subject: tender enquiry for refurbishment of additional ... for... · cpwd specifications for civil...
TRANSCRIPT
No. 01/17/C-CR/Admn.-2018 October 15, 2018
Subject: Tender Enquiry for Refurbishment of Additional Space in West Block-II
adjacent to the existing office of BEE at West Block-II, R.K. Puram, New Delhi.
Sir/Madam,
The Bureau of Energy Efficiency, a statutory body under Ministry of Power intends to carry
out refurbishment of additional space in West Block-II adjacent to the existing space of BEE in R.K.
Puram, New Delhi.
2. Accordingly, quotations are invited in sealed cover for refurbishment work from
experienced agencies who have completed similar type of work in the past. The interested
parties may visit the office of BEE to inspect and assess the work to familiarize them with
location to formulate their proposals. The pre-bid meeting will be held in West Block-II
Office Conference Room on 24th October, 2018 at 3.00PM.
3. The agency shall be either CPWD/PWD empanelment for similar work or had carried out
similar work in Govt. Deptt./CPSUs (Photocopy of proof should be enclosed).
4. Proof of Annual Turn Over of not less than `50.00 Lakh during the last three Years (2015-
2016, 2016-2017, 2017-2018) (certificate by CA or IT Returns should be enclosed).
5. The bidder has The bidder has to submit Technical Bid in the format given at Annexure-A,
on their official letterhead.
6. The format for providing financial bid, to be given on the letter head of your firm is
enclosed at Annexure-B.
7. The detailed general terms and conditions are enclosed at Annexure-C. The agencies shall
ensure his acceptance of the same.
8. The last date and time of receipt of quotation is 12th November, 2018 at 1600 Hrs.
9. Quotations received after stipulated date and time will not be considered under any
circumstances. The quotations received by the stipulated date and time will be opened by
the Purchase & Works Committee on same day i.e. 12th November, 2018 at 1630 Hrs.
(Braj Mohan)
Manager (Admn.)
Copy to: Consultant (IT) with the request to upload on the BEE’s website and CPP Portal
Annexure-A
General Information
(on Official Letter Head)
01. Full name of the Supplying Agency
02. Complete Address
03. Name of Proprietor/Partners/ Directors
04. Contact Number
05. Commercial Registration Number (attach
proof)
06. PAN Number
(attach copy of PAN Card)
07. GST Number
08. Bank Account Details
09. Details of at least three similar type of work,
each of `20.00 lakh on single order basis,
during last five years in Central/State
Government Ministry/Department/ CPSUs
(Photocopy of proof should be enclosed)
(i)
(ii)
(iii)
10. Proof of Annual Turn Over which is not less
than`50.00 Lakh during the last three Years
(2015-2016, 2016-2017, 2017-2018)
(certificate by CA or IT Returns should be
enclosed).
Amount for:
2015-16: _______________
2016-17: _______________
2017-18: _______________
11. Details of EMD submitted
Declaration:
I/We hereby declare the I/We have read & understood all the terms & conditions mentioned in
the Tender Inviting letter and I/We undertake myself/ourselves to abide by them. I/We further,
declare that all the information given above is true.
I further declare that my/our firm has never been blacklisted/debarred from any tendering process
in the past.
(Signature of Bidder)
Name________________________________
Designation________________________
(Seal)
Annexure-B
(in the letter head of firm)
Tender Enquiry for refurbishment of Additional Space in West Block-II adjacent to the
existing office of BEE at West Block-II, RK Puram, New Delhi
To
The Secretary
Bureau of Energy Efficiency
New Delhi.
1. I/We have read and understood the contents of the Tender and agree to abide by the
terms and conditions of this Tender.
2. I/We also confirm that in the event of my/our tender being accepted, I/We hereby
undertake to furnish applicable EMD as per para 7 of Annexure-C for obtaining the Supply Order.
