Vous êtes sur la page 1sur 54

1

INDEX FOR e-TENDERING

Name of work: Providing & installation of 2x3000 LPH RO plant and water supply
pump set in Pocket-B campus at ABVIIITM Gwalior.

S. No. Description Page Nos.

Press Note
1 02
Part- I - Information & Instructions for contractors for e-
2 tendering 03 - 09

3 Notice Inviting Tender (CPWD 6 for e-tendering) 10 - 13

Integrity Pact & Bank Guarantee Bond


4 14 - 22
Tender & Contract (CPWD-8 )
5 23 - 30
6 Additional Terms & conditions & Un-price Bid with Makes
31 - 45
Part – II - Schedule of works ( Price Bid)
7 46 - 54

Certified that this bid documents contains pages 01-54 (One to Fifty Four)
excluding front and back cover page.

Checked By

Assistant Engineer (E)P


GCED,CPWD,Gwalior

This NIT is approved for Rs. 2692155/- (Twenty Six Lcs. Ninety Two Thousand One
Hundred Fifty Five Only)

NIT No. 17/EE(E)/GCED/2018-19 (Recall)

Executive Engineer (E)


GCED, CPWD,Gwalior

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


2

CPWD ds-yks-fu-
fu-fo-
fo-

NOTICE INVITING e-TENDER

Executive Engineer (Electrical), Gwalior Central Electrical Division, CPWD, Gwalior on behalf of
President of India reinvites percentage rate online tenders from specialized firms in two bid system
i.e. pre-qualification cum technical bid & price bid for the following work who full fill the P.Q.
Criteria.:

NIT No. 17/EE(E)/GCED/2018-19 (Recall) Name of Work: Providing & installation of 2x3000
LPH RO plant and water supply pump set in Pocket-B campus at ABVIIITM Gwalior. Estimated
Cost: Rs.2692155/-, Earnest Money: Rs.53843/- and Completion Period: 02 Months., Last date &
time of submission of pre-qualification cum technical bid & price bid 29-08-2018 up to 3.00 PM

The tender forms & other details can be obtained from the website www.tenderwizard.com/CPWD
or www.eprocure.gov.in

Not to be printed_________________________________________________________

Executive Engineer (E)


GCED,CPWD,Gwalior

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


3

PART - I

PRE-QUALIFICATION
Cum TECHNICAL BID

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


4

INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-


TENDERING FORMING PART OF NIT AND TO BE POSTED ON WEBSITE
E -Tender Notice
NIT No. 17/EE(E)/GCED/2018-19 (Recall)
The Executive Engineer (E), GCED, CPWD, 35-City Centre, Gwalior (Tel. no. 0751-2231199)/ on
behalf of President of India reinvites percentage rate on-line tenders from specialized firms in two
bid system i.e. pre-qualification cum technical bid & price bid for the following work who fulfill
the PQ criteria.

Sl. NIT Name of Estimat Earnest Period of Period of Period during Time &
No. work & ed cost Money Compl- submission which e-tender date of
Location put to etion /uploading processing fees opening
tender of & certified of tender
eligibility copies of all
and the scaned and
financial uploaded
bids documents as
specified shall
have to be
submitted by
the lowest
bidder only.

1 2 3 | 4 5 6 7 8 9
1 With in a
week of Up to
Providing & installation up to opening of 03:30 PM
17/EE(E)/GCED/2018-

of 2x3000 LPH RO 3.00 PM financial on


2692155/-

plant and water supply bid


02 on
53843/-

pump set in Pocket-B physically 30-08-18


Months 29-08-18
campus at ABVIIITM
in the office
Gwalior.
of tender
19(Recall)

opening
authority.

1. Contractors/ Specialized Firms who fulfill the following PQ Criteria shall be eligible
for the work.

Conditions for specialized agencies.

(A) Specialized Agencies having experience of similar nature work as shown


below and they should have documentary proof of having successfully
completed works of similar nature during last seven years ending previous
day of last date of submission of bids in of following amount.

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


5

i. One similar completed works each of value not less than 80% of EC.
OR
ii. Two similar completed works each of value not less than 60% of EC.
OR
iii. Three similar completed works each of value not less than 40% of EC.

Similar works means work of: “SITC of R/O centralized plant for drinking water”.

The value of executed works shall be brought to current costing level by enhancing the
actual value of work at simple rate of interest @7% per annum, calculated from the date of
completion of work to previous date of last date of submission of tender.

i) The specialized agencies should upload documentary proof as mentioned above. The
completion certificates clearly indicate (a) the date of completion of work (b) completed
value of work. The completion certificate should be signed by an officer not below the rank
of Executive Engineer.

ii) The applications uploaded by the firms without enclosing all the above prescribed
documents shall not be considered for evaluating their eligibility criteria.

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 bidders posted on website shall form part of bid document.

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 and downloaded from website
www.tenderwizard.com/CPWD or www.cpwd.gov.in or www.eprocure.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 Demand Draft or Pay Order or banker’s cheque or deposit
at call receipt of Fixed Deposit receipts and Bank Guarantee of any scheduled Bank
towards EMD in favour of Executive Engineer as mentioned in NIT, receipt for
deposition of original EMD to division office of any Executive Engineer (including
NIT issuing EE/AE), CPWD and other documents as specified.

5. Those contractor not registered on the website mentioned above, are required to get
themselves registered beforehand. If needed they can be imparted training on online tendering
process as per the details available on the website. The intending bidder must have valid
Class III Digital Signature certificate to submit the bid.

6. The intended 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.

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


6

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

9. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker`s
Cheque or Deposit at Call Receipt or FDR (drawn in favour of
Executive Engineer , GCD, CPWD, Gwalior.) along with bank guarantee of any Scheduled
Bank shall be scanned and uploaded to the e-tendering website within the period of bid
submission. The original EMD should be deposited either in the office of Executive
Engineer inviting bids or division office of any Executive Engineer, CPWD within the
period of bid submission. The EMD receiving Executive Engineer(including NIT
issuing EE/AE) 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.
This receipt shall also be uploaded to the e-tendering website by the intending bidder
upto the specified bid submission date and time.

(a) A part of earnest money is acceptable in the form of bank guarantee also. In such case,
Minimum 50% of earnest money or Rs. 20 lakh, whichever is less, shall have to be
deposited in shape prescribed above, and balance may be deposited in shape of Bank
Guarantee of any Scheduled Bank having validity for six months or more from the
last date of receipt of bids which is to be scanned and uploaded by the intending
bidders.
(b) The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD shall
have to deposit tender processing fee at existing rates, or they have option to switch
over to the new registration system without tender processing fee any time.

Copy of work experience and other documents as specified in the press notice shall be
scanned and uploaded to the e-tendering website within the period of bid submission.
However, certified copy of all the scanned and uploaded documents as specified in
press notice shall have to be submitted by the lowest bidder only within a week
physically in the office of tender opening authority.

Online bid documents submitted by intending bidders shall be opened only of those
bidders, whose EMD deposited with any division office of CPWD and other documents
scanned and uploaded are found in order.

The bid submitted shall be opened at 03.30 PM on 30-08-2018

(10) The bid submitted shall become invalid if:


i) The bidder is found ineligible.
ii) The bidder does not deposit original EMD with division office of any Executive
engineer, CPWD.
iii) The bidder does not upload all the documents (including GST registration) as stipulated
in the bid document including the copy of receipt for deposition of original EMD.
iv) if any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted Physically by the lowest tenderer in the
office of tender opening authority.
v) 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.
vi) In the event of tender being submitted by a firm, it must be signed separately by each
partner thereof or in the event of the absence of any partner, it must be signed on his

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


7

behalf by a person holding a power of attorney authorizing him to do so, such power of
attorney to be produced with the tender, and it must disclose that the firm is duly
registered under the Indian Partnership Act 1932.

(11) The department reserves the right to reject any prospective application without assigning
any reason and to restrict the list of qualified contractors to any number deemed suitable by
it, if too many tenders are received satisfying the laid down criterion.
(12) Contractor must ensure to quote rate of each item. The column 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 “O”.
Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item
shall be treated as “O” (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.
(13) Procedure for dealing with ambiguities in rates:-
(i) In item rate tender, intending bidder can quote his rates in figures only, amount of each
item and total is generated automatically.
(ii) In percentage rate tender, the tendered percentage quoted in figures shall be taken as
correct.
(iii) In lump sum tenders the amount quoted in figures shall be taken as correct.

(14) Information and instruction for Executive Engineer for e-tendering


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

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

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


8

Receipt of deposition of original EMD (Receipt No…………… date…………..)

Name of work NIT No. Estimated Cost Amount of Last date of


Earnest money submission of
Deposit bid.

Providing &
installation of
2x3000 LPH RO
plant and water 17/EE(E)/GCED/18-19
supply pump set in (Recall) Rs. 2692155/- Rs. 53843/- 29-08-2018
Pocket-B campus
at ABVIIITM
Gwalior.
(*To be filled by EE at the time of issue of NIT and uploaded alongwith NIT)

Name of contractor Form of EMD Amount of Earnest Date of submission of


money Deposit EMD

(#To be filled by EMD receiving EE or NIT issuing EE/AE as the case may be)

Signature, Name and Designation of EMD


Receiving officer (EE/AE(P)/AE/AAO)
Alongwith Office stamp

3. The Executive Engineer receiving EMD in original form shall examine the
EMD deposited by the bidder and shall issue a receipt of deposition of earnest
money to the agency in a given format uploaded by tender inviting EE. The
receipt can also be issued by the AE(P)/AE/AAO.
4. The Executive Engineer receiving original EMD shall also intimate tender
inviting Executive Engineer about deposition of EMD by the agency by
email/fax/ telephonically.
5. The original EMD receiving Executive Engineer shall release the EMD after
verification from the e-tendering portal website (www.tenderwizard.com)
˃tender free view˃advance search˃ awarded tenders) that the particular
contractor is not L-1 tenderer and work is awarded.
6. The tender inviting Executive Engineer will call for original EMD of the L-1
tenderer from EMD receiving Executive Engineer immediately.

