Executive Engineer (E)

Total Page:16

File Type:pdf, Size:1020Kb

Executive Engineer (E)

INDEX

S.NO DETAILS PAGE NO. .

1. INDEX 1

INFORMATION AND INSTRUCTION FOR 2. 2 - 3 CONTRACTORS FOR e-TENDERING

3. CPWD-6 4 – 10

4. CPWD-8 11 – 18

5. SPECIAL CONDITIONS FOR WORK 19 – 21

TERMINATION OF CONTRACT ON 6. 22 DEATH LIST OF PREFERRED MAKES OF 7. 23 – 24 MATERIALS FOR ELECTRICAL WORKS

8. SCHEDULE OF QUANTITY 25 - 26

Executive Engineer (E) CCW : AIR : PATNA

Page 1 of 29 ANNEXURE-A CPWD

INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-TENDERING FORMING PART OF NIT AND TO BE POSTED ON WEBSITE

The Executive Engineer (E), Civil Construction Wing, All India Radio, Doordarshan Campus, Chhajjubagh, Patna – 800 001 ( Fax / Tel. No.: 0612-2227770) on behalf of President of India invites sealed Item rate tenders from approved and eligible contractors of appropriate list of C.P.W.D. / M.E.S. / B.S.N.L. / MTNL / Railways / Odisha State P.W.D. and other building department of State Government if there is no State PWD. E Period st during i which m EMD E at and a e other r c Docume N n o Peri Last nts S I es Time & st od date & submitt r T Name of t date of p of time of ed . work & M opening u Com submiss N N Location o of t pleti ion of o o n Tender to on Tender . e te y n in d ` e r in ` 1 2 3 4 5 6 7 8 9

Page 2 of 29 3 2 / E E ( E ) Providing of power `. / supply arrangement for A.C. Machine at non - 2 ` P A.C. Room at Hostel 9 .5 At T Block, RSTI (T), 02 Up to At Bhubaneshwar. {Block 5 9 15:00 PM N (Two) 15:30 PM 16:00 PM 1 'A' - 2nd floor - 08 1 0 on / nos; Block 'B' - 2nd Month on on floor - 08 nos; Block 4 3. 30.12.201 N s 29.12.2014 30.12.2014 'C' - all floor - 24 nos; 4. 0 4 I Block 'D' - all floor - 24 nos. } 0 0 T 0 / 2 0 1 4 - 1 5

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 bid document consisting of plans, specifications, the schedule of quantities of various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents can be seen and downloaded from website www.tender wizard.com/AIR free of cost. 4. But the bid can only be submitted after depositing processing fee in favour of ITI Limited and uploading the mandatory scanned documents such as Demand Draft or Pay order or Banker`s Cheque or Deposit at call Receipt or Fixed Deposit Receipts and Bank Guarantee of any Scheduled Bank towards EMD in favour of Executive Engineer (E), Civil Construction Wing, All India Radio, Patna Payable at Patna and other documents as specified.

Page 3 of 29 ANNEXURE-A CPWD

5. Those contractors not registered on the website mentioned above, are required to get registered beforehand. If needed they can be imparted training on online bidding process as per details available on the website. 6. The intending bidder must have valid class-III digital signature to submit the bid. 7. On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive the competitor bid sheets. 8. Contractor can upload documents in the form of JPG format and PDF format. 9. Contractor must ensure to quote rate 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 “0”. Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item shall be treated as “0” (ZERO). 10. 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 bids are received satisfying the laid down criterion. 11. The system of uploading the scanned documents for financial instrument such as Demand Draft or Pay Order or Banker’s Cheque or Deposit at call receipt or Fixed Deposit receipts and Bank Guarantee of any Scheduled Bank towards EMD in favour of respective Executive Engineer and processing fee in favour of ITI Limited is dispensed with immediate effect, since the available menu for financial instruments has been modified. Now new drop down menus for mode of payment towards tender processing fee and EMD has been introduced.

List of Documents to be scanned and uploaded within the period of bid 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. 2. Enlistment Order of the Contractor along with Electrical contractor license. 3. Certificate of work experience. 4. Affidavit as per clause 1.2.3 of CPWD 6. 5. Certificate of Registration for Sales Tax / VAT and Service Tax and acknowledgement of up to date filed return if required.

Executive Engineer (E), C.C.W : A.I.R : PATNA

Page 4 of 29 Page 5 of 29 CPWD-6 CPWD

1. Item rate/percentage rate tenders are invited on behalf of President of India from approved and eligible contractors of CPWD / M.E.S. / B.S.N.L. / MTNL / Railways / Bihar State P.W.D. and other building department of State Government if there is no State PWD. for the work

Name of Works:- Providing of power supply arrangement for A.C. Machine at non - A.C. Room at Hostel Block, RSTI (T), Bhubaneshwar{ Block 'A' - 2nd floor - 08 nos., Block 'B' - 2nd floor - 08 nos., Block 'C' - all floor - 24 nos., Block 'D' - all floor - 24 nos. }.

