Thanks to visit codestin.com
Credit goes to www.scribd.com

0% found this document useful (0 votes)
18 views48 pages

Document PWD

The document outlines the tender process for the SITC of VRV/VRF system for Central Air Conditioning at the Administrative Block of Frontier Hqrs. SSB Lucknow, with an estimated cost of ₹2,48,69,482. It provides detailed eligibility criteria for bidders, including financial requirements and necessary documentation for submission. The deadline for bid submission is set for July 3, 2025, with specific instructions for the e-tendering process and original Earnest Money Deposit (EMD) requirements.

Uploaded by

alokratan10
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
18 views48 pages

Document PWD

The document outlines the tender process for the SITC of VRV/VRF system for Central Air Conditioning at the Administrative Block of Frontier Hqrs. SSB Lucknow, with an estimated cost of ₹2,48,69,482. It provides detailed eligibility criteria for bidders, including financial requirements and necessary documentation for submission. The deadline for bid submission is set for July 3, 2025, with specific instructions for the e-tendering process and original Earnest Money Deposit (EMD) requirements.

Uploaded by

alokratan10
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 48

1

INDEX

Name of Work: SITC of VRV/VRF system for Central Air Conditioning in


Administrative Block at Frontier Hqrs. SSB Lucknow.
1 INDEX : 1

2 INFORMATION & INSTRUCTIONS FOR CONTRACTORS FOR E-TENDERING : 2-5

3 RECEIPT OF DEPOSITION OF ORIGINAL EMD (ANNEXURE-I) : 6

4 NOTICE INVITING TENDER- C.P.W.D.-6 : 7-12

5 C.P.W.D.- 7/8 AND SCHEDULE ‘A’ TO ‘F’ : 13-19

6 INTEGRITY PACT : 20-23

7 FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND (ANNEXURE-A) : 24-25

8 AFFIDAVIT FOR BANK GUARANTEE (ANNEXURE – B) : 26

9 ANNEXURE – II (FOR LIST OF MANDATORY MACHINERY AND T&P) : 27

10 MILE STONE CHART : 28

11 TERMS AND CONDITION & ADDITIONAL TECHNICAL SPECIFICATION : 29-38

12 PREFERRED MAKE LIST : 39-40

13 SCHEDULE OF QUANTITY : 41-47

14 ELIGIBILITY BID : 48

NIT No.: 53/EE(E)/LKO/2025-26 containing 1 to 48 pages is here by approved for Rs


2,48,69,482/- (Rs. Two Crore Forty Eight Lacs Sixty Nine Thousand Four Hundred
Eighty Two only).

C
I NIL
O AE(E)(P)
2

ds0yks0fu0fo0 CPWD-6
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR E-TENDERING FORMING
PART OF BID DOCUMENT
(Applicable for inviting open bids)
PERCENTAGE RATE TENDER
Executive Engineer (E.), Lucknow Electrical Division, C. P. W. D., Lucknow, invites on behalf
of President of India, Percentage rate online e-tenders from OEM/Specialised agencies/ CPWD
contractors who possess the necessary eligibility criteria / experience for specialised work in the
field of SITC of VRV/VRF System in Two bid system i.e eligibility bid and price bid as per eligibility
criteria for following works.
Name of work and location Last date & Time & Time & date

Completion of work (in months)


time of date of of opening of

Estimated cost put to


Submission opening Price bid

Stipulated Period of
of Eligibility of

Earnest Money
& price eligibility
NIT No.

tender
S.NO.

bids, copy of bid


uploading
EMD and
other
documents
as specified
in the bid
document.
1 2 3 4 6 7 8 9
SITC of VRV/VRF system for Price bid

at 15:30 Hours on
Upto 15:00 Hours
53/EE(E)/LKO/2025-26

Central Air Conditioning in shall be


1
₹ 2,48,69,482/-

opened after

03.07.2025

03.07.2025
Administrative Block at
09 Months
₹ 4,97,390/-

Frontier Hqrs. SSB Lucknow. approval of


Eligibility bid

on
by
competent
authority

1. Contractors who fulfil the following requirements shall be eligible to apply. Joint ventures are not
accepted. [1(b), 1(c) & 1(d) are not applicable for CPWD enlisted contractors of appropriate class. 1(a)(i)
and 1(e) are applicable for CPWD enlisted contractors also].
(a) Should have satisfactorily completed the works as mentioned below during the last Seven years ending
last day of the month previous to the one in which tenders are invited.

(i) Three similar completed work of value not less than 40% of estimated cost put to tender.
OR
Two similar completed work of value not less than 60% of estimated cost put to tender.
OR
One similar completed work of value not less than 80% of estimated cost put to tender.
Similar work shall means work of “SITC of VRV/VRF System”. The values of executed work
shall be brought to current costing level by enhancing the actual value of work at simple rate
of 7% per annum; calculated from the date of completion to previous day of last day of
submission of tenders.
(b) Should have Average annual financial turnover on above works should be at least 50% of the
estimated cost put to tender during the immediate last three consecutive financial years (Scanned
copy of Certificate from CA with Unique Document Identification Number (UDIN) to be uploaded).
(c) should not have incurred any loss (profit after tax should be positive) in more than two years during
available last five consecutive balance sheet, duly audited and certified by the Chartered Accountant.

C
I NIL
O AE(E)(P)
3

(d) Should have a Banker's Certificate from a commercial Bank or Net worth certificate from certified
Chartered Accountants with Unique Document Identification Number (UDIN) of minimum 10% of the
estimated cost put to tender.
(e) Should have bidding capacity equal to or more than the estimated cost of the work put to tender.
The bidding capacity shall be worked out by the following formula:
Bidding Capacity = {[AxNx1.5]-B}
Where,
A = Maximum turnover in construction works executed in any one year during the last seven years
taking into account the completed as well as works in progress. The value of completed works
shall be brought to current costing level by enhancing at a simple rate of 7% per annum.
N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments of ongoing works during the period of execution of work for which
bids have been invited.
2. 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.
3. Information and Instructions for bidders posted on website shall form part of bid document.
4. 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 https://etender.cpwd.gov.in/login.html free of
cost.
5. 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
Bankers Cheque or Deposit at call Receipt or 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.
6. 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.
7. The intending bidder must have valid class-III digital signature to submit the bid.
8. On opening date, the contractor can login and see the bid opening process. After opening of bids he
will receive the competitor bid sheets.