3. I/We further undertake that none of the Proprietor/Partners/Directors of the firm was or
has been banned/blacklisted/suspended business dealings neither by any Government
Department, nor any criminal case registered against them/the firm. I/We further undertake to
report to Secretary, Bureau of Energy Efficiency immediately, if any such action is taken in future
against the firm/Proprietor/Partners/Directors during the currency of the Contract with you.
4. Financial Bid – for Refurbishment of Additional Space in the existing office of BEE at West
Block-II, R.K. Puram, New Delhi, our lowest rates inclusive of GST are as given below:
S.no Description Make Unit Qty.
(approx.) Rate Amount
(A). DISMANTLING WORK
1
Dismantling of wall including stacking of serviceable material and disposal of unserviceable material from site as per direction of concerned official
a 115mm brick masonry wall sq. m 125
2
Dismantling tile work in floors and including stacking of serviceable material and disposal of unserviceable material from site as per direction of concerned official
a Tiles 10 mm to 25 mm thick sq. m 67.5
3
Dismantling of internal partitions, stacking of serviceable material and disposal of unserviceable material from site as per direction of concerned official
a Wooden partition 50 - 75mm thick sq. m 50
4
Dismantling of window frame and shutter, grill, holdfasts etc. Including stacking of serviceable material and cleaning the debris off the site as per direction of concerned official
a windows (wooden frame) of 4500 x 1200 mm no. 4
5
Dismantling of doorframe and shutter, chowkhats, architrave, holdfasts etc. Including stacking of serviceable material and cleaning the debris off the site as per direction of concerned official
a Doors (wooden) of 1500 x 2400 mm no. 2
b Doors (wooden) of 1200 x 2400 mm no. 4
(B). CIVIL WORK
1 Flooring
a
Providing and laying polished vitrified floor tiles conforming to IS: 15622 of approved make in selected colours and shades, laid on 20mm thick cement mortar 1:4 including grouting the joints with white cement and matching pigments etc. Joint thickness in flooring shall not be more than 1mm. Size of Tile 600mm x 600mm
sq. m 120
b
Providing and fixing 25 mm Second class teak wood planking, tongued and grooved in flooring, including fixing with iron screws complete. Please refer para 11.25 Wooden flooring of CPWD specifications for Civil works 2009 Volume 1.
sq. m 85
2
Brick work Please refer to Relevant Paras for Brick Work of CPWD Specifications Volume I – 2009 Page No.201 to 236
a
Providing and constructing 230 mm thick wall with cement mortar 1:4 (1 cement : 4 coarse sand) with common burnt clay F.P.S. (non modular) bricks of class designation 7.5 in superstructure above plinth level in all shapes and sizes including cost of materials, labour charges, scaffolding and curing.
sq. m 60
3 Finishing
a 15mm cement plaster of mix 1:6 on surface of wall
sq. m 200
b
Providing and applying white cement based putty of 1mm average thickness over plastered surface to prepare the surface even and smooth
sq. m 200
c
Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade: New work (two or more coats) over and including water thin able priming coat with cement primer Please refer para 13.19 18 mm Oil Emulsion (Oil Bound) Washable Distempering of CPWD specifications for Civil works 2009
sq. m 200
4 Windows and Doors
a
4500 x 1200 mm - Providing and fixing Sliding UPVC window with all fitments. The window frame and shutter of UPVC (three track configuration) of approved sections and make. The window shutter shall be provided with double glazing unit toughened glass of approved make and specifications (U-factor <3 W/m
2K) fixed using rubber gasket.
no. 4
b Providing and fixing premium quality fabric blinds of approved make, color/shade and complete operating system
sq. m 35
c
Providing and fixing M.S. grills of required pattern in frames of windows etc. with M.S. flats, square or round bars etc. including priming coat with approved steel primer all complete. Fixed to opening with rawl plugs, screws, welding etc. Painting with synthetic enamel paint (two or more coats) of approved brand and manufacturer to give an even shade
kg 350
d
1050 x 2250 mm - Providing and fixing 38 mm thick solid core flush door shutter of approved make finished with 4mm thick teak veneer on both faces, all teak wood section / teak veneer to be melamine polished as directed. Complete with doorstopper, door closer, mortise lock handles, cylinder and hinges of approved make.