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

In case the last date of submission of tender is extended, the enlistment of contractor should be valid on the original date of submission of tenders. 1.1.The work is estimated to cost `.295144.00. This estimate, however, is given merely as a rough guide.

1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major discipline will consolidate NITs for calling the tenders. He will also nominate Division which will deal with all matters relating to the invitation of tenders.

For composite tender, besides indicating the combined estimated cost put to tender, should clearly indicates the estimated cost of each component separately. The eligibility of bidder will correspond to the combined estimated cost of different components put to tender.

1.2 Tenders will be issued to eligible contractors provided they produce definite proof from the appropriate authority, which shall be to the satisfaction of the competent authority, of having satisfactorily completed similar works (Internal E.I.) of magnitude specified below: Criteria of eligibility for issue of tender documents

1.2.1 Conditions for CPWD / Non-CPWD contractors. For works estimated cost up to `.20 Crore

Three similar works each of value not less than 40% of estimated cost or two similar work each of value not less than 50% of estimated cost or one work of value not less than 80% of estimated cost (rounded to nearest `.10 lac)in last 7 years ending last day of the month previous to the one in which the tenders are invited.

Note :-For works costing above `.5 Crore but up to `.20 Crore, when tenders are open to non-CPWD contractors also, then class II contractors of CPWD shall also be eligible if they satisfy the eligibility criteria apecified in 1.2.1 above.

Page 6 of 29 CPWD-6 CPWD 1.2.2 Criteria of eligibility for CPWD as well as non-CPWD contractors. For works estimated to cost above `.20 Crore. Three similar works each of value not less than 40% of estimated cost or two similar work each of value not less than 60% of estimated cost or one work of value not less than 80% of estimated cost (rounded to nearest `.10 lac)in last 7 years ending last day of the month previous to the one in which the tenders are invited.

The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum, calculated from the date of completion to the last date of receipt of application for tender. This is applicable for 1.2.1 as well 1.2.2.

1.2.3 To become eligible for issue of tender, the bidder shall have to furnish an affidavit as under :- I/We undertake and confirm that eligible similar works(s) has/have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred for tendering in CCW, AIR in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer- in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. (Scanned copy to be uploaded at the time of submission of bid) 1.2.4 When tenders are invited from non CPWD contractors and CPWD class II contractors, it will be mandatory for non CPWD contractors and CPWD class-II contractors to upload the work experience certificate(s) and the affidavit as per the provisions of clause 1.2.3. But for such tenders, Class-I contractors of CPWD are eligible to submit the bids without submission of work experience certificate and affidavit. Therefore, CPWD class-I contractors shall upload two separate letters for experience certificate and affidavit that these documents are not required to be submitted by them. Uploading of these two letters is mandatory otherwise system will not clear mandatory fields.

2. Agreement shall be drawn with the successful bidder on prescribed Form No. CPWD 7/8 (or other Standard Form as mentioned) which is available as a Govt. of India Publication. 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 03 (Three) 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. OR The site for the work shall be made available in parts as specified below:-

Page 7 of 29 CPWD-6 CPWD

5. The tender document consisting of plans, specifications, the schedule of quantities of various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents except Standard General Conditions of Contract Form can be seen from website www.tenderwizard.com/AIR free of cost.

6. After submission of the bid the contractor can re-submit revised bid any number of times but before last time and date of submission of tender as notified.

7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of times (he need not re-enter rate of all the items) but before last time and date of submission of tender as notified.

8. When 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 ` .5903.00 in the form of Treasury Challan or Demand Draft or Pay order or Banker`s Cheque or Deposit at Call Receipt or fixed deposit receipt (drawn in favour of Executive Engineer (E), Civil Construction Wing, All India Radio, Patna Payable at Patna shall be scanned and uploaded to the e-tendering website within the period of bid submission and original should be deposited in the office of Executive Engineer (E), Civil Construction Wing, All India Radio, Patna.

A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50% of earnest money or ` 20 lacs, whichever is less, will have to be deposited in shape prescribed above, and balance in shape of Bank Guarantee of any scheduled bank which is to be scanned and uploaded by intending bidders.

Interested contractor who wish to participate in the bid has also to make following payments within the period of bid submission:

(i) e-Tender Processing Fee - ` .843.00 shall be payable to “M/s. ITI Limited” through gateway by credit / Debit card, internet banking or RGTS / NEFT facility.

Treasury Challan or Demand Draft or Pay Order or Banker`s Cheque or Deposit at Call Receipt or FDR or Bank Guarantee against EMD shall be placed in single sealed envelope superscripted as “Earnest Money” with name of work and due date of opening of the bid also mentioned thereon.

Copy of Enlistment Order and certificate of work experience and other documents as specified in the press notice shall be scanned and uploaded to the e-Tendering website within the period of bid submission and certified copy of each shall be deposited in a separate envelop marked as “Other Documents”.