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


9

List of Documents to be scanned and uploaded within the period of tender submission.

1. Treasury Challan / Demand Draft / Pay Order or Banker’s Cheque / Deposit at Call
Receipt/FDR/ Bank Guarantee of any Scheduled Bank against EMD (as per rule).
2. Copy of receipt for deposition of original EMD issued from division office of any
Executive Engineer, CPWD.( The EMD document shall be issued from the place in which
the office of receiving division office is situated)}.
3. Certificate of GST Registration and acknowledgement of upto date filed return if required,
duly self attested.
4. Certificate of work experience (duly self attested) issued from the Office of the rank not
less than Executive Engineer or equivalent.
5. Affidavit as per provisions of clause 1.3 of CPWD-6.
6. Bidder should submit a certificate from OEM authorizing firm (Bidder) to quote OEM
product.
7. Bidder shall also submit the certificate from OEM mentioning the continuous supply of
spare parts for repairing of faulty modules over a minimum period of 5 years from the
date of supply of the equipments.
8. Any other documents as specified in the press notice.

Executive Engineer (E)


GCED,CPWD,Gwalior

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


10

CPWD- 6 For e –Tendering


1. The Executive Engineer (E), GCED, CPWD, 35-City Centre, Gwalior (Tel. no. 0751-
2231199)/ on behalf of President of India invites percentage rate on-line tenders from
specialized firms in two bid system i.e. pre-qualification cum technical bid & price bid for
the following work who fulfill the PQ criteria:

Providing & installation of 2x3000 LPH RO plant and water supply pump set in
Pocket-B campus at ABVIIITM Gwalior.

The enlistment of the contractors should be valid on the last date of submission of bids.

In case only the last date of sale of tender is extended, the enlistment of contractor should
be valid on the original date of submission of bids.

1.1 The work is estimated to cost Rs. 2692155/- This estimate, however, is given merely as a
rough guide.

1.2 Intending bidder is eligible to submit the bid provided he fulfill the criteria eligibility for
issue of tender documents.
1.3 To become eligible for issue of tender, the firm/ agency shall have to furnish an affidavit as
under:
“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”.
(Scanned copy to be uploaded at the time of submission of bid).

2. Agreement shall be drawn with the successful bidder on prescribed Form No. CPWD 8
modified /amended upto last date of receipt of tender which is available as a Govt. of India
Publication and also available on website www.cpwd.gov.in Bidder 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.

4. The site for the work is available: Yes

5. The bid documents 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 2014 modified / amended upto last date of receipt of tender can be seen
from website www.tenderwizard.com/CPWD and 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.

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


11

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 tenders 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 tender submitted earlier shall become invalid.

9. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker`s
Cheque or Deposit at Call Receipt or FDR (drawn in favour of
Executive Engineer , GCD, CPWD, Gwalior.) along with bank guarantee of any Scheduled
Bank shall be scanned and uploaded to the e-tendering website within the period of tender
submission. The original EMD should be deposited either in the office of Executive
Engineer inviting bids or division office of any Executive Engineer, CPWD within the
period of bid submission. The EMD receiving Executive Engineer (including NIT
issuing EE/AE) 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.
This receipt shall also be uploaded to the e-tendering website by the intending bidder
upto the specified bid submission date and time.

(a) A part of earnest money is acceptable in the form of bank guarantee also. In such case,
Minimum 50% of earnest money or Rs. 20 lakh, whichever is less, shall have to be
deposited in shape prescribed above, and balance may be deposited in shape of Bank
Guarantee of any Scheduled Bank having validity for six months or more from the
last date of receipt of bids which is to be scanned and uploaded by the intending
bidders.

(b) The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD shall
have to deposit tender processing fee at existing rates, or they have option to switch
over to the new registration system without tender processing fee any time.

Copy of work experience and other documents as specified in the press notice shall be
scanned and uploaded to the e-tendering website within the period of bid submission.
However, certified copy of all the scanned and uploaded documents as specified in
press notice shall have to be submitted by the lowest bidder only within a week
physically in the office of tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of those
bidders, whose EMD deposited with any division office of CPWD and other documents
scanned and uploaded are found in order.
The bid submitted shall be opened at 03.30 PM on 30-08-2018

10. The bid submitted shall become invalid if:


i) The bidder is found ineligible.
ii) The bidder does not deposit original EMD with division office of any Executive
engineer, CPWD.
iii) The bidder does not upload all the documents (including GST registration) as stipulated
in the bid document including the copy of receipt for deposition of original EMD.
iv) if any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted Physically by the lowest bidder in the
office of tender opening authority.

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


12

v) 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.
vi) In the event of tender being submitted by a firm, it must be signed separately by each
partner thereof or in the event of the absence of any partner, it must be signed on his
behalf by a person holding a power of attorney authorizing him to do so, such power of
attorney to be produced with the tender, and it must disclose that the firm is duly
registered under the Indian Partnership Act 1932.

11. The contractor whose bid 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 Rs. 10000/-) or
Deposit at Call receipt of any scheduled bank/Banker’s cheque of any scheduled
bank/Demand Draft of any scheduled bank/Pay order of any scheduled bank (in case
guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit
Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in
accordance with the prescribed form. In case the contractor fails to deposit the said
performance guarantee within the Period as indicated in Schedule ‘F’. including the
extended period if any, the Earnest Money deposited by the contractor shall be forfeited
automatically without any notice to the contractor. The earnest money deposited
alongwith 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 and programme chart
( time and progress ) within the period specified in Schedule F.

12. Intending Tenderness 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 tendered 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 tendered 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 tendered implies that he has read this
notice and all other contract documents and has made himself aware of the scope and
specifications of the work to be done and of conditions and rates at which stores, tools and
plant, etc. will be issued to him by the Government and local conditions and other factors
having a bearing on the execution of the work.

13. The competent authority on behalf of the President of India does not bind itself to accept
the lowest or any other 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 tendered shall be summarily rejected.
14. Canvassing whether directly or indirectly, in connection with tenderness is strictly
prohibited and the tenders submitted by the contractors who resort to canvassing will be
liable to rejection.

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


13

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 tendered shall be bound to perform the
same at the rate quoted.

16. The agency 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 gazette rank or other Gazette 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 10/15/30/45/60 days
from the date of opening of bids if any tendered 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
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 tendered shall not be allowed to
participate in the reentering process of the work.

This notice inviting Tender shall form a part of the contract document. The successful firm/
agency, 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 8 amended / modified upto last date of receipt of tender.

20. In case any discrepancy is noticed between the documents as uploaded at the time of
submission of the bid online and hard copies as submitted physically in the office of
Executive Engineer (E), Gwalior Central Electrical Division, CPWD, Gwalior then the bid
submitted shall become invalid and 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 firm/ agency shall not be allowed to participate in the re-tendering process of the work.

Executive Engineer (E)


GCED,CPWD,Gwalior

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


14

INTEGRITY PACT
To,

Sub: NIT No. 17/EE(E)/GCED/2018-19(Recall)….for the work ………………

Providing & installation of 2x3000 LPH RO plant and water supply pump set in Pocket-B
campus at ABVIIITM Gwalior.

Dear Sir,

It is here by declared that CPWD is committed to follow the principle of transparency,


equity and competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that the Bidder will sign the integrity Agreement, which is an integral part of
tender / bid documents, failing which the tenderer / bidder will stand disqualified from the
tendering process and the bid of the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing
of the same shall be deemed as acceptance and signing of the Integrity Agreement on
behalf of the CPWD.

Yours faithfully,

Executive Engineer (E)

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


15

To,

Executive Engineer (E),

Gwalior Central Elect. Division,

Central P.W.D., Gwalior

Sub: Submission of Tender for the work of .. “ Providing & installation of 2x3000 LPH
RO plant and water supply pump set in Pocket-B campus at ABVIIITM Gwalior. ”

Dear Sir,

I / We acknowledge that CPWD is committed to follow the principles thereof as


enumerated in the Integrity Agreement enclosed with the tender/bid document.

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

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

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

Yours faithfully

(Duly authorized signatory of the Bidder)

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


16

To be signed by the bidder and same signatory competent / 16rected16le to


sign the relevant contract on behalf of CPWD.

INTEGRITY AGREEMENT

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

........................................................................................

BETWEEN

President of India represented through Executive Engineer, ........................................................ ,


(Name of
Division)
CPWD, .................................................................................... , (Hereinafter referred as the
(Address of Division)
‘Principal / Owner’, which expression shall unless repugnant to the meaning or context
hereof include its successors and permitted assigns)

AND

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


through .................................................................................(hereinafter referred to as the
(Details of duly authorized signatory)
“Bidder/Contractor” and which expression shall unless repugnant to the meaning or
context hereof include its successors and permitted assigns)

Preamble

WHEREAS the Principal /Owner has floated the Tender (NIT No.
................................... ) (hereinafter referred to as “Tender/Bid”) and intends to
award, under laid down organizational procedure, contract for

(Name of work)
hereinafter referred to as the “Contract”.

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

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into
this Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


17

and conditions of which shall also be read as integral part and parcel of the Tender/Bid
documents and Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the


parties hereby agree as follows and this Pact witnesses as under:

Article 1: Commitment of the Principal / Owner

1) The Principal/Owner commits itself to take all measures necessary to


prevent corruption and to observe the following principles:

(a) No employee of the Principal/Owner, personally or through any of his/her


family members, will in connection with the Tender, or the execution of the
Contract, demand, take a promise for or accept, for self or third person, any
material or immaterial benefit which the person is not legally entitled to.