no. 2
e
1500 x 2250 mm - Providing and fixing 38 mm thick solid core flush door shutter of approved make finished with 4mm thick teak veneer on both faces, all teak wood section / teak veneer to be melamine polished as directed. Complete with doorstopper, door closer, mortise lock handles, cylinder and hinges of approved make.
no. 2
f
Providing and Fixing Second class teak wood work in frames of doors 95 x 70 mm with hold fast lugs or with dash fasteners of required dia and length
lin. m 35
5 False ceiling
a
Providing and fixing tiled false ceiling of approved make and material of size 595x595 mm in true horizontal level, suspended on inter locking metal grid of hot dipped galvanized steel sections (galvanized @ 120 grams/ sqm, both side inclusive) consisting of main “T” runner with suitably spaced joints to get required length and of size 24x38 mm made from 0.30 mm thick (minimum) sheet, spaced at 1200 mm center to center and cross “T” of size 24x25 mm made of 0.30 mm thick (minimum) sheet,1200 mm long spaced between main “T” at 600 mm center to center to form a grid of 1200x600 mm and secondary cross “T” of length 600 mm and size 24x25 mm made of 0.30 mm thick (minimum) sheet to be interlocked at middle of the 1200x600 mm panel to form grids of 600x600 mm and wall angle of size 24x24x0.3 mm and laying false ceiling tiles of approved texture in the grid. Including, required cutting/making, opening for services like diffusers, grills, light fittings, fixtures, smoke detectors etc. Main “T” runners to be suspended from ceiling using GI slotted cleats of size 27 x 37 x 25 x 1.6 mm fixed to ceiling with 12.5 mm dia and 50 mm long dash fasteners, 4mm GI adjustable rods with galvanized butterfly level clips of size 85 x 30 x 0.8 mm spaced at 1200 mm center to center along main T, bottom exposed width of 24 mm of all T-sections shall be pre-painted with polyester paint, all complete for all heights as per approved specifications, drawings and as directed by concerned official.
Armstrong sq. m 190
(C). Electrical and communication work
C1 Light and Power Distribution Box
a
Supply, installation, testing and commissioning of sheet metal enclosed double door 160A TPN MCCB (35 KA) for main incomer.(This shall include cable entry boxes both for incoming and outgoing cable) with outgoing 100A TPN 3 Nos MCBs
Schneider/ ABB/ Siemens
Nos 1
b
Supply and installation of sheet metal enclosed single door 8 Way TPN DB, including each phase consisting of 8 Nos. 16 AMP SP MCB’s and controlled by one number 100 mA sensitivity 63 AMPS DP ELCB backed up with one no 63 Amps 4P MCB.
Schneider/ Havelles/ABB/ Siemens
Nos 1
c
Supply and installation of sheet metal enclosed single door 8 Way TPN DB, including each phase consisting of 8 Nos. 25 AMP SP MCB’s connected with tinned Cu Bus bar and controlled by one number 100 mA sensitivity 100 AMPS DP ELCB backed up with one no 100 Amps 4P MCB.
Schneider/ Havelles/ABB/ Siemens
Nos 1
d
Supply and installation of sheet metal enclosed single door 6 Way TPN DB, including each phase consisting of 6 Nos. 32 AMP SP MCB’s connected with tinned Cu Bus bar and controlled by one number 125 Amps 4P MCB.
Schneider/ Havelles/ABB/ Siemens
Nos 1
e
Supply and installation of sheet metal enclosed double door 8 way TPN DB,including each phase consisting of 8 Nos. 16 AMP SP MCB’s and controlled with one no 63 Amps 4P MCB as main incomer.( for UPS Power) [ All MCCB in UPS Distribution Panel Shall be TP + Neutral 200% of rated currrent with isolation link. There shall be one hole for each cable termination in the busbar link for both phase and neutral.]