Page 8 of 29 CPWD-6 CPWD Both the envelopes shall be placed in another envelope with due mention of Name of work, date & time of opening of bids and to be submitted in the office of Executive Engineer after last date and time of submission of bid and up to 15.00 Hrs. on 30.12.2014 The documents submitted shall be opened at 15.30 Hrs. on same day.

Online bid documents submitted by intending bidders shall be opened only of those bidders, who have deposited e-Tender Processing Fee with M/s. ITI Limited and Earnest Money Deposit and other documents placed in envelope are found in order.

The bid submitted shall be opened at 16:00 Hrs on 30.12.2014.

10. The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if : (i) The bidder is found ineligible.

(ii) The bidder does not upload all the documents (including service tax registration / VAT registration / Sales Tax registration) as stipulated in the bid document.

(iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard copies as submitted physically in the office of tender opening authority.

11. The contractor, whose tender is accepted, will be required to furnish performance guarantee of 5% (Five Percent) of the tendered amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than `.10,000/-) or Deposit at Call receipt of any scheduled bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any Scheduled Bank of any scheduled bank (in case guarantee amount is less than `.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.

12. Intending Bidders 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 bidder shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charge

Page 9 of 29 CPWD-6 CPWD consequent on any misunderstanding or otherwise shall be allowed. The bidder 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 bidder 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 bidder shall be summarily rejected.

14. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection.

15. The competent authority on behalf of President of India reserves to himself the right of accepting the whole or any part of the tender and the bidder shall be bound to perform the same at the rate quoted.

16. The contractor shall not be permitted to tender for works in the C.C.W, A.I.R, 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 Civil Construction Wing, All India Radio or in the Ministry of Urban Development. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this Department.

17. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of one year after his retirement from Government service, without the previous permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Government of India as aforesaid before submission of the tender or engagement in the contractor’s service.

18. The tender for the works shall remain open for acceptance for a period of ninety (90) days from the date of opening of tenders/Ninety days from the date of opening of financial bid in case tenders are invited on 1 bid system (strike out as the case may be) if any bidder withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and CPWD-6 CPWD

Page 10 of 29 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 bidder shall not be allowed to participate in the retendering process of the work.

19. This notice inviting Tender shall form a part of the contract document. The successful bidder/contractor, on acceptance of his tender by the Accepting Authority shall within 15 days from the stipulated date of start of the work, sign the contract consisting of:-

a) The Notice Inviting Tender, all the documents including additional conditions, specifications and drawings, if any, forming part of the tender as uploaded at the time of invitation of tender and the rates quoted online at the time of submission of bid and acceptance thereof together with any correspondence leading thereto.

b) Standard C.P.W.D. Form 7/8 or other Standard C.P.W.D. Form as mentioned

19.1.2 The tender document will include following three components:

Part A:- CPWD-6, CPWD-7/8 including schedule A to F for the major component of the work, Standard General Conditions of Contract for CPWD 2010 or latest edition as applicable with all amendments/modifications.

Part B:- General / specific conditions, specifications and schedule of quantities applicable to major component of the work.

Part C:- Schedule A to F for minor component of the work. (SE/EE in charge of major component shall also be competent authority under clause 2 and clause 5 as mentioned in schedule A to F for major components) General/specific conditions, specifications and schedule of quantities applicable to minor component(s) of the work.

19.1.3 The bidder must associate with himself, agencies of the appropriate class ligible to tender for each of the minor component individually.

19.1.4 The eligible bidders shall quote rates for all items of major component as well as for all items of minor components of work.

19.1.5 After acceptance of the tender by competent authority, the EE in charge of major component of the work shall issue letter of award on behalf of the President of India. After the work is awarded, the main contractor will have to enter into one agreement with EE in charge of major component and has also to sign two or more copies of agreement depending upon number of EE’s/DDH in charge of minor components. One such signed set of agreement shall be handed over to EE/DDH in charge of minor component. EE of major component will operate part A and part B of the agreement. EE/DDH in charge of minor component(s) shall operate Part C along with Part A of the agreement.

Page 11 of 29 CPWD-6 CPWD

19.1.6 Entire work under the scope of composite tender including major and all minor components shall be executed under one agreement.

19.1.7 Security Deposit will be worked out separately for each component corresponding to the estimated cost of the respective component of works. The Earnest Money will become part of the security deposit of the major components of work. 19.1.8 The main contractor has to associate agency(s) for minor component(s) conforming to eligibility criteria as defined in the tender document and has to submit detail of such agency(s) to Engineer-in-charge of minor component(s) within prescribed time. Name of the agency(s) to be associated shall be approved by Engineer-in- charge of minor component(s).

19.1.9 In case the main contractor intends to change any of the above agency/agencies during the operation of the contract, he shall obtain prior approval of Engineer-in- charge of minor component. The new agency/agencies shall also have to satisfy the laid down eligibility criteria. In case Engineer-in-charge is not satisfied with the performance of any agency, he can direct the contractor to change the agency executing such items of work and this shall be binding on the contractor.