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

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

2) If the Principal/Owner obtains information on the conduct of any of its employees


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

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


1) It is required that each Bidder / Contractor (including their respective officers,
employees and agents) adhere to the highest ethical standards, and report to the
Government / Department all suspected acts of fraud or corruption or Coercion
or Collusion of which it has knowledge or becomes aware, during the
tendering process and throughout the negotiation or award of a contract.
2) The Bidder(s) / Contractor(s) commit himself to take all measures
necessary to prevent corruption. He commits himself to observe the following
principles during his participation in the Tender process and during the Contract
execution:

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


18

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

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

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

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

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

3) The Bidder(s) / Contractor(s) will not instigate third persons to commit


offences outlined above or be an accessory to such offences.

4) The Bidder(s) / Contractor(s) will not, directly or through any other person or firm
indulge in fraudulent practice means a willful misrepresentation or omission of facts or
submission of fake / forged documents in order to induce public official to act
in reliance thereof, with the purpose of obtaining unjust advantage by or
causing damage to justified interest of others and/or to influence the procurement
process to the detriment of the Government interests.

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


19

5) The Bidder(s) / Contractor(s) will not, directly or through any other person
or firm use Coercive Practices (means the act of obtaining something, compelling an
action or influencing a decision through intimidation, threat or the use of force
directly or indirectly, where potential or actual injury may befall upon a person, his
/ her reputation or property to influence their participation in the tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under
law or the Contract or its established policies and laid down procedures, the Principal /
Owner shall have the following rights in case of breach of this Integrity Pact by the
Bidder(s)/Contractor(s) and the Bidder / Contractor accepts and undertakes to respect
and uphold the Principal / Owner’s absolute right:
1) If the Bidder (s) / Contractor(s), either before award or during execution of
Contract has committed a transgression through a violation of Article 2 above or in
any other form, such as to put his reliability or credibility in question, the
Principal/Owner after giving 14 days notice to the contractor shall have powers to
disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate /
determine the Contract, if already executed or exclude the Bidder/Contractor from
future contract award processes. The imposition and duration of the exclusion will be
determined by the severity of transgression and determined by the Principal
/ Owner. Such exclusion may be forever or for a limited period as decided
by the Principal/Owner.

2) Forfeiture of EMD / Performance Guarantee / Security Deposit:


If the Principal/Owner has disqualified the Bidder(s) from the Tender process
prior to the award of the Contract or terminated/determined the Contract or has
accrued the right to terminate/determine the Contract according to Article 3(1), the
Principal/Owner apart from exercising any legal rights that may have accrued to
the Principal/Owner, may in its considered opinion forfeit the entire amount of
Earnest Money Deposit, Performance Guarantee and Security Deposit of the Bidder
/ Contractor.
3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a
Bidder or Contractor, or of an employee or a representative or an associate of a
Bidder or Contractor which constitutes corruption within the meaning of Indian
Penal code (IPC)/Prevention of Corruption Act, or if the Principal/Owner has
substantive suspicion in this regard, the Principal/Owner will inform the same to law
enforcing agencies for further investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5


years with any other Company in any country confirming to the anticorruption
approach or with Central Government or State Government or any other
Central/State Public Sector Enterprises in India that could justify his exclusion
from the Tender process.
AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)
20

2) If the Bidder makes incorrect statement on this subject, he can be disqualified


from the Tender process or action can be taken for banning of business dealings/
holding listing of the Bidder/Contractor as deemed fit by the Principal/ Owner.

3) If the Bidder/Contractor can prove that he has resorted / recouped the damage
caused by him and has installed a suitable corruption prevention system, the
Principal/Owner may, at its own discretion, revoke the exclusion prematurely.
Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

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


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

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

3) The Principal / Owner will disqualify Bidders, who do not submit, the duly
signed Pact between the Principal/Owner and the bidder, along with the
Tender or violate its provisions at any stage of the Tender process, from the
Tender process.
Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the
Contractor / Vendor 12 months after the completion of work under the
contract or till the continuation of defect liability period, whichever is more
and for all other bidders, till the Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and
continue to be valid despite the lapse of this Pacts as specified above, unless it
is discharged/determined by the Competent Authority, CPWD.
Article 7- Other Provisions

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

2) Changes and supplements need to be made in writing. Side


agreements have not been made.

3) If the Contractor is a partnership or a consortium, this Pact must be signed by


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

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


21

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

5) It is agreed term and condition that any dispute or difference arising


between the parties with regard to the terms of this Integrity
Agreement / Pact, any action taken by the Owner/Principal in
accordance with this Integrity Agreement/ Pact or interpretation there of
shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS

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

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

(For and on behalf of Principal/Owner)

(For and on behalf of Bidder/Contractor)

WITNESSES:
1. . .................................................. (Signature, name and address)

2. . .................................................... (Signature, name and address)

Place: -

Dated: -

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


22

BANK GUARANTEE BOND CPWD

Form of Earnest Money Deposit Bank Guarantee Bond

WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the contractor") has


submitted his tender dated ............. (date) for the construction of .............................................. (name of
work) (hereinafter called
"the Tender")

KNOW ALL PEOPLE by these presents that we ......................................... (name of bank) having our
registered
office at ................................... (hereinafter called "the Bank") are bound unto
...................................................
(Name and division of Executive Engineer) (hereinafter called "the Engineer-in-Charge") in the sum of
Rs.
......................... (Rs. in words .................................................) for which payment well and truly to be
made to the
said Engineer-in-Charge the Bank binds itself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this ................. day of ................. 20... .
THE CONDITIONS of this obligation are:
(1) If after tender opening the Contractor withdraws, his tender during the period of validity of tender
(including
extended validity of tender) specified in the Form of Tender;
(2) If the contractor having been notified of the acceptance of his tender by the Engineer-in-Charge:
(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to contractor,
if required;
OR
(b) fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of tenderb
document and Instructions to contractor,
OR
(c) fails or refuses to start the work, in accordance with the provisions of the contract and Instructions
to contractor,
OR
(d) fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank Guarantee, against
Security Deposit after award of contract.
We undertake to pay to the Engineer-in-Charge up to the above amount upon receipt of his first written
demand, without the Engineer-in-Charge having to substantiates his demand, provided that in his
demand the Engineerin- Charge will note that the amount claimed by his is due to him owing to the
occurrence of one or any of the above conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date* ............. after the deadline for
submission of tender as such deadline is stated in the Instructions to contractor or as it may be
extended by the Engineer-in- Charge, notice of which extension(s) to the Bank is hereby waived. Any
demand in respect of this Guarantee should reach the Bank not later than the above date.

DATE .............

SIGNATURE OF THE BANK


WITNESS ..................
SEAL
(SIGNATURE, NAME AND ADDRESS)

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


23

CPWD-7/8
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

Item Rate Tender & Contract for Works


Tender for the work of: -

Providing & installation of 2x3000 LPH RO plant and water supply pump set in Pocket-B
campus at ABVIIITM Gwalior.

(i) To be submitted up to 15:00 hours online: 29-08-2018

(ii) e-tenders to be opened at 15.30 hours on 30-08-2018 in the office of the Executive
Engineer (Elect.), Gwalior Central Electrical Division, CPWD, Gwalior.

Issued to ……………………………………………………………………………………..

Signature of officer issuing the documents …………………………………………

Designation : Executive Engineer (Elect.), Gwalior Central Electrical Division, CPWD, Gwalior.

Date of Issue ……………………….

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 10/15/30/45/60 days from the due date of its opening
of eligibility bid and not to make any modification in its terms and conditions. A sum of
Rs.53843/-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. 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 the 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 those in excess of that limit at the rates to be determined in accordance with
AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)
24

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.

Dated: #
Signature of Contractor #
Witness: #
Postal Address #
Address: #
# To be filled in by the contractor/ witness as applicable

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………………………
Rupees………………………………………………………………………………………………
……..………………………………………………………………………………)

The letters referred to below shall form part of this contract agreement:-

(a) ………………
(b) ………………
(c) ………………
For & on behalf of President of India

Signature ……………………..

Dated: ………… Designation ……………………

PROFORMA OF SCHEDULES

(Separate Performa for Civil, Elect. & Hurt. Works in case of Composite Tenders)
(Operative Schedules to be supplied separately to each intending tendered)

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


25

SCHEDULE ‘A’
Schedule of quantities (as per PWD-3) – as per schedule of work attached -
SCHEDULE 'B'
Schedule of materials to be issued to the contractor.

Sl. Description of Item Quantity Rates in figures & words Place of


No. at which the material will Issue
be charged to the
contractor

1 2 3 4 5

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

SCHEDULE 'C'
Tools and plants to be hired to the contractor
Sl. Description Hire charges per day Place of Issue
No.
1 2 3 4

NIL

SCHEDULE ‘D’
Extra schedule for specific requirements/document for the work, if any.

---------------------------------------------- As Enclosed -------------------------------------------------


SCHEDULE ‘E’
Reference to General Conditions of contract.
GENERAL CONDITIONS OF CONTRACT FOR CPWD WORKS 2014 SHALL BE
MADE PART OF AGREEMENT.

Name of Work : Providing & installation of 2x3000 LPH RO plant and water supply pump
set in Pocket-B campus at ABVIIITM Gwalior.

Estimated cost of work : Rs. 2692155/-

(i) Earnest Money : Rs. 53843/-

(ii) Performance Guarantee : 5% of tendered value

(iii) Security Deposit : 2.5% of tendered value


or
2.5% of tendered value plus 2.5% PG for
contracts involving maintenance of the
building and services/other work after
AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)
26

construction of same building and


services/other work.
SCHEDULE 'F'
GENERAL RULES & DIRECTIONS :

Officer inviting tender EXECUTIVE ENGINEER (ELECT.),


GWALIOR CENTRAL ELECTRICAL DIVISION,
CPWD, GWALIOR.
Maximum percentage for quantity of items
of work to be executed beyond which rates
are to be determined in accordance with See below
Clauses 12.2 & 12.3:

Definitions:
2(v) Engineer-in-Charge EXECUTIVE ENGINEER (ELECT.),
GWALIOR CENTRAL ELECTRICAL DIVISION,
CPWD,GWALIOR.