Schneider/ Havelles/ABB/ Siemens
Nos 1
f
Supply, installation, testing and commissioning of sheet metal enclosed 63 A TPN MCCB (35 KA) for 10 KVA UPS.(This shall include cable entry boxes both for incoming and outgoing cable)
Schneider/ Havelles/ABB/ Siemens
Nos 1
C2 Wiring Light, UPS and Power
1
Supply, Fixing, testing and commissioning of wiring in looping system with copper PVC cable 250/440 volt grade of size as mentioned of approved quality Wiring to a power plug point as , with 3x4 sq mm including supplying and fitting 5/15 amp, 6 pin socket controlled by 16 Amp switch with continuos earth wire of size 4 mm2 to a power plug point complete as per following BOQ
Lot 1
a 3 Pin socket with shutter - 2M 6-16A 240V AC (6 Pin)
Havells/Anchor/Philips
Nos 42
b Switch with indicator 1M – 1way 16AX 240V AC Havells/Anchor/Philips
Nos 42
c 3 module plate with cover frame Havells/Anchor/Philips
Nos 42
d 3 Module Surface mounted PVC gangue box Havells/Anchor/Philips
Nos 42
e Copper PVC cable 250/440 volt grade of size 4 mm2 in mtrs
Havells/Polycab/Finolex
mtrs 650
Cu Earth wire Single Strand size 1.5 mm2 mtrs 100
g PVC Flexible Conduit size 1" Standard Make mtrs 550
2
Supply, Fixing, testing and commissioning of wiring in looping system with copper PVC cable 250/440 volt grade of size as mentioned of approved quality Wiring to a power plug point and Lighting fixture as , with 4 sq mm and 1.5 sq mm including supplying and fitting 6 amp, 5 pin socket controlled by 6 Amp switch with continuous earth wire of size 1.5 mm2 to a power plug point/luminaire complete as per following BOQ
Lot 1
a Recessed Mounting luminaire, 28W, Efficacy>100 lm/W, Colour Temp: 6500K, CRI>80, 600x600mm, LED Panel
Philips/ Havells/Osram
Nos 38
b Switch 1M – 1way 6AX 240V AC Havells/Anchor/Philips
Nos 40
c 2/3 Pin socket with shutter -2M 6A 240V AC (5 pin)
Havells/Anchor/Philips
Nos 4
d PVC box alongwith modular base & cover plate for modular switches in recess etc. as required. 8 module
Havells/Anchor/Philips
Nos 5
e Copper PVC cable 250/440 volt grade of size 4 mm2 in mtrs
Havells/Polycab/Finolex
mtrs 20
f Copper PVC cable 250/440 volt grade of size 1.5 mm2 in mtrs
Havells/Polycab/Finolex
mtrs 150
g Cu Earth wire Single Strand size 1.5 mm2 mtrs 20
h PVC Flexible Conduit size 0.5" Standard Make mtrs 100
i PVC Flexible Conduit size 1" Standard Make mtrs 20
j Circular/Hexagonal GI Box 2"x2" for fixture wiring Standard Make Nos 40
3
Supply, Fixing, testing and commissioning of UPS power Wiring in looping system with copper PVC cable 250/440 volt grade of size as mentioned of approved quality Wiring to a power plug point as , with 4 sq mm including supplying and fitting 6 amp, 5 pin socket controlled by 6 Amp switch fitted in 8 way modular box (3 Socket controlled by single Switch) with continuos earth Cu wire of size 4 mm2 to a power plug point complete as per following BOQ
Lot 1
a 2/3 Pin socket with shutter -2M 6A 240V AC (5 pin)
Havells/Anchor/Philips
Nos 111
b Switch with indicator 1M – 1way 6AX 240V AC Havells/Anchor/Philips
Nos 49
c 8 module horizontal plate with cover frame Havells/Anchor/Philips
Nos 33
d 8 module Surface mounted PVC Gangue box Havells/Anchor/Philips
Nos 33
e Copper PVC cable 250/440 volt grade of size 4 mm2 in mtrs
Havells/Polycab/Finolex
mtrs 400
f Cu Earth wire Single Strand size 1.5 mm2 mtrs 100
g PVC Flexible Conduit size 1" Standard Make mtrs 100
