pusa,
New Delhi New Delhi
Correction
Insertion NIL
Overwriting
GENERAL SPECIFICATIONS AND SPECIAL CONDITIONS
1. SPECIFICATION
The work shall be executed as per CPWD’s general specification for Electrical Works Part-I (Internal)-2013,
Part-II(External)-1994 as amended upto date and IE Rules, Indian Standards amended upto date and as per
direction of Engineer-in –charge. The additional specifications are to be read with above and in case of any
variations, specifications given alongwith the tender shall apply.
2. WORKS TO BE DONE BY THE CONTRACTOR In addition to supply, installation, testing and commissioning of all the equipments, as per schedule of work,
and specification, the following works shall be deemed to be included within the scope of work to be executed
by the contractor for which nothing extra will be paid.
i) Any minor building work for the installation including cutting and making good the damages
ii) Provision of all accessories required for the installation etc.
iii) Tools and tackles required for handling and installation of equipments.
iv) Protection required for the equipments from rain, dust storm etc. during transportation.
3. SUBMISSION OF TENDERS
3.1 The tender shall be submitted through e-tendering online on the website http://
govtprocurement.delhi.gov.in.
3.2 The tenders are advised not to be deviate from the technical specifications/ items, commercial
terms and conditions of NIT like terms of payment, guarantee, arbitration clause, escalation. It is
open to the Department whether or not to accept them.
3.3 The tender shall be processed in 2 (Two) stages as below.
a) Part-I :- Eligibility Criteria
b) Part-II :- Price Bid.
The tenderer shall fill part I & II at the time of submitting application. However these will be
opened stage by stage as defined below.
3.4 The price bid shall be opened through e-tendering only, at the defined time and date of only those
firms who are eligible and approved by the competent authority.
3.5 Firms should clearly note that price bids with any condition including that of conditional
rebates shall be rejected forthwith.
4 RATES
The work shall be treated as on works contract basis and the rates tendered shall be for complete
items of work inclusive of all taxes (including works contract tax, VAT if any), duties, and levies
etc. and all charges for items contingent to the work, such as, packing, forwarding, insurance,
freight and delivery at site for the materials to be supplied by the contractor, watch and ward of all materials for the work at site etc.
5 TAXES AND DUTIES
1. Being an indivisible works Contract Tax, VAT, Sales Tax, Excise Duty etc. are not payable
separately.
2. Works Contract Tax, VAT if any, for the work shall be included within the quoted rates for
Correction
Insertion NIL
Overwriting
the various items. The works contract tax shall be deducted from the bills of the contractor, if
applicable in the State in which the work is carried out. 3. Octroi duty shall not be paid separately for the material supplied by the contractor, but octroi
exemption certificates can be furnished by the Department, in demand, However, the
Department is not liable to reimburse the octroi duty in case such exemption certificates are
not honoured by the concerned authorities. 6 MOBILISATION ADVANCE
No mobilization advance shall be paid for the work. 7 COMPLETENESS OF TENDER
All sundry fittings, assemblies, accessories, hardware items, foundation bolts, termination lugs for wiring connections as required, and all other sundry items which are useful and necessary for
proper assembly and efficient working of the various components of the work shall be deemed to
have been included in the tender, whether such items are specifically mentioned in the tender
documents or not.
8 STORAGE AND CUSTODY OF MATERIALS
No storage accommodation shall be provided by the department, this shall be arranged by the
contractor for proper storage and safe custody of material shall be his responsibility till the final taking over of the installations to the Department.
9 TOOLS FOR HANDLING AND ERECTION
All tools and tackles required for handling of equipments and materials at site of work as well as for their assembly and erection and also necessary test instruments shall be the responsibility of the contractor. No T & P shall be issued by the department.
10 CO-ORDINATION WITH OTHER AGENCIES
The contractor shall co-ordinate with all other agencies involved in the building work so that the building work is not hampered due to delay in his work.
11 STRUCTURAL ALTERATIONS TO BUILDINGS
i) No structural member in the building shall be damaged/ altered, without prior approval from
the competent authority through the Engineer-in-charge.
ii) Structural provisions like openings, cutouts, if any, provided by the department for the work, shall be used. Where these require modifications, or where fresh provisions are required to
be made, such contingent works shall be carried out by the contractor at his cost.
iii) All such openings in floors provided by the Department shall be closed by the contractor after installing the cable/conduits/rising mains etc. as the case may be, by any suitable means
as approved by the Engineer-in-charge without any extra payment.
12 CARE OF BUILDING
Care shall be taken by the contractor to avoid damage to the building during execution of his part
of work. He shall be responsible for repairing all damages and restoring the same to their original
Correction
Insertion NIL
Overwriting
finish at his cost. He shall also remove at his cost all unwanted and waste material arising out of
his work from the site.
13 Watch and ward of the materials shall be responsibility of the contractor till their handling over
to the department on completion of the work noting extra shall be paid on this account.