19.1.10 The main contractor has to enter into agreement with contractor(s) associated by him for execution of minor component(s). Copy of such agreement shall be submitted to EE/DDH in charge of each minor component as well as to EE in charge of major component. In case of change of associate contractor, the main contractor has to enter into agreement with the new contractor associated by him.

19.1.11 Running payment for the major component shall be made by EE of major discipline to the main contractor. Running payment for minor components shall be made by the Engineer-in-charge of the discipline of minor component directly to the main contractor.

19.1.12 Final bill of whole work shall be finalized and paid by the EE of major component. Engineer(s) in charge of minor component(s) will prepare and pass the final bill for their component of work and pass on the same to the EE of major component for including in the final bill for composite contract.

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, 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 bidder shall not be allowed to participate in the retendering process of the work.

Executive Engineer (E) C.C.W : A.I.R : PATNA

Page 12 of 29 CPWD-8 CPWD

PRASAR BHARATI CIVIL CONSTRUCTION WING : ALL INDIA RADIO

STATE : Odisha CIRCLE : KOLKATA BRANCH : E & M DIVISION : PATNA ZONE : EZ SUB-DIVISION : BBSR

Item Rate Tender & Contract for Works

Tender for the work of:-

Name of Works:- Providing of power supply arrangement for A.C. Machine at non - A.C. Room at Hostel Block, RSTI (T), Bhubaneshwar{ Block 'A' - 2nd floor - 08 nos., Block 'B' - 2nd floor - 08 nos., Block 'C' - all floor - 24 nos., Block 'D' - all floor - 24 nos. }.

To be submitted by 15:30 hours on 29.12.2014 As per Annexure ‘A’ to the Executive Engineer (E), Civil Construction Wing, All India Radio, Doordarshan Campus, Chhajjubagh, Patna – 800 001 (ii) To be opened in presence of bidders who may be present at 16:00 hours on 30.12.2014 As per Annexure ‘A’ in the office of the Executive Engineer (E), Civil Construction Wing, All India Radio, Doordarshan Campus, Chhajjubagh, Patna – 800 001

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

(Contractor) Signature of officer issuing the documents ……..… … … … … … … … … … … … … Designation Executive Engineer (E), Civil Construction Wing, All India Radio, Patna Date of Issue … ….… … … … …… … …… … … … … … … … …… … … … … … …

T E N D E R

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 as per time schedule of mile stone(s) and within the time specified in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in clause 11 of the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

Page 13 of 29 CPWD-8 CPWD

We agree to keep the tender open for Ninety (90) days from the due date of its opening/ninety days from the date of opening of financial bid.

A sum of `.5903.00 is hereby forwarded in cash/receipt treasure Challan / deposit at call receipt of a scheduled bank/ fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee issued by a scheduled bank as earnest money. If I/we, fail to furnish the prescribed performance guarantee within prescribed period, I/we agree that the said President of India or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/we fail to commence work as specified, I/we agree that President of India or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, up to maximum of the percentage mentioned in Schedule ‘F’ and those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of tender form. Further, I/we agree that in case of forfeiture of earnest money or both Earnest Money & Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.

I/We undertake and confirm that eligible similar works (s) has/have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred for tendering in CCW, AIR 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 authorised 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: Occupation:

Page 14 of 29 CPWD-8 CPWD

A C C E P T A N C E

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the President of India for a sum of Rs … … … … … … ………… (Rupees … … … … … … … … … … … … … … … … … … … … … … … … … … ……...… ..) The letters referred to below shall form part of this contract Agreement:- i) … … … … … … … … . ii) iii)

For & on behalf of the President of India. Signature ………..……………….. Dated…………. Designation ……………………..

Page 15 of 29 CPWD-8 CPWD

S C H E D U L E S SCHEDULE ‘A’ Schedule of quantities (Enclosed) at page No 25 to 26

SCHEDULE ‘B’ Schedule of materials to be issued to the contractor.

S.No. Description of item Quantity Rates in figures Place of Issue & words at which the material will 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/documents for the work, if any. ______NIL ______

SCHEDULE ‘E’

Reference to General Conditions of contract. Name of Works:- Providing of power supply arrangement for A.C. Machine at non - A.C. Room at Hostel Block, RSTI (T), Bhubaneshwar{ Block 'A' - 2nd floor - 08 nos., Block 'B' - 2nd floor - 08 nos., Block 'C' - all floor - 24 nos., Block 'D' - all floor - 24 nos. }. Estimated cost of work: `.295144.00

Earnest money : `.5903.00

Performance Guarantee: 5% of Tendered Value.

Security Deposit : 5% of Tendered Value.