A3
Air Conditioning electrical System:
Supply, Fixing, testing and commissioning of Air Conditioning System. Outer cabinet, Drain Pan/pipe mechanism, insulation and pipe connectiona shall be ass per manufacturer specification. All piping inside the room shall be concealed and suppoted with MS hanger. Including MS stand for outdoor unit mounting
a Split Inverter AC, 5 Star, 2 Ton Ogeneral/ Diakin/Hitachi
Nos 4
b Split Inverter AC, 5 Star, 1.5 Ton Ogeneral/ Diakin/Hitachi
Nos 4
c Casstte Invrter AC, 5 Star 1.0 Ton Ogeneral/ Diakin/Hitachi
Nos 3
d Automatic Voltage Stabilizer for Air conditioner, 5 kVA, Cu Coil
Luminous/V-Guard Nos 4
e Automatic Voltage Stabilizer for Air conditioner, 5 kVA, Cu Coil
Luminous/V-Guard Nos 4
f Automatic Voltage Stabilizer for Air conditioner, 3 kVA, Cu Coil
Luminous/V-Guard Nos 3
g Copper PVC cable 250/440 volt grade of size 4 mm2 in mtrs
Havells/Polycab/Finolex
mtrs 200
h Cu Earth wire Single Strand size 1.5 mm2 mtrs 100
i 32 AMP SP MCB Type C 8
j 16 AMP SP MCB Type C 3
k PVC box alongwith modular base & cover plate for modular switches 3 Module
8
A3 Communication
1
Ethernet Wiring with CAT 6 LAN cable of approved quality. Wiring from Server Room to a RJ45 Socket along with 3 mtrs length of Cable connector with RJ 45 jack in both the end of cable, complete as per following BOQ
Lot 1
a CAT 6 Ethernet Cable in mtrs D-Link mtrs 1000
b RJ45 Connector Havells/Anchor/Philips
Nos 48
c Single RJ45 Ethernet Socket with Shutter CAT 6 Receptacle, 1 Module
Havells/Anchor/Philips
Nos 24
d PVC Trunking (casing capping) ISI mark, 1.2 mm thick, minimum 20 mm width with screw for Communication wire
Standard Make mtrs 20
2 Telephone Wiring with 1 pair cable of approved quality. Wiring from Server Room to a RJ11 Socket complete as per following BOQ
Lot 1
a Single RJ 11 Telephone Socket with Shutter 1Module
Havells/Anchor/Philips
Nos 24
b 0.5 mm 1 Pair Telephone Cable Finolex/Delton mtrs 350
Total Amount
GST Charges
Sub-total
5. The rates quoted at para 4 above are valid for 60 days from last date of submission of bids.
(Signature of Bidder)
Name______________________________
Designation__________________________
New Delhi
Date_______________
Annexure-C
Terms and Conditions for Refurbishment of Additional Space in West Block-II adjacent to
the existing office of BEE at West BlockII, R.K. Puram, New Delhi.
1. Description of Works: Refurbishment of Additional Space adjacent to the existing
office of BEE at West BlockII, R.K. Puram, New Delhi.
2. Manner of depositing the Bids: (a) The bidder has to submit complete proposal in the
form annexed as Annexure-A & B for Technical and Financial Bids separately in sealed covers. The
Financial Bids will only be opened of bidders who are evaluated as competent to take up the work
by the Committee on the basis of details furnished in Technical Bid (Annexure-A).
(b) Details of refurbishment works with specifications placed at Annexure-B. A pre-bid meeting
will be held on 24th October, 2018 at 3.00PM in the Conference Room of West Block Office. The
prospective bidders are requested to attend the same to inspect and assess the work and to
familiarise them with the locations of the work to assist in framing their bids.
(C) No change in the amount of bid shall be permitted after submission of the bids. All the
documents shall be duly signed and stamped by authorized person of supplier.