14 All materials shall be supplied and used in items of works by the contractor should be of
standard and approved quality. They should be got approved from the Engineer-in-charge or his authorized representative before installation otherwise no payment will be made for an
unapproved or rejected material used on the works and the same shall be removed at his cost
from site of work.
15 The contract shall have to prove bona-fides of the make of materials by producing necessary
documentary evidence. They are advised to obtain prior approval of Engineer-in-charge for
proposed make of materials, before bringing material to site work.
16 All concealed works shall have to be done in the presence of Engineer-in-Charge or his
authorized representative.
17 The contractor shall make his own arrangement for carriage of material from store to the site to
& fro.
18 Firm will do free comprehensive maintenance of full system for 1 year from the date of
handover/ completion which includes replacement of defective spares/ equipments and
maintenance at call.
18.(i) Technical compliance to the specifications should be attested by the Manufacturer.
ii) Before start of work bidder has to submit certificate of the manufacturer assuring
availability of spares through the authorized bidder for minimum period 5 years from the
date of completion of work.
iii) Authorization from manufacturer that the items quoted by the tenderer are in production
and No obsolete products are quoted. iv) In case bidder fails to submit the above documents, EMD and PG will be forfeited and tender
cancelled.
v) The time for completion of work shall be One Month.
19 ACCEPTANCE OF TENDER The department reserves the right to reject any or all the tenders without assigning any reason. The department
may call fresh tender with or without modification in the tender from the same firms whose technical bid are
already approved by the competent authority.
20 GUARANTEE All equipments supplied and installed shall be covered by guarantee for a period of minimum one year against
any manufacturing defects/ defective workmanship and material, if any equipment is found to be defective
due to faulty materials, faulty design or inferior quality of material it shall be repaired or replaced at site of
work free of cost by the successful firms at his own cost during the guarantee period. The guarantee shall
cover consequential damages to the equipment supplied and installed by the firms due to poor workmanship
or defective material. All repairs shall be done promptly within a reasonable period. The guarantee period will
commence from the date of handing over the installation to the department duly commissioned.
The firms should give details, address, contact no. etc. of authorized service center of manufacturers in India
for carrying out necessary maintenance, servicing and repair job and submit a list of spares to be kept ready in
stock for urgent repair.
Correction
Insertion NIL
Overwriting
21 MATERIAL APPROVAL The material such as batteries etc. brought at site shall be approved by the Engineer-in-Charge before use in
the work. In case during execution any material being used in the work is found not as per agreement
specifications, Engineer-in-charge may issue instruction to the contractor to remove the material from site and
the contractor will be bound to do so.
22 If clause-7A in schedule F is as YES then the contractor has to insure that:
a. In terms of Clause 19 of the GCC, a valid labour license is obtained by the contractor before start of work
in terms Contract Labour (Regulation & Abolition) Act-1970.
b. In terms of Clause 19L of the GCC, ESI & EPF contributions are to be paid by the contractor, for which
contractor is to get registered himself with EPFO and ESIC.
c. Labour employed by the contractor has obtained smart card of ESI, which is essential for imparting medical
facility to labour.
d. Labour employed by the contractor has registered themselves with Building and Other Construction
Worker Act-1996 to get applicable benefits.
e. Record prescribed in ‘CPWD Contractor’s Labour Regulations’ laid down in GCC are maintained. These
include registers for workmen employed by the Contractor, Muster Roll, Register of Wages, Wages Slip,
Employment Card, Service Certificate, Register of Fines, Register of Deduction for Damage of Loss,
Register of overtime and Register of Advance.
Assistant Engineer (E)P Executive Engineer (E) PWD EMD M-153(N) PWD EMD M-153(N) ITI Campus, Pusa, ITI Campus, Pusa New Delhi New Delhi
Correction
Insertion NIL
Overwriting
Assistant Engineer (E)P Executive Engineer (E) PWD EMD M-153(N) PWD EMD M-153(N) ITI Campus, Pusa, ITI Campus, Pusa New Delhi New Delhi
LIST OF ACCEPTABLE MAKES
SNo. ITEM DESCRIPTION ACCEPTABLE MAKES
1 Wall Mount Speaker HONEYWELL/BOSCH/AUDIOTRAK/FBT/JBL/BOSE
2 IP Based Class D Digital Amplifier
HONEYWELL/BOSCH/AUDIOTRAK
3 Network Switch
CISCO/ALLIED TELESIS/D-LINK
4 Central Management Software
for IP Based PA System
HONEYWELL/BOSCH/AUDIOTRAK
5 IP Based Digital Call Station
HONEYWELL/BOSCH/AUDIOTRAK
6 Work Station
HP/DELL/LENOVO
7 CAT-6 Cable D-LINK/EXTRON/EXCEL/AMP
NOTE: THE DIGITAL AMPLIFIER, MANAGEMENT SOFTWARE & DIGITAL CALL STATION NEED
TO BE OF SAME OEM.