Page 16 of 29 CPWD-8 CPWD

SCHEDULE ‘F’

General Rules & Directions:

Officer inviting tender Executive Engineer(E), C.C.W : A.I.R : PATNA

Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in see under Clause 12 accordance with Clauses 12.2 & 12.3 Definitions:

2(v) Engineer-in-Charge Executive Engineer(E), C.C.W : A.I.R : PATNA

2(viii) Accepting Authority Executive Engineer(E), C.C.W : A.I.R : PATNA

2(x) Percentage on cost of materials and labour to cover all overheads and profits 15% 2(xi) Standard schedule of Rates Delhi Schedule of Rates 2012 & Market Rates 2(xii) Department Prasar Bharati, C.C.W, A.I.R.

9(ii) Standard CPWD contract form CPWD 8 Form modified & corrected upto date. Clause 1 i) Time allowed for Submission of performance guarantee from the 15 Days. date of issue of letter of acceptance ii) Maximum allowable extension beyond the period as provided in 07 Days. (i) above. Clause 2 Authority for fixing compensation Superintending Engineer (E), under clause 2. C.C.W : A.I.R : KOLKATA

Clause 2A Whether clause 2A shall No be applicable Clause 5 Number of days from the date of ……………10 Days…….. issue of letter of acceptance for reckoning date of start

Page 17 of 29 CPWD-8 CPWD

Mile stone (s) as per table given below:-

TABLE OF MILE STONE(S)

S. DESCRIPTION OF TIME ALLOWED IN AMOUNT TO BE WITH- NO. MILESTONE DAYS (FROM THE HELD IN CASE OF NON- (PHYSICAL) DATE OF START) ACHIEVEMENT OF MILESTONE.

------NA ------

Time allowed for execution of work : 03 (Three) Months.

Authority to Decide: Extension of time Executive Engineer (E), C.C.W : A.I.R : Patna

Rescheduling of mile stones N.A.

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. Clause 10A List of testing equipment to be Provided by the contractor at site lab ------Nil------4.------Nil------Nil------5.------Nil------Nil------6.------Nil------Clause10B(i ) Whether clause 10-B(i) shall be applicable Yes

Clause 10C Component of labour expressed as percent of N.A. value of work

Page 18 of 29 CPWD-8 CPWD

Clause 10CA Whether clause 10CA shall be Applicable. No Materials covered under Nearest material for which All Base price of all material this clause India covered under Clause 10 CA Wholesale Price Index is to be followed ------Nil------Nil------Nil------Nil------Nil------Nil------Nil------Nil------Nil------Clause 10CC Clause 10CC to be applicable in contracts with stipulated period of 18 Months (Eighteen Months) completion exceeding the period shown in next column : Schedule of component of cement, steel, other materials, Labour etc. for price escalation: CLAUSE 10 CC Not admissible. Component of cement-expressed as percent of total value of ‘Xc’ Nil % work. Component of steel-expressed as percent of total value of ‘Xs’ Nil % work. Component of civil (except cement & steel) / Electrical construction materials-expressed as percent of total value of ‘Xm’ Nil % work. Component of labour-expressed as percent of total value of ‘Y’ Nil % work. Component of P.O.L.-expressed as percent of total value of ‘Z’ Nil % work. Clause 11 Specifications to be followed CPWD General specifications for electrical works Part-IV sub station 2007 and Part-I Internal 2005, Part-2 External amended upto date. Clause 12 12.2 & Deviation limit beyond which 12.3 clauses 12.2 & 12.3 shall apply 30% on individual items for electrical work.

12.5 Deviation limit beyond which clauses 12.2 and 12.3 shall apply 100% for foundation work.

Clause 16 Competent Authority for deciding Superintending Engineer reduced rates. (E), C.C.W : A.I.R : KOLKATA Clause 18 List of mandatory machinery, tools & plants As required for timely

Page 19 of 29 to be deployed by the contractor at site. execution of work

CPWD-8 CPWD

Clause 36 (i) Requirement of Technical Representative (S) and Recovery Rate.

SL. Minimum Dis Designation Mini N Rate at which recovery shall No Qualification of cipl (Principal mu u be made from the contractor Technical ine Technical / m m in the event of not fulfilling Representative Technical expe be provision of clause 36(i) representative) rien r Figures Words. ce

As per CPWD Works manual 2012 amended upto date

Assistant Engineers retired from Government services that are holding Diploma will be treated at par with Graduate Engineers. Clause 42 i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates 2007 printed by C.P.W.D. ii) Variations permissible on theoretical quantities. a) Cement for works with estimated cost put to NIL. tender not more than Rs.5 lakhs for works with estimated cost put to 2% plus/minus. tender more than Rs.5 Lakhs. b) Bitumen for all works. 2.5% plus only & nil on minus side. c) Steel Reinforcement and structural steel sections for each diameter, section and 2% plus/minus. category.

d) All other materials. Nil. RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION ______Sl. Description of Item Rates in figures and words at which No. recovery shall be made from the Contractor. ______Excess beyond Less use beyond permissible variation the permissible variation. ______Cement Nil Not Allowed 2. Steel reinforcement Nil Not Allowed