(d) Sealed Bids should be either dropped in the Tender/Letter Box placed at Reception of Sewa
Bhawan building or sent by registered post at the address of Bureau on or before by 1600 Hrs. on
12th November, 2018. Late tenders will not be considered. No responsibility will be taken for
postal delay or non-delivery/non-receipt of Bid documents. Unsealed bids sent by FAX or e-mail,
will not be considered.
3. Bidders are advised to visit the BEE to assess the required work and familiarize themselves
with the local conditions. The Bidders may, accordingly, quote their rates for the required work.
The rates quoted should be inclusive of GST.
4. Specifications: Refurbishment works shall strictly conform to the specifications as per
Annexure-B. An officer of the Bureau is authorized by Competent Authority will supervise the
works to ensure that work is carried out as per the terms mentioned.
5. Time and date for opening of Bids: (a) The bids will be opened on 12th November,
2018 at 1630 Hrs. If due to any exigency, the due date for opening of the Bids is declared a closed
holiday, the Bids will be opened on the next working day at the same time or on any other
day/time, as intimated by the Bureau. The Bidders may depute their representatives, duly
authorized in writing, to attend the opening of Bids on the due date and time.
(b) The Technical Bids will be opened first and evaluated by the Committee for decision as to
whether the bidder is competent to take up the work. The Financial Bids will be opened only of the
bidders which are considered as competent by the Committee.
(c) Only the total amount exclusive of GST and important commercial/technical clauses
quoted Rates and important commercial/technical clauses quoted by all Bidders will be read out in
the presence of the representatives of all the Bidders. This event will not be postponed due to
non-presence of representative.
6. Rejection of Bids: Canvassing by the Bidder in any form, unsolicited letter and post-tender
correction, unsigned bids shall be summarily rejected and may lead to forfeiture of EMD.
Conditional tenders will be rejected.
7. Selection procedure
7.1 EVALUATION OF BID
i). PRE-QUALIFIYING CRITERIA - Evaluation and comparison of bids will be
done as per supporting documents as proof of pre-qualifying criteria. The
Bureau will examine the bids to determine whether they are complete,
whether any computational errors have been made, whether required
sureties have been furnished, whether the documents have been properly
signed and whether the bids are generally in order qualifying to which bids
shall be summarily rejected.
ii). PRICE EVALUATION CRITERIA - (i) Bidder should quote their rates/prices in
Indian Rupees only which shall be inclusive of all applicable taxes, duties,
levies, insurance, transportation etc., applicable for entire scope of work of
this tender document.
(iii) Bids shall be evaluated on the basis of the total evaluated value as per the
quoted rates for the services mentioned in Scope of Work. The total
evaluated price as per the evaluation methodology mentioned as under at
Annexure – B of tender document and the other details mentioned therein
will be the basis for the evaluation purposes and for arriving at inter-se
ranking of the various bidder of the tender.
(iv) Bid shall be evaluated by the committee set-up by Competent Authority
(DG, BEE) on the basis of Total Cost of combined work as a whole and not
on item rate basis. The bidder shall take care to avoid any calculation
mistakes to avoid future disputes. The complete value of the work including
of all taxes as mentioned by bidder in Annexure-B shall be taken as final.
7.2 AWARD CRITERIA - BEE purchaser will award the contract to the successful bidder whose
bid has been determined to be in full conformity to the bid documents and has been determined
as the lowest evaluated bid by the committee constituted by DG, BEE.
8. Validity of Bids: The prices quoted in the Bids should remain valid for 60 days from the
last date of submission of the Bids.
9. Earnest Money Deposit: Bidders are required to submit Earnest Money Deposit (EMD) for
an amount of `30,000/- along with their bids. However, firms registered with MSME/NSIC are
exempted from depositing EMD as per the provisions of GFR 181 .The EMD may be submitted in
the form of an Account Payee Demand Draft in favour of “Bureau of Energy Efficiency” payable at
New Delhi from any of the public sector banks. EMD of the unsuccessful bidders will be returned
to them at the earliest latest on or before the 30th day after the award of the contract. The Bid
Security of the successful bidder would be returned, without any interest whatsoever, after the
successful completion of refurbishment works. Quotation without earnest money will be rejected
as non-participative.