2(viii) Accepting Authority EE(E), GCED,CPWD,Gwalior

2(x) Percentage on cost of materials and


Labor to cover all overheads and profits: 15% (Fifteen percent)

2(xi) Standard Schedule of Rates: - SCHEDULE OF RATES (ELECTRICAL) - 2014


AND MARKET RATES

2(xii) Department : CENTRAL PUBLIC WORKS DEPARTMENT

9(ii) Standard CPWD Contract Form CPWD Form – 6 for e-tendering modified &
corrected up to date, CPWD Form 7/8 &
General Conditions of Contract for CPWD
Works (Printed edition ) 2010 as modified &
corrected up to date.
Clause 1
(i) Time allowed for submission of
Performance Guarantee Programme
chart ( time and progress) and applicable
labour licenses,registration with EPFO,ESIC
and BOCW walfare board or proof of applying
thereof from the date of issue of letter of acceptance 7 DAYS

(ii) Maximum allowable extension with late


Fee @0.1% per day of Performance
Guarantee Amount beyond the period
in (i) above 07 DAYS

Clause 2
Authority for fixing compensation under clause 2
SUPERINTENDING ENGINEER (ELECT.),
BHOPAL CENT. ELECT. CIRCLE,
CPWD, BHOPAL

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


27

Clause 2A

Whether Clause 2A shall be applicable No

Clause 5

Number of days from the date of issue of letter


of acceptance for reckoning date of start.
14 DAYS

Milestone(s) :- as per Table given below

Table of milestone(s)

S.No. Description of Milestone Time allowed in Amount to be


days (From date of withheld in case of
start) non-achievement
of milestone

Time allowed for execution of work 02 MONTHS

Authority to decide:

(i) Extension of time SUPERINTENDING ENGINEER (ELECT.),


BCEC, CPWD, BHOPAL

(ii) Rescheduling of mile stones


SUPERINTENDING ENGINEER (ELECT.),
BHOPAL CENT. ELECT. CIRCLE,
CPWD, BHOPAL.
Clause 6, 6A
Clause applicable – (6 or 6A) Clause 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 Rs. 2,50,000/-

Clause 7(A) – Whether clause 7(A) shall be applicable - Yes

Clause 10A
List of testing equipment to be provided
by the contractor at site lab.

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


28

ALL EQUIPMENTS & TOOLS FOR CARRING OUT THE ROUTEEN TEST E & M
EQUIPMENTS AT SITE.

Clause 10B (ii)


Whether Clause 10B (ii) shall be applicable No
Clause 10C
Component of labor expressed as percent
of value of work 25%
Clause 10CA
Sl. No. Base Price and its
Material covered under Nearest Materials (other than corresponding period
this clause cement*, steel reinforcement bars of all the Materials
and structural steel) for which All covered under Clause
India Wholesale Price Index to be 10CA**
followed.
Base Corresponding
1 price period
2
3
NOT APPLICABLE
4
5

* Includes Cement component used in RMC brought at site from outside approved RMC
plants, if any.

** Base price and its corresponding period of all the materials covered under clause 10 CA
is to be mentioned at the time of approval of NIT In case of recall of tenders the base price
may be modified by adopting latest base price and its corresponding period.

Clause 10CC
Clause 10CC to be applicable in
contracts with stipulated period of completion
exceeding the period shown in next column NOT APPLICABLE
Schedule of component of other Materials, Labor, POL etc. for price escalation.
Component of civil (except materials covered
under clause 10CA)/Electrical construction
materials expressed as percent of total value
of work. Xm ……….%

Component of Labour –
expressed as percent of total value of work. Y …………%

Component of P.O.L. –
expressed as percent of total value of work. Z ………….%

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


29

Clause 11
Specifications to be followed
for execution of work
1. CPWD General specifications for electrical works
part - I (internal) & part-II (External) as amended
up to date of receipt of tender.
2. Additional specifications as per attached with
schedule of work
Clause 12

12.2 & 12.3 Deviation limit beyond which


clause 12.2 & 12.3 shall apply 30%
for work.

12.5 Deviation limit beyond which


clause 12.2 & 12.3 shall apply
for foundation work NA

Clause 16
Competent Authority for SE(E)/BCEC/CPWD/Bhopal
deciding reduced rates.

Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site:-
ALL TOOLS & PLANTS AS REQUIRED TO CARRYOUT THE ELECTRICAL WORK
Clause 25

Constitution of Dispute Redressal Committee Competent Authority to appoint DRC


(DRC)

DRC shall constitute one Chairman and two Chief Engineer(CZ)


members

Clause 31 – Whether clause 31 shall be applicable - Yes


Clause 36 (i)
Requirement of Technical Representative(s) and recovery Rate

Sl. Minimum Discipline Designation Minimum Number Rate at which recovery


No. Qualification (Principal Experience shall be made from the
of Technical Technical contractor in the event
Representative representative of not fulfilling
provision of clauses
36(i)
Figure words
As Per Rule

Assistant Engineers retired from Government services that are holding Diploma will be
treated at par with Graduate Engineers.
AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)
30

Diploma holder with minimum 10 years relevant experience with reputed


construction co. can be treated as per with Graduate Engineers for the purpose of such
deployment subject to the condition that such diploma holders should not exceed 50% of
required of degree engineers.

Requirement of Technical Representative(s) & Recovery rate

As per CPWD works Manual Appendix 18

Clause 42 (NOT APPLICABLE IN ELECTRICAL WORKS)


(i) (a) Schedule/statement for determining
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:


(a) Cement
For works with estimated cost put
to tender not more than Rs. 5 lakh.
For works with estimated cost put to
tender more than Rs. 5 lakh.

(b) Bitumen All Works


(c) Steel Reinforcement and structural steel
sections for each diameter, section and category

(d) All other materials.


RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S.No. Description of Item Rates in figures and words at which recovery


shall be made from the Contractor
Excess beyond permissible Less use beyond
variation permissible
variation

1 Cement
2 Steel Reinforcement
3 Structural Sections
NOT APPLICABLE NOT APPLICABLE
4 Bitumen issued free
5 Bitumen issued at stipulated
fixed price

Executive Engineer (E)


GCED,CPWD,Gwalior

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


31

ADDITIONAL TERMS AND CONDITIONS

Name of Work : Providing & installation of 2x3000 LPH RO plant and water supply pump set
in Pocket-B campus at ABVIIITM Gwalior.

1. GENERAL :
This specification covers manufacture delivery at site, all preparatory work assembly and
installation, final testing, commissioning, and one year guarantee period.

2. The work shall be executed as per specifications given in the schedule of work or conditions
and relevant IE Rules, relevant IS and as per directions of Engineer-in-Charge. These
additional specifications & conditions are to be read in conjunction with above and in case of
variations, specifications given in the Additional Specifications & Conditions shall apply.
However nothing extra shall be paid on account of these as the same are to be read
alongwith schedule of quantities for the work.

3. SITE INFORMATION
The tenderer should, in his own interest, visit the site and familiarise himself with the site
conditions before tendering & no claim whatsoever shall be entertained on account of any
deficiencies at site like now availability of water, security restriction, inaccessibility local by
laws /rules etc.

4. COMMERCIAL CONDITIONS.

(i) The tender shall be uploaded above documents within time and date specified in the
e-tender notice and press notice submitted duly completed .

(ii) The tenderers are advised not to deviate from the technical specifications/items,
commercial terms and conditions of NIT like terms of payment, guarantee,
arbitration clause, escalation etc.

(iii) Scrutiny/evaluation of the technical-cum-commercial bid of the pre qualified firm


shall be done by the department iin consultation of any agency as deemed
necessary. In case it is found that the technical-cum-commercial bid of a tenderer is
not in line with NIT specifications/ requirements and / or contains too many
deviations, the department reserves the right to reject the technical bid of such firm
(s) without making any reference to the tenderer(s).

(iv) Necessary clarifications required by the department shall have to be furnished by


the tenderer within the time given by the department for the same. The tenderer will
have to depute his representative to discuss with the officer(s) of the department as
and when so desired. In case, in the opinion of the department a tenderer is taking
undue long time in furnishing the desired clarifications, his bid will be rejected
without making any reference.

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


32

(v) After obtaining clarifications from all the tenderers, the department will intimate the
tenderer(s) whose technical cum commercial bids are acceptable.

(vi) The price bids of only those tenderers shall be opened whose PQ. Cum Technical
bids are found to be acceptable. The time and date of opening of price bid shall be
fixed after the PQ. Cum Technical bid is accepted and intimated to them by post /
Fax.

(vii) The tenderer will not be allowed to withdraw or modify any condition after the
decision to open the price bid has been taken by the department.

(viii) The department reserves the right to reject any or all the price bids and call for fresh
prices/tenders as the case may be without assigning any reason.

5. SAFETY CODES AND LABOUR REGULATIONS


i) All the safety procedures outlined in the safety codes listed below shall be compiled with.
a) Safety Code for Mechanical work.
b) Code of Practice for Fire precautions in welding and cutting operations.
c) Code of Practice for safety and health requirements in electrical and gas welding and cutting
operations.
d) Code for safety procedure and practice in electrical works.
e) Safety code for scaffolds and ladders.
ii) In respect of all labour employed directly or indirectly on the work for the performance of the
contractor’s part of work, the contractor at his own expense, will arrange for the safety provisions
as per the statutory provisions , B.I.S. recommendation, factory act, workman’s compensation
act, CPWD code and instruction issued from time to time. Failure to provide such safety
requirements would make the tenderer liable for penalty for Rs. 200/- for each violation. In
addition the Engineer-in-charge-, shall be at liberty to make arrangement and provide facilities as
aforesaid and recover the cost from the contractor.
iii) The contractor shall provide necessary barriers, warning signals and other safety measures
while laying pipelines etc. Or wherever necessary so as to avoid accident. He shall also
indemnify CPWD against claims or compensation arising out of negligence in this respect.
Contractor shall be liable, in accordance with the Indian Law and regulations for any accident
occurring due to any cause. The department shall not be responsible for any accident occurred
or damage incurred or claims arising there from during the execution of work. The contractor
shall also provide all insurance including third party insurance as may be necessary to cover the
risk. No extra payment would be made to the contractor due to the above provisions thereof.
6. RATES :
a) The rates quoted by the tenderer, shall be firm and inclusive of all taxes i.e. GST, duties and
levies all charges for packing, forwarding, insurance, freight and delivery, installation, testing,

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


33

commissioning etc. at site i/c temporary constructional storage, risks, over head charges,
general liabilities/ obligations and clearance from concerned authorities. .
b) Octroi duty shall not be paid separately but octroi exemption certificate can be furnished by
the department on demand. However, the department is not liable to re-imburse the octroi
duty in case exemption certificates are not honored by the concerned authorities.