Executive Engineer (Elect),

Page 20 of 29 C.C.W : A.I.R : PATNA

Page 21 of 29 SPECIAL CONDITIONS OF WORK

1. The work shall be carried out in accordance with the General specification for Electrical Works Part - I, 2013 & General specification Sub-station Part - IV .2005 as amended up to date. All Installations shall comply with the requirements of Indian Electricity Rules, 1956 and local bye- laws as amended up to date, specifically electrical energy meters must be got tested and approved by State Electricity Board concerned. 2. All materials to be arranged by the contractor for use in work must be got approved by the Engineer - in - charge well in advance before actually used in the works at site. 3. Bad workmanship is liable to be rejected in Toto. 4. The contractor / his supervisor will be bound to sign the site order book and to carry out the Instructions given therein. 5. All repairs and petty works shall be neatly carried out to match with the original finish and to the entire satisfaction of the Engineer - in - charge and damage to be made good immediately by the contractor at his own cost 6. The space for storing the material will be provided departmentally but materials watch and ward will be at contractor's cost. He will also be responsible for watch and ward of the installation till the completion and handing over of the works. 7. The contractor shall make his own arrangement at his own cost for all general and electrical tools and plants required for execution of work at side. 8. All debris comes during the electrical work shall be removed and site shall be cleared by the contractor, as such as the work is completed. 9. Issue of materials to the contractor whenever stipulated will be regulated based on needs at time to time depending upon the progress of the work. These materials shall be issued to him as per the terms and conditions mentioned in material schedule of agreement. Safe custody of Government materials shall be the responsibility of the contractor till the complete work handed over. Any damage / loss to the stores issued by the department, during the storage or till the installation is taken over, shall be on contractors account. 10. The conduit layout shall be prepared in advance by the agency. The conduit layout shall indicate the route, position of junction box and size of conduit. The copy of the same shall be submitted to the Engineer - in - Charge in advance for getting written approval from the Competent Authority before the actual execution of the work at site. 11. Unless otherwise mentioned in the schedule of work. The contractor shall use the following makes of materials in the work a) PVC insulated FR copper conductor cable shall be used in wiring with strict colour coding. Following colour coding shall be followed in wiring:- Phase - Red / Yellow / Blue (Three phase wiring) Live – Red (for single Phase wiring) Neutral – Black, Earth – Green. b) 5 Amps. & 15 Amps. Switches and sockets will be flush pattern modular type and ISI marked. c) MCB’s MCBDBs (non industrials type ) for technical areas of Studios and co - sited continuous administrative buildings will be of specified make. d) Switch fuse units, fuse switch units will be used of make L&T / Siemens / GEC / Alsthom wherever specifically not mentioned. e) Switch fuse unit and fuse switch units will be as per IS-4064.

Page 22 of 29 12. In case the particular make of materials mentioned under condition SI. No. 11 as above or under schedule of work are not available at the time of execution, the alternate make should be approved by the Engineer - in - Charge before its use. 13. Any work done by the department out of the schedule attached with the agreement before award of the work shall be recovered from the contractor’s bill at the rates of actual execution of such work. The contractor should ensure that he made himself satisfy regarding the quantity of work done by the department / other agencies before the start of work. 14. Thimbles are to be provided for termination of cable / wires without any extra charges for cable / wires termination of size 1.5 sq.mm and above. 15. The brass batten holder / angle holder should be as per IS1 specifications. 16. (i) The agency shall be given three days time to lay the slab conduits in the part of the building, whichever will be made ready by the building contractor and in case, the agency fails, to do this work, the same shall be carried but departmentally after two days notice recorded in the site order book by the field staff and the recovery as per actual execution done shall be made from the agency’s bill. (ii) Similarly, in case of fixing conduits in walls, the needful action should be done by the Electrical agency prior to plastering and in no case beyond 3 days of written instructions in site order book, failing which the same shall be done departmentally without any further notice and the recovery at the actual execution rate shall be made from the agency’s bill. (iii) The decision on above by Engineer - in charge, shall be final and binding on the agency." 17. For fabricated equipments, the contractor will first submit dimensional detailed drawings, for approval before fabrication is taken up in the factory. Suitable stage inspection at factory also will be made to ensure proper use of materials, workmanship and quality control. 18. All the equipments will be factory fabricated in an approved factory having modem fabrication and testing process. It shall have seven tank pretreatment process comprising of degreasing, rinsing, de-rusting. Rinsing, phosphatising. Rinsing and passivation followed by powder coat painting having a paint thickness of 60 microns or as specified. The powder paint will be subjected to oven-heated process. All panels will be provided with suitable gasket to make it dust/vermin proof. 19. Cubicle panel shall be floor mounted (on a base frame) totally enclosed and extensible type. The general construction shall conform to IS: 8623/93. Degree of IP protection shall be. IP-42 for indoor application and IP-54 for outdoors. 20. The panel shall be compartmentalized type having space and arrangement for incoming cable/bus ducting, incoming switchgear/switchgears, bus coupler, insulated and properly supported compartmentalized bus bars, outgoing compartmentalized switchgear, bus bar supports, joint shrouds, cable alleys of suitable size for cabling routing, support and terminations, interconnection between bus bars and switchgear with auxiliary bus bars/insulated conductors/strips etc. 21. It shall be fabricated out of CRCA not less thanj2.0 mm thick for load bearing members and 1.6mm for doors of LT panels. The framework may be Angle Iron/Channel/Bolted type construction. Operating handle of the highest unit Shall he at a height not more than 1.7 mtr. Overall height of the board shall not exceed 2.3 meter. 22. Cable entries shall be provided either from the rear or from the front through cable alleys of suitable size. Removable gland plate to be provided for each cablc entry.