10. GST and Duties: Price shall be inclusive of cost of product, GST, duties, labour charges,
levies and all cartage charges. No escalation whatsoever shall be payable. The bidder/supplier will
be entirely responsible for all charges and levies payable by him to the respective authorities.
11. Warranty/Guarantee: The period of Warranty/Guarantee of the renovation works shall be
clearly specified. The Warranty/ Guarantee will commence from the date of final handing over of
the premises after successful completion of work to the satisfaction of Bureau.
12. Terms of Work Order:
(a) The work order will have to the successful bidder on submission of Performance
Security Deposit which shall be 5% of the total cost of the work allotted. The same
shall be submitted in the form of the Account Payee Demand Draft/Banker’s
Cheque in favour of “Bureau of Energy Efficiency” payable at New Delhi from any of
the public sector banks.
(b) The successful bidder will have to complete the refurbishment/renovation works as
indicated at Annexure-A within 45 days from the date of conclusion of the contract
or signing of Work Order unless the period is extended by mutual agreement.
(c) The Materiel used in the renovation works must be in brand new condition.
Old/damaged Material will be returned and vendor has to replace such material on
his own expanses.
13. Liquidated Damages: The renovation works mentioned at Annexure-B shall be completed
within the time schedule as given at para 11(a) to be calculated from the date of supply order/
award letter failing which the contractor shall be liable to pay liquidated damages as
compensation for an amount equal to 0.25 % or such smaller amount as the Bureau may decide on
the said bid price of the whole work for every day’s delay but not exceeding 10% on the total value
of the order.
14. Payment terms:
(a) No advance payment will be made.
(b) The invoice shall be raised in favour of The Secretary, Bureau of Energy Efficiency.
(c) Payment will be released through online after successful completion of renovation
works of Conference Room & Visitor Room at BEE’s 4th Floor of Sewa Bhawan
building.
(d) Payment shall not be more than the contracted value as given in the award letter.
15. Termination of Contract: The BEE shall have the right to terminate this Contract in part or
in full in any of the following cases, if:-
(a) The work is delayed for causes not attributable to natural calamity for more than 15
days after the scheduled date of Work Order.
(b) The bidder is declared bankrupt or becomes insolvent.
(c) For any other reasons which is in the opinion of Bureau warrants cancellation of
contract award.
16. Indemnity Bond: The Contractor shall indemnify BEE from:
(a) Any third party claims, civil or criminal complaints /liabilities, site mishaps, fire
hazards & other accidents including death of any person/s or dispute and /or
damages occurring, or arising out of any mishaps at site due to his/his
employee/representative fault or negligence.
(b) All claims, demands, actions, proceedings, losses, damages, liabilities, cost, charges,
expenses or obligations that are occasioned to or may occasion to you as a result of
non-payment of any statutory dues levied/Taxes e.g. leviable on the Contractor or
the Contractor committing breach of any of the rules, regulations, orders, directives,
instructions that may be issued by any authority under the Central
Government/State Govt. or any statute or law for the time being in force.
(c) Any damages, loss, death or expenses due to or resulting from any negligence or
breach of duty on his/his employee/representative part.
17. The sealed proposal should be super scribed “Quotations for Refurbishment of additional
space in the West Block-II adjacent to the existing office of BEE at West Block-II building” on the
envelope and submitted to the following address:-
The Secretary,
Bureau of Energy Efficiency
Govt. of India, Ministry of Power
4th Floor, Sewa Bhawan, R.K. Puram
New Delhi-110066
18. BEE Reserve the right to accept or reject any/all proposal without assigning any reason or
incurring any liability whatsoever.
(Braj Mohan)
Manager (Admn.)
Copy to: Consultant (IT) with the request to upload on the BEE’s website and CPP Portal