7. COMPLETION PERIOD:
The completion period as mentioned in NIT months indicated in the tender documents is for
the entire work of supplying, installation, testing, commissioning and handing over of the
entire system to the satisfaction of the Engineer-in-Charge.
8. VALIDITY :
Tenders shall be valid for acceptance for a period of 10/15/30/45/60 days from the date of
opening of price bid.
9. MOBILIZATION ADVANCE :
No mobilization advance shall be given.
10. INSURANCE & STORAGE :
All consignments are to be duly insured upto the destination from warehouse to warehouse
at the cost of the contractor. The insurance covers shall be valid till the equipment is handed
over duly installed, tested and commissioned.
11. WATCH AND WARD OF MATERIALS & EQUIPMENT
The Contractor, on supply of material and equipment for bonafide use on work at site, shall
continue to be responsible for the safe custody till they are installed in position, tested,
commissioned and handed over to the Engineer-in-charge. The contractor shall furnish an
unstamped receipt to the Engineer-in-charge for all the items of materials and equipments so
supplied at site before taking payment for the same.
12. VERIFICATION OF CORRECTNESS OF EQUIPMENT AT DESTINATION:
The contractor shall have to produce all the relevant records to certify that the genuine
equipment from the manufacturers has been supplied and erected.
13. WORKS TO BE DONE BY THE CONTRACTOR
The following works shall be done by the contractor and thereof, their cost shall be deemed
to be included in their tendered cost-whether specifically indicated in the schedule of work or
not:-
i) Foundations for equipments including foundation bolts and vibration isolation
spring/pads whereas required.
ii) Suspenders, bracket and floor/wall supports for suspending/supporting pipes etc.
iii) Excavation and refilling of trenches in soil wherever the pipes are to be laid directly in
ground, including necessary base treatment and supports.
iv) Sealing of all floor slab/ wall openings provided by the department or contractor for
pipes and cables, from fire safety point of view, after laying of the same.
v) Painting of all exposed metal surfaces of equipments and components with
appropriate colour.

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


34

vi) Making opening in the floor/ slabs / walls for carrying pipe line, cables etc. & making
good the same to their original finish. Nothing extra shall be paid on this account.
vii) Making good all damages caused to the structure during installation and restoring the
same to their original finish.

14. MACHINERY FOR ERECTION


All tools and tackles required for unloading/handling of equipments and materials at
site, their assembly, erection, testing and commissioning shall be the responsibility
of the contractor.

15. COMPLETENESS OF THE TENDER


All sundry equipments, fitting, assembly, accessories, items, foundation bolts,
supports termination lugs for electrical connection cable glands, junctions boxes and
all other items which are useful and necessary for proper assembly and efficient
working of the various equipment and components of the work shall be deemed to
have been included in the tender, irrespective of the fact whether such items are
specifically mentioned in the tender or not.

16. EXTENT OF WORK


a. The work shall comprise of entire labour including supervision and all materials
necessary to make a complete installation and such tests and adjustments and
commissioning as may be required by the department. The term complete
installation shall not only mean major items and equipments covered by
specifications but all incidental sundry components necessary for complete
execution and satisfactory performance of installation with all layout charts whether
or not those have been mentioned in details in the tender document in connection
with this contract.
b. Minor building works necessary for installation of equipment, foundation, making of
opening in floors wall & slabs and restoring to their original condition, finish and
necessary grouting etc. as reqd.

17. SUBMISSION OF PROGRAMME


Within 15 days from the date of receipt of the letter of acceptance, the successful
tenderer shall submit his programme for submission of drawing, supply of
equipment, installation, testing, commissioning and handing over of the installation
to the Engineer-in-charge. This programme shall be framed keeping in view the
building progress. Items like ducting, piping etc. which directly affect the building
progress shall be given priority.

18. SUBMISSION OF DRAWINGS


The contractor shall submit the layout drawing to the Engineer-in-charge for
approval before start of work.
19. SUBMISSION OF MANUALS
The successful tenderer should furnish well in advance three copies of detailed
instructions and manuals of manufacturers for all the equipments etc. regarding
installation, adjustments operation and maintenance i/c preventive maintenance &
troubleshooting.
AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)
35

20. DISPATCH OF MATERIALS TO SITE AND THEIR SAFE CUSTODY


The contractor shall dispatch materials to site in consultation with the Engineer-in-
charge. Watch & ward however, shall be the responsibility of contractor. Programme
of dispatch of material shall be framed keeping in view the building progress. Safe
custody of all machinery and equipment supplied by the contractor shall be the
responsibility of the contractor till final taking over by the department.
21. CO-ORDINATION WITH OTHER AGENCIES
The contractor shall co-ordinate with all other agencies involved in the work so that
the work of other agencies is not hampered due to delay in his work. Piping, cabling
or any other work, which directly affect the progress of building work, shall be given
priority.
22. QUALITY OF MATERIALS AND WORKMANSHIP

i) The components of the installation shall be of such design so as to satisfactory


function under all conditions of operation.
ii) The entire work of manufacture/fabrication, assembly and installation shall conform
to sound engineering practice. The entire installation shall be such as to cause
minimum transmission of noise and vibration to the building structure.
23. CAPACITY OF EQUIPMENTS:
The firm should do the necessary calculations that the capacity of equipments as
mentioned in the NIT are adequate to maintain proper filteration of water.

24. CARE OF THE BUILDING


Care shall be taken by the contactor during execution of the work to avoid damage
to the building. He shall be responsible for repairing all such damages and restoring
the same to the original finish at his cost. He shall also remove all unwanted and
waste materials arising out of the installation from the site of work from time to time.

25. CONTRACTOR LIABILITY FOR DAMAGES CAUSED AND IMPERFECTION


NOTICED WITHIN THE MAINTENANCE PERIOD

If the contractor or his working people or servants shall break, deface, injure or
destroy any part of the building, in which they may be working, or any building, road,
road kerb, fence, enclosure, water pipe, cables, drains, electric or telephones posts
or wires, trees grass or grassland, or cultivated ground contingeous to the premises
on which the work or any part of it is being executed, or if any, damage shall happen
to the work while in progress from any cause whatever, or if any detect, shrikage or
other faults appear in the work within 12 months after a certificate final or otherwise
of its completion shall have been given by the Engineer-in-charge arising out of
defective or improper materials or workmanship, the contractor on receipt of a notice
in writing on his behalf shall make the same good at his own expense, or in default,
the Engineer-in-Charge may cause the same to be made good by other workmen
and deduct the expense from any sums that may be then or at any time thereafter
may become due to the contractor or from his security deposit.

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


36

26. FINAL INSPECTION & TESTING


Final inspection & testing will be done by the Engineer-in-charge or his
representative as per direction of the Engineer-in-charge.

27. SAFETY MEASURES

All equipments shall incorporated suitable safety provisions to ensure safety of the
operating personnel at all times. The initial and final inspection reports shall bring out
explicitly the safety provisions incorporated in each equipment.

28. GUARANTEE

i) After completion of the entire installation as per specification in all respects, that
contractor shall demonstrate troubles free running of the filteration equipments &
installation for a period of minimum 7 days subject to a minimum aggregate of 50Hrs at
his cost. The filteration plant will be said to have successfully completed the running-in-
period, if no break down or abnormal / unsatisfactory operation of any equipment occurs
during this period.
ii) All equipments shall be guaranteed for a period of 12 months from the date of acceptance
and taking over of installation by the Department against unsatisfactory performance
and/or breakdown due to defective design, material, manufacture, workmanship or
installation. The equipment or component or any part thereof so found defective during
the guarantee period shall be repaired or replaced free of cost to the satisfaction of the
Engineer-in-charge. In case it is felt by the department that undue delay in being caused
by the department at the risk & cost of the contractor. The decision of Engineer-in-charge
in this regard in this regard shall be final.
iii) Any leakage due to defective design, manufacture, workmanship or installation during the
guarantee period shall be made good by the contractor free of charge.
29. PAYMENT TERMS
a The following percentage of contract rates shall be payable against the stages of work
shown here in:
S.No Stage of Work Machinery Other items such as valves, pipes, Electrical panel,
& filtration flow fittings & maintenance accessories.
Equipment
I After initial inspection (As 70% 60%
specified) & delivery at site
in good condition on pro-
rata basis
II On completion of pro-rata 20% 30%
installation
III On commissioning and 10% 10%
completion of successful
running in period

30. TRAINING OF DEPARTMENTAL / CLIENT DEPARTMENT’S PERSONAL


The contractor shall be responsible for training two personal of CPWD or client department
for running & maintenance of the installations.
AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)
37

31. DRAWINGS FOR APPROVAL ON AWARD OF THE WORK


The contractor shall prepare & submit three sets of following drawings and get them
approved from the Engineer-in-charge before the start of the work. The approval of drawings
however does not absolve the contractor not to supply the equipments materials as per
agreement, if there is any contradiction between the approved drawings and agreement.
a) Layout drawings of the equipments to be installed in filteration plant room & outside.
b) Layout of entire piping plumbing drawings showing the layout of entire piping, dia & length of
piping, valves and isometric drawing showing connections..
c) Dimensioned drawings of electrical panels.
32. COMPLETION DRAWINGS & DOCUMENTS
Four sets of the following laminated drawing shall be submitted by the contractor while
handing over the installation to the Department.
a) Layout of filteration plant, pumps & other equipments.
b) Plumbing layout drawings including sizes and lengths of all the pipes and the sizes and
location of all types of valves.
c) Block diagram for water flow.
d) Line diagram and layout of all electrical control panel.