Page 23 of 29 Cable support arrangement to be provided inside cable alley so that cables arc neatly arranged and fixed. From each outgoing switch, insulated strip/conductor of suitable size to be provided up to suitable terminal block, which will receive Incoming/outgoing cable termination. It is desirable that cables are not terminated directly to switchgear, but. terminated through proper terminal blocks. 23. Terminal block of reputed make shall be used. The housing material shall be polyamide having unbreakable and fire-retardant characteristic. All the metal parts shall be made up of copper alloy including the screws. Mounting shall be ‘Din’ or ‘G- rail’ type. Screws shall be self captive type. The block should be touch proof. 24. 2 Nos. 20x3 mm copper strip for LT panel upto 400 Amp, capacity or 2 Nos. 20x5 mm copper strip for LT panel of higher capacity shall be fixed all around the panel connected to 2 Nos. earth bus copper strips connected to incoming earth conductors. 25. The cost of M.S. Channel / angle iron is inclusive with the cost of panel as per dimension indicated in the drawing.

Page 24 of 29 TERMINATION OF CONTRACT ON DEATH

Without prejudice to any of the rights or remedies under this contract if the contractor dies, the Divisional officer on behalf of the President of India shall have the option of terminating the contract without compensation to the contractor.

Whenever any claim, against the contractor from the payment of a sum money arises out or under the contractor, Government shall be entitled to recover such by appropriating. In part of whole, the security deposits of the contractor and he shall any Government promise notes, etc. forming the whole or part of such security. In the event of the security being insufficient or if no sum recoverable as the case may be shall be deducted from any sum then due, which at any time where after may become due from the contractor under this or any other contract with Government should this sum be not sufficient to cover the full amount recoverable the contractor shall be to Government on demand the balance remaining due.

Government shall have the right to cause any audit and technical examination of the works and till bill of the contractor including all supporting vouchers, abstracts etc. to be made after payment of the final bill and if as a result of such audit and technical examination any sum is found to have been overpaid in respect of any work done by him under contract and found not to have been executed the contractor shall be liable to refund the amount cover the same from him the manner prescribed in clause 1A of this clause or in any other manner legally permissible and if as result of audit and technical examination it is found that the contractor was paid less than what was due to him under if the amount of such under payment shall be fully paid by the Government to the contractor.

Provided the Government shall not entitled to recover any such overpaid, nor the contractor shall be entitled to payment of any such paid short whereas payment has been agreed upon between the Superintending Engineer or Executive Engineer on the one hand and the contractor on the other hand under any term of the contract permitting payment for work after assessment by the Superintending Engineer or the Executive Engineer.

Executive Engineer(E) C.C.W : A.I.R : PATNA

Page 25 of 29 LIST OF PREFERRED MAKES OF MATERIALS FOR ELECTRICAL WORKS S.No. Description of Materials ACCEPTABLE MAKE 1 FR PVC insulated copper conductor wire as per IS 694/1990 a Upto 4.0 sq.mm. Similar to M/S R R KABLE's RR - UNILAY / Finolex / Evershine KDK / L&T / Plaza make b Sizes above 4.0 sq.mm. R R KABLE / Finolex / Evershine KDK / L&T / Plaza make 2 a Steel conduit of all sizes AKG / BEC / ECW make (ISI marked)