33. AFTER SALES SERVICES


The contractor shall ensure adequate and prompt after sales services in the form of
maintenance, spares and personnel as and when required and shall minimise the breakdown
period. In case of equipment supplied by other manufacturers the firm shall furnish a
guarantee from the manufacturer for the same before the plant is taken over.
a) 3 sets of manufacture’s technical catalogues of all equipments and accessories.
b) Operation and maintenance manual of major equipments, detailing all adjustments,
operation and maintenance procedure.

Preferred Make List :


1. GI Pipe : Tata/Jindal/Prakash Surya/TT Swastik (ISI Marked)
2. Gun Metal Valve : Kirloskar/Sant/Leader
3. Submersible Cable/XLPE UG Cable : Polycab/KEI/Finolex/Havells
4. HDPE Pipe : Kisan/Taxmo/Gemini/Kalvin
5. Panel : Any CPRI Approved Manufacturer.

Assistant Engineer (E)P Executive Engineer (E)


GCED, CPWD,Gwalior GCED, CPWD,Gwalior

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


38

Schedule of Work ( UnPrice bid)


Name of Work:- Providing & installation of 2x3000 LPH RO plant and water supply pump set in Pocket-B
campus at ABVIIITM Gwalior.

S.
Description of Item Qty Unit Rate Amount
N.
SH - I ( R/O Plant)
A) Supply installation testing and commissioning of centralized
reverse osmosis type water treatment plant having capacity of
delivering 3000 LPH by removing dissolve solid in water by 90%-
95% for drinking purpose with comprising of the following
specification. Make-Thermax /Ion Exchange/Doshion/Venza
/Aquawhizz
1 Raw water feed Pumps :
Supply, installation, testing and commissioning of Multi stage
Horizontal monoblok pumping The pump construction shall be of
Stainless steel (S.S. 304) & impeller shall also be stainless steel
(S.S. 304).. CI Base & head, mechanical seal, connected to a
TEFC induction motor suitable for 400/440 volts, 3 phase 50
cycles A.C.supply as required,

Capacity/Flow Rate - (5 M3/Hr)


Head - 35 mtr
Approx HP : 3.0
Inlet : 1.5”
Outlet : 1.5” 2 No. XX XX
MAKE-CNP/Wilo/CRI/Kirloskar
2 Filter Plant
Supply, installation, testing and commissioning of dual media
filter plant suitable for testing pressure 4Kg/cm2 maximum flow
rate 5000 LPH ,Size 600 x 1750 mm complete with all acessories
etc. as reqd. Make-Thermax /Ion Exchange /Doshion/Venza
/Aquawhizz
2 Set XX XX
a Sand Media (Different Grades) complete with all acessories etc. as
reqd. 2 Job XX XX

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


39

b Activates carbon filter plant suitable for testing pressure 4Kg/cm2


maximum flow rate 5000 LPH ,Size 750 x 1828 mm complete
with all acessories etc. as reqd. Make-Thermax /Ion Exchange
/Doshion/Venza /Aquawhizz
2 Job XX XX
3 R.O. HIGH PRESSURE FEED PUMP:
Supply, installation, testing & commissioning of R.O. High
Pressure Feed Pumps of vertical inline multi-stage, centrifugal
type.The pump construction shall be of Stainless steel (S.S. 316)
& impeller shall also be stainless steel (S.S. 316). The motor shall
be TEFC suitable for a supply of 440 V/3 phase/50 Hertz supply.
The pumps shall be supplied complete with base channel,
coupling, foundation bolts, & pressure gauges at inlet & outlet of
each pump, valves (Ball Valve/Butterfly Valve),NRV at
suction/delivery side of pumps complete as reqd.

Make-Kirloskar/CRI/CNP/Xylum Lowara
Duty of Each Pump :
Flow Rate : 5 m3/hr(Approx)
Head : 130 mtr
Inlet and outlet : 1.5 inch or suitable
Power requirement = 7.5 HP
Maximum Speed = 2900 RPM 2 No. XX XX

4 R. O. MODULES :
a Supply, Installation, testing and commissioning of indoor package
type Reverse Osmosis Modules R.O. Membrane capable of giving
a net treated water output of 3000 LPH. The Reverse Osmosis
Modules shall be made out of spiral wound multilayer cross linked
membrane composite suitable to withstand pressure of 20 kg/cm2
suitable BSPT/NPT connections shall be used for connecting feed
and reject ends.. The number of membranes would be minimum 3
nos or as per requirement. The vendor/manufacturer shall select
the quantity of R.O. membranes based on water quality and as per
requirement. The system recovery shall be 60% (Approx)
Make- Filmtech Dow/GE/Toray/CSM

6 Nos XX XX

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


40

b Supply, Installation, testing and commissioning of Membrane


Housing in FRP Construction suitable for handling 300 psi
pressure for loading of Reverse Osmosis Modules as required
6 Nos XX XX
Make : Water life / Linq / UKL /Pentair

5 ANTI SCALENT DOSING SYSTEM :


HDPE TANK
Supply, installation, testing & commissioning of special
antiscalent dosing system consisting of one HDPE tank of 80/100
liters capacity with a positive displacement diaphragm dosing
pump having variable flow rate of (0-6 LPH). The motor shall be
suitable for operation at 240V/ single phase/50 Hertz supply. The
pump shall be supplied complete with necessary polypropylene
piping, valves, and strainers for complete automatic dosing etc. as
reqd.

Dosing Pump Make-ASIA LMI/EDOSE/MILTON ROY 4 Nos XX XX


Tank-SINTEX/GANGA/PRAKASH/PERFECT 2 Nos. XX XX

6 R.O. CLEANING SYSTEM :


Clean in Place Pump :
Supply, installation, testing and commissioning of clean in place
pump of horizontal end suction suitable for a flow rate of 5
cu.m/hr at 28-30 m head. The pump construction shall be SS. The
motor shall be TEFC suitable for a supply of 415V/3 Phase/50 Hz
supply. The pump shall be supplied complete with base channel,
coupling, foundation bolts, isolation valves (Ball valve/Butterfly
valve), NRVs, pressure gauge at inlet and outlet of Pump.Inlet and
out let 1.5 inch Suitable – 1-1.5 HP

Flow Rate : 9 m3/hr(Approx)


Head : 25-30 mtr
Inlet and outlet : 1.5 inch 2 No. XX XX
Make: Wilo/CRI/CNP

7 MICRON CARTRIDGE FILTER :

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


41

Supply, installation, testing & commissioning of Micron Cartridge


Filter suitable for flow rate of 6.0 m3/hour to achieve particle
filtration less than 5 micron. The unit comprising of PP Housing
and Polypropylene Cartridge and shall be supplied complete with
inlet & outlet branches, removable cap for replacement of
cartridge, inlet & outlet Pressure gauge complete etc. as reqd.
Make-Thermax /Ion Exchange/Doshion/Venza /Aquawhizz

Dia : 4”
Height : 20” 2 Set XX XX

8 INSTRUMENTION :
Supply, installation, testing & commissioning of following
instrumentation mounted on the R.O. System /panel.

a Flow meters (Rota meter) to measure and control the flow of feed/
product stream/reject stream. Nos-3
b Pressure gauges made out of SS 304 Nos-2
c On Line Panel mounted Digital Conductivity meter. No-1

d Pressure switches to control pressure low). -1 No.


e Level switches to control water level in the output storage tanks
(high & low).No-2
f SDI kit No-1 2 Lot XX XX
Instrument make- ASTER/UKL/Flowstar/ORION

9 LOW PRESSURE/HIGH PRESSURE SIDE PIPING, VALVES


AND ACCESSORIES :
a Supply, installation, testing & commissioning of UPVC water
pipes from 1.5 Inch to 2 Inch. Pipes shall be joined using solvent
and fittings i.e. Tees, Elbows, Couplers, Unions, Reducers, flanges
for valves as required

Cost shall be inclusive of Fixing / supporting the pipes & fittings


at wall / ceiling level supported by galvanized clamps, hangers etc,
as per specification with direction arrow.

Make: Astral/Adarsh/Prince/Supreme

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


42

b Supplying, fixing, jointing and testing in position the following


SS 304 pipe conforming to ASTM:A312 cut to required lengths
including all necessary fittings and specials such as bends, tees,
unions, reducers, flanges & plugs etc. Fixing at wall/ceiling level
supported by galvanized clamps / supports, hangers etc, as per
specification or chasing in wall / floor and making good the same
by using 1:1 cement mortar over the wire mesh. Painting,
Threading, jointing, and making proper connections. Cutting hole
in wall / floor / slab and making good the same.Make:
Astral/Adarsh /Prince/Supreme

2 Set XX XX

10 Centralised control panel made out of CRCA sheet of size


3X4X1.5 deep(ft) min.2mm thick having main contactors for all
pumps (listed above) including SPP, 3 phase thermal overload
relay. The control panel for monitoring and control of RO system
shall include all required signal lamps, HRC fuses, and
Annunciation box with hooter. All control and power cabling of
panel shall be included in the scope of supply of the contractor.
An emergency stop push button shall be provided in the panel.
The MCC plant shall have the following interlocks complete etc.
as reqd.

The plant starts when the level at PST is low and stops when the
level at PST is high.
If the pressure at HPP suction is low, the plant trips.

When the plant stops due to high level, first the HPP stops, after
two minutes DWP and other pumps as anti-scalent/pH
dosing/NaocL dosing pump stops, Closing the inlet valve

The MIMIC provides indications for all the I/Ps and the respective
O/Ps
PST : Permeate Storage Tank
DWP : Domestic Water Pump
HPP : High Pressure Pump
Instrumentation mounted on R O system panel / Instrument panel
shall be separated from wet panel.
Flow meters to measure and control the flow of feed / product and
reject stream.

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


43

Pressure Gauges made out of SS316 (glycerine filled) (Pricol/ H


Guru/Mass)
Panel mounted conductivity meter (digital readout of Rose Mount
IEI/Aster /equivalent).
Pressure switches to control pressure and give low pressure trip.
(Danfoss - Switzer make / Equivalent )
Level switches to control water level in the ouput storage tanks
(For High – Low)
2 Set XX XX

11 Supplying and fixing of MSEP Skid of suitable size made out of


MS pipe i/c painting etc. complete as required
2 Each XX XX
SH-II (Water Supply Pump Set)
1 SITC of 10 HP open well submersible pump set with totally
enclosed water proof squirrel cage induction motor in the existing
sumps having 80x 65 mm suction & delivery line, delivering of
15.1 LPS @ head of 32 mtrs. suitable for 3 phase, 50Hz, AC
supply complete with connection, testing etc. as reqd. Make
Kirloskar Model No. KOS 1040+/CG/KSB
2 Each XX XX

2 Supply,installation,testing and commissioning of panel board with


dust & vermin proof compartmentalized wall/ floor mounting type
cubical panel board made out of not less than 2 mm thick CRCA
sheet, the sheet steel member shall be stiffened by angle iron
framed having suitable sizes 4 strip copper bus bar of 200 amps.
All connections to individual circuit from the bus bar shall be
made out of solid/ flexible wire and all cable terminal shall be
through gland plate. The depth of cubical panel shall not be less
than 300 mm and suitable sizes earth strip shall be provided
around inside the cubical panel. The cubical panel shall be suitable
to incorporate following switchgear i/c connections, powder
coating of approved colour and shades complete etc. as reqd.
(Note : Front area should not be less than 1.2 Sqmtr)

1 Job XX XX

3 Supplying and fixing of following accessories in the existing panel


board for open well submersible pump starter.

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


44

a) ML-2 contactor -6 Nos.(Make L&T/GE/Siemens/Scheinider)


b) Overload relay 13-21 amps. - 2 No. (Make L&T/GE/Siemens
/Scheinider)
c) Single Phase Preventer VSP II -2 No.Make Minilec or
equivalent
`
d) 3Ph Ammeter, 5A, with selector switch Class 1 with selector
switch (Make L&T/GE/Siemens/Schenider)

e) 3 Ph Voltmeter with selector switch Class 1 - 2 Set. (Make


L&T/GE/Siemens/Schenider)

f) Indication Light LED Type (RYB) - 3 Nos.


g) CT's 30/5 - 1 set of 3 Nos-2 Set
h) On/Off switch & ON/OFF indication light - 4 set ( for 2 Pump
set)

i) Timer ST 100 - 2 No.


j) 100 Amp 4 Pole 25 KA MCCB Thermal Magnetic Release
MCCB (Ics=100%Icu)-1 No. (Make L&T/GE/Siemens/
Schenider)

k) 63 Amp 4 Pole MCB -2 No. (Make L&T/GE/Siemens


/Schenider)
1 Job XX XX

4 Supplying & replacement of 65 mm dia GI pipe medium 'B' class


i/c cutting , welding flange heavy duty at both end of pipe i/c 15 x
65 mm, 4 Nos. nut-bolts, 100mm 1 No. rubber packing complete
i/c painting the same with anti corrosive paint etc. as reqd.
20 Mtr XX XX

5 Supplying, laying & fixing of 3 x 6 sq.mm flat submersible copper


cable in the existing pump set i/c cable tie etc. as reqd.
50 Mtr XX XX

6 Supplying and replacement of 65 mm dia GM NRV flanged type


Horizontal lift check valve of class 1, screwed in cover i/c
connections as reqd.
2 Each XX XX

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


45

7 Supplying and replacement of 65 mm dia GM gate valve flanged


type of class 1, screwed in Bonnet, inside screw, non-rising system
as reqd.
2 Each XX XX
SH-III ( Cable Laying and Earthing))
1 Supplying & fixing HDPE pipe as per IS: 4984-1995, PE-63 & 4
Kg /cm2 pressure pipe for protection of LT cable in 0.50 mtr.
Below of ground i/c cutting of road or wall or in surface etc. as
reqd.

a) 50 mm Outer dia 160 Mtr XX XX

2 Supplying and laying of one number XLPE insulated & PVC


sheathed & armoured aluminium conductor cable of 1.1 KV grade
of following size in the existing RCC/HUME
/STONEWARE/HDPE / Metal pipe / existing open trench etc as
reqd.

a) 3-1/2x50 sqmm 175 Mtr XX XX

3 Supplying and making end termination with brass compression


gland and aluminium lugs for following size of PVC insulated and
PVC sheathed / XLPE aluminium conductor cable of 1.1 kV grade
as required.

a) 3½ X 50 sq. mm (35 mm) 2 Set XX XX

4 Earthing with G.I. earth pipe 4.5 metre long, 40 mm dia including
accessories, and providingmasonry enclosure with cover plate
having locking arrangement and watering pipe etc. with charcoal/
coke and salt as required.
2 Set XX XX

5 Supplying and laying 25 mm X 5 mm G.I strip at 0.50 metre


below ground as strip earth electrode, including connection/
terminating with G.I. nut, bolt, spring, washer etc. as required.
(Jointing shall be done by overlapping and with 2 sets of G.I. nut
bolt & spring washer spaced at 50mm)
20 Mtr XX XX
Total XX

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


46

PART – II

FINENCIAL BID

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


47

Schedule of Work
Name of Work:- Providing & installation of 2x3000 LPH RO plant and water supply pump set in Pocket-B
campus at ABVIIITM Gwalior.

S.
Description of Item Qty Unit Rate Amount
N.
SH - I ( R/O Plant)
A) Supply installation testing and commissioning of centralized
reverse osmosis type water treatment plant having capacity of
delivering 3000 LPH by removing dissolve solid in water by 90%-
95% for drinking purpose with comprising of the following
specification. Make-Thermax /Ion Exchange/Doshion/Venza
/Aquawhizz
1 Raw water feed Pumps :
Supply, installation, testing and commissioning of Multi stage
Horizontal monoblok pumping The pump construction shall be of
Stainless steel (S.S. 304) & impeller shall also be stainless steel
(S.S. 304).. CI Base & head, mechanical seal, connected to a
TEFC induction motor suitable for 400/440 volts, 3 phase 50
cycles A.C.supply as required,

Capacity/Flow Rate - (5 M3/Hr)


Head - 35 mtr
Approx HP : 3.0
Inlet : 1.5”
Outlet : 1.5” 2 No. 34578 69156
MAKE-CNP/Wilo/CRI/Kirloskar
2 Filter Plant
Supply, installation, testing and commissioning of dual media
filter plant suitable for testing pressure 4Kg/cm2 maximum flow
rate 5000 LPH ,Size 600 x 1750 mm complete with all acessories
etc. as reqd. Make-Thermax /Ion Exchange /Doshion/Venza
/Aquawhizz
2 Set 148538 297076
a Sand Media (Different Grades) complete with all acessories etc. as
reqd. 2 Job 8457 16914

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


48

b Activates carbon filter plant suitable for testing pressure 4Kg/cm2


maximum flow rate 5000 LPH ,Size 750 x 1828 mm complete
with all acessories etc. as reqd. Make-Thermax /Ion Exchange
/Doshion/Venza /Aquawhizz
2 Job 47605 95210
3 R.O. HIGH PRESSURE FEED PUMP:
Supply, installation, testing & commissioning of R.O. High
Pressure Feed Pumps of vertical inline multi-stage, centrifugal
type.The pump construction shall be of Stainless steel (S.S. 316)
& impeller shall also be stainless steel (S.S. 316). The motor shall
be TEFC suitable for a supply of 440 V/3 phase/50 Hertz supply.
The pumps shall be supplied complete with base channel,
coupling, foundation bolts, & pressure gauges at inlet & outlet of
each pump, valves (Ball Valve/Butterfly Valve),NRV at
suction/delivery side of pumps complete as reqd.

Make-Kirloskar/CRI/CNP/Xylum Lowara
Duty of Each Pump :
Flow Rate : 5 m3/hr(Approx)
Head : 130 mtr
Inlet and outlet : 1.5 inch or suitable
Power requirement = 7.5 HP
Maximum Speed = 2900 RPM 2 No. 151529 303058

4 R. O. MODULES :
a Supply, Installation, testing and commissioning of indoor package
type Reverse Osmosis Modules R.O. Membrane capable of giving
a net treated water output of 3000 LPH. The Reverse Osmosis
Modules shall be made out of spiral wound multilayer cross linked
membrane composite suitable to withstand pressure of 20 kg/cm2
suitable BSPT/NPT connections shall be used for connecting feed
and reject ends.. The number of membranes would be minimum 3
nos or as per requirement. The vendor/manufacturer shall select
the quantity of R.O. membranes based on water quality and as per
requirement. The system recovery shall be 60% (Approx)
Make- Filmtech Dow/GE/Toray/CSM

6 Nos 58191 349146

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


49

b Supply, Installation, testing and commissioning of Membrane


Housing in FRP Construction suitable for handling 300 psi
pressure for loading of Reverse Osmosis Modules as required
6 Nos 58545 351270
Make : Water life / Linq / UKL /Pentair

5 ANTI SCALENT DOSING SYSTEM :


HDPE TANK
Supply, installation, testing & commissioning of special
antiscalent dosing system consisting of one HDPE tank of 80/100
liters capacity with a positive displacement diaphragm dosing
pump having variable flow rate of (0-6 LPH). The motor shall be
suitable for operation at 240V/ single phase/50 Hertz supply. The
pump shall be supplied complete with necessary polypropylene
piping, valves, and strainers for complete automatic dosing etc. as
reqd.