b PVC conduit of all sizes Precession / AKG make / Plaza (ISI marked) 3 a Piano type switch, sockets Anchor / Kolors / Cona make. (Polycarbonate, ISI marked) b Modular Switch & sockets, Legrand (Mosaic) / Cabtree blanking plate, Fan Regulator. (Picadelly/Athena) / MK (Ivory) / KOLORS / Anchor by Panasonic / INDOASIAN make. 4 GI Box for modular switch & socket, make similar to modular switch, socket to be cover plate used 5 C.T. Kappa / kaycee make 6 a Analog / Digital Ammeter ( 96 AE / Rishabh / L&T / Kaycee / HPL make Sq.mm. size ) b Analog / Digital Voltmeter ( 96 AE / Rishabh / L&T / Kaycee / HPL make Sq.mm. size, 0 - 500V ) 7 Ammeter / Voltmeter selector switch kaycee / Salzer / Rishabh / Simens make 8 Phase indicator ( R - Y - B ) ESBEE / Essen / Teenik make 9 Toggle Switch BCH / ESBEE make 10 MCB DB of all sizes Havell’s / Indo-Asian / Standard / HPL / Socomec / Adhunik / Legrand / Simens / hagger / Moeller / Schnieder / Anchor by Panasonic make 11 MCB / MCCB ( SP / SPN / DP / TP / Havell’s / Indo-Asian / Standard / HPL / TP&N / FP & of all breaking capacity, Socomec / Adhunik / Legrand / Simens / 'B' / 'C' series) hagger / Moeller / Schnieder / Anchor by Panasonic make 12 blanking Plate Similar to make of DB 13 Industrial plug & socket (2P + E) Havell’s / Indo-Asian / Standard make 14 XLPE insulated armoured aluminium Finolex / CCI / LAP / Torrent / Havells make. conductor Cable of all sizes 15 Loose wire box ( Cable end loop box ) Havell’s / Indo-Asian / Standard / HPL / Socomec make. 16 a Fluorescent fittings (suitable for Phillips / Crompton / Wipro / Havell’s / HPL T5 lamp) make. b Indoor luminaire ( Suitable for Phillips / Crompton / Wipro / Havell’s / HPL CFL / PL lamp ) make. c Outdoor luminaire (LED type) Phillips / AMKA Greenstar / GE / HPL / Cromptom / Havells make. 17 Ceiling fan (1200 / 1400 mm sweep) Crompton / Orient / Usha / Khaitan / Polar make (BEE certified) 18 Heavy duty Exhaust fan of all sizes khaitan / EPC / Havell’s / Crompton make (BEE Certified)

Page 26 of 29 19 Submersible pump motor BE / Crompton / Kirloskar / KSB make. 20 Energy meter Secure / Palmohan / HPL make ( must be approved by local power supply authority ) 21 Earthing ( Eco friendly / Chemical ) Eco safe ( Product of JEF Techno Solutions Pvt. Ltd.) 22 FSU / SDFU (in SSE / open execution L&T / Siemens / Schnieder / Indo Asian make. type ) 23 Capacitor for power factor L&T EXCEL / Schnieder / Simens make. improvement 24 Contactor for APFC Panel Siemens / L&T make (Capacitor duty ) 25 APFC relay Beluk / L&T / Socomec / Conzerv (Schineder) make 26 GI pipe (medium) TATA / Jindal make. 27 a lamps/ tubes Philips / Osram / Surya / Havell’s make. b Retrofit tube 28 W HPL / Havells / Philips / Wipro make. 28 All other items Makes as mentioned below each item of the schedule of work 29 Any item not covered above Either ISI marked or If ISI marked is not available then as per approval of Engineer in- Charge.

Executive Engineer(E) C.C.W : A.I.R : PATNA

SCHEDULE OF QUANTITY Name of work : Providing of power supply arrangement for A.C. Machine at non - A.C. Room at Hostel Block, RSTI (T), Bhubaneshwar. { Block 'A' - 2nd floor - 08 nos; Block 'B' - 2nd floor - 08 nos; Block 'C' - all floor - 24 nos; Block 'D' - all floor - 24 nos. }

NAME OF THE FIRM

S.No. Description of Item Qty Unit Rate in figures Wiring for circuit/ submain wiring alongwith earth wire with the following sizes of FR 1 PVC insulated copper conductor, single core cable in surface/ recessed medium class PVC conduit as required.

Page 27 of 29 i) 2 X 4 sq. mm + 1 X 4 sq. 600 Mtrs. mm earth wire ii) 4 X 4 sq. mm + 2 X 4 sq. 150 Mtrs. mm earth wire Supplying and fixing following size/ modules, GI box alongwith modular base & 2 cover plate for modular switches in recess etc as required. i) 4 Module (125mmX75mm) 64 Each ii) 1 or 2 Module 64 Each (75mmX75mm) Supplying and fixing modular blanking plate on the existing 3 modular plate & switch box 128 Each excluding modular plate as required. S.No. Description of Item Qty Unit Rate in figures Supplying and fixing single pole blanking plate in the 4 24 Each existing MCB DB complete etc. as required. Supplying, Instalation, Testing and Commissioning of Power unit (16 A - 20 A ) along with plate, starter; socket & plug top 5 64 Each on the existing modular switch box i/c connection etc. as required. (M/s. Cabtree / similar make) Supplying and fixing 5 amps to 32 amps rating, 240/415 volts, "C" curve, miniature circuit breaker suitable for inductive 6 load of following poles in the existing MCB DB complete with connections, testing and commissioning etc. as required. i) Single pole 90 Each

ii) Triple pole and neutral 8 Each 7 Supplying and fixing following way, horizontal type three pole and neutral, sheet steel, MCB distribution board, 415 volts,

Page 28 of 29 on surface/ recess, complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without MCB/RCCB/Isolator) i) 8 way (4 + 24), Double door 2 Each TOTAL AMOUNT

EXECUTIVE ENGINEER(E), C.C.W. : A.I.R. : PATNA

Page 29 of 29

Recommended publications