Dosing Pump Make-ASIA LMI/EDOSE/MILTON ROY 4 Nos 23063 92252


Tank-SINTEX/GANGA/PRAKASH/PERFECT 2 Nos. 2957 5914.0

6 R.O. CLEANING SYSTEM :


Clean in Place Pump :
Supply, installation, testing and commissioning of clean in place
pump of horizontal end suction suitable for a flow rate of 5
cu.m/hr at 28-30 m head. The pump construction shall be SS. The
motor shall be TEFC suitable for a supply of 415V/3 Phase/50 Hz
supply. The pump shall be supplied complete with base channel,
coupling, foundation bolts, isolation valves (Ball valve/Butterfly
valve), NRVs, pressure gauge at inlet and outlet of Pump.Inlet and
out let 1.5 inch Suitable – 1-1.5 HP

Flow Rate : 9 m3/hr(Approx)


Head : 25-30 mtr
Inlet and outlet : 1.5 inch 2 No. 42105 84210
Make: Wilo/CRI/CNP

7 MICRON CARTRIDGE FILTER :

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


50

Supply, installation, testing & commissioning of Micron Cartridge


Filter suitable for flow rate of 6.0 m3/hour to achieve particle
filtration less than 5 micron. The unit comprising of PP Housing
and Polypropylene Cartridge and shall be supplied complete with
inlet & outlet branches, removable cap for replacement of
cartridge, inlet & outlet Pressure gauge complete etc. as reqd.
Make-Thermax /Ion Exchange/Doshion/Venza /Aquawhizz

Dia : 4”
Height : 20” 2 Set 65051 130102

8 INSTRUMENTION :
Supply, installation, testing & commissioning of following
instrumentation mounted on the R.O. System /panel.

a Flow meters (Rota meter) to measure and control the flow of feed/
product stream/reject stream. Nos-3
b Pressure gauges made out of SS 304 Nos-2
c On Line Panel mounted Digital Conductivity meter. No-1

d Pressure switches to control pressure low). -1 No.


e Level switches to control water level in the output storage tanks
(high & low).No-2
f SDI kit No-1 2 Lot 28835 57670
Instrument make- ASTER/UKL/Flowstar/ORION

9 LOW PRESSURE/HIGH PRESSURE SIDE PIPING, VALVES


AND ACCESSORIES :
a Supply, installation, testing & commissioning of UPVC water
pipes from 1.5 Inch to 2 Inch. Pipes shall be joined using solvent
and fittings i.e. Tees, Elbows, Couplers, Unions, Reducers, flanges
for valves as required

Cost shall be inclusive of Fixing / supporting the pipes & fittings


at wall / ceiling level supported by galvanized clamps, hangers etc,
as per specification with direction arrow.

Make: Astral/Adarsh/Prince/Supreme

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


51

b Supplying, fixing, jointing and testing in position the following


SS 304 pipe conforming to ASTM:A312 cut to required lengths
including all necessary fittings and specials such as bends, tees,
unions, reducers, flanges & plugs etc. Fixing at wall/ceiling level
supported by galvanized clamps / supports, hangers etc, as per
specification or chasing in wall / floor and making good the same
by using 1:1 cement mortar over the wire mesh. Painting,
Threading, jointing, and making proper connections. Cutting hole
in wall / floor / slab and making good the same.Make:
Astral/Adarsh /Prince/Supreme

2 Set 118274 236548

10 Centralised control panel made out of CRCA sheet of size


3X4X1.5 deep(ft) min.2mm thick having main contactors for all
pumps (listed above) including SPP, 3 phase thermal overload
relay. The control panel for monitoring and control of RO system
shall include all required signal lamps, HRC fuses, and
Annunciation box with hooter. All control and power cabling of
panel shall be included in the scope of supply of the contractor.
An emergency stop push button shall be provided in the panel.
The MCC plant shall have the following interlocks complete etc.
as reqd.

The plant starts when the level at PST is low and stops when the
level at PST is high.
If the pressure at HPP suction is low, the plant trips.

When the plant stops due to high level, first the HPP stops, after
two minutes DWP and other pumps as anti-scalent/pH
dosing/NaocL dosing pump stops, Closing the inlet valve

The MIMIC provides indications for all the I/Ps and the respective
O/Ps
PST : Permeate Storage Tank
DWP : Domestic Water Pump
HPP : High Pressure Pump
Instrumentation mounted on R O system panel / Instrument panel
shall be separated from wet panel.
Flow meters to measure and control the flow of feed / product and
reject stream.

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


52

Pressure Gauges made out of SS316 (glycerine filled) (Pricol/ H


Guru/Mass)
Panel mounted conductivity meter (digital readout of Rose Mount
IEI/Aster /equivalent).
Pressure switches to control pressure and give low pressure trip.
(Danfoss - Switzer make / Equivalent )
Level switches to control water level in the ouput storage tanks
(For High – Low)
2 Set 54962 109924

11 Supplying and fixing of MSEP Skid of suitable size made out of


MS pipe i/c painting etc. complete as required
2 Each 33117 66234
SH-II (Water Supply Pump Set)
1 SITC of 10 HP open well submersible pump set with totally
enclosed water proof squirrel cage induction motor in the existing
sumps having 80x 65 mm suction & delivery line, delivering of
15.1 LPS @ head of 32 mtrs. suitable for 3 phase, 50Hz, AC
supply complete with connection, testing etc. as reqd. Make
Kirloskar Model No. KOS 1040+/CG/KSB
2 Each 44497 88994

2 Supply,installation,testing and commissioning of panel board with


dust & vermin proof compartmentalized wall/ floor mounting type
cubical panel board made out of not less than 2 mm thick CRCA
sheet, the sheet steel member shall be stiffened by angle iron
framed having suitable sizes 4 strip copper bus bar of 200 amps.
All connections to individual circuit from the bus bar shall be
made out of solid/ flexible wire and all cable terminal shall be
through gland plate. The depth of cubical panel shall not be less
than 300 mm and suitable sizes earth strip shall be provided
around inside the cubical panel. The cubical panel shall be suitable
to incorporate following switchgear i/c connections, powder
coating of approved colour and shades complete etc. as reqd.
(Note : Front area should not be less than 1.2 Sqmtr)

1 Job 32143 32143

3 Supplying and fixing of following accessories in the existing panel


board for open well submersible pump starter.

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


53

a) ML-2 contactor -6 Nos.(Make L&T/GE/Siemens/Scheinider)


b) Overload relay 13-21 amps. - 2 No. (Make L&T/GE/Siemens
/Scheinider)
c) Single Phase Preventer VSP II -2 No.Make Minilec or
equivalent
`
d) 3Ph Ammeter, 5A, with selector switch Class 1 with selector
switch (Make L&T/GE/Siemens/Schenider)

e) 3 Ph Voltmeter with selector switch Class 1 - 2 Set. (Make


L&T/GE/Siemens/Schenider)

f) Indication Light LED Type (RYB) - 3 Nos.


g) CT's 30/5 - 1 set of 3 Nos-2 Set
h) On/Off switch & ON/OFF indication light - 4 set ( for 2 Pump
set)

i) Timer ST 100 - 2 No.


j) 100 Amp 4 Pole 25 KA MCCB Thermal Magnetic Release
MCCB (Ics=100%Icu)-1 No. (Make L&T/GE/Siemens/
Schenider)

k) 63 Amp 4 Pole MCB -2 No. (Make L&T/GE/Siemens


/Schenider)
1 Job 63535 63535

4 Supplying & replacement of 65 mm dia GI pipe medium 'B' class


i/c cutting , welding flange heavy duty at both end of pipe i/c 15 x
65 mm, 4 Nos. nut-bolts, 100mm 1 No. rubber packing complete
i/c painting the same with anti corrosive paint etc. as reqd.
20 Mtr 2334 46680

5 Supplying, laying & fixing of 3 x 6 sq.mm flat submersible copper


cable in the existing pump set i/c cable tie etc. as reqd.
50 Mtr 234 11700

6 Supplying and replacement of 65 mm dia GM NRV flanged type


Horizontal lift check valve of class 1, screwed in cover i/c
connections as reqd.
2 Each 19437 38874

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)


54

7 Supplying and replacement of 65 mm dia GM gate valve flanged


type of class 1, screwed in Bonnet, inside screw, non-rising system
as reqd.
2 Each 19469 38938
SH-III ( Cable Laying and Earthing))
1 Supplying & fixing HDPE pipe as per IS: 4984-1995, PE-63 & 4
Kg /cm2 pressure pipe for protection of LT cable in 0.50 mtr.
Below of ground i/c cutting of road or wall or in surface etc. as
reqd.

a) 50 mm Outer dia 160 Mtr 263 42080

2 Supplying and laying of one number XLPE insulated & PVC


sheathed & armoured aluminium conductor cable of 1.1 KV grade
of following size in the existing RCC/HUME
/STONEWARE/HDPE / Metal pipe / existing open trench etc as
reqd.

a) 3-1/2x50 sqmm 175 Mtr 313 54775

3 Supplying and making end termination with brass compression


gland and aluminium lugs for following size of PVC insulated and
PVC sheathed / XLPE aluminium conductor cable of 1.1 kV grade
as required.

a) 3½ X 50 sq. mm (35 mm) 2 Set 354 708

4 Earthing with G.I. earth pipe 4.5 metre long, 40 mm dia including
accessories, and providingmasonry enclosure with cover plate
having locking arrangement and watering pipe etc. with charcoal/
coke and salt as required.
2 Set 3672 7344

5 Supplying and laying 25 mm X 5 mm G.I strip at 0.50 metre


below ground as strip earth electrode, including connection/
terminating with G.I. nut, bolt, spring, washer etc. as required.
(Jointing shall be done by overlapping and with 2 sets of G.I. nut
bolt & spring washer spaced at 50mm)
20 Mtr 85 1700
Total 2692155

AE(E)P Correction…………Insertion…………Overwriting…………Deletion………. EE(E)

Vous aimerez peut-être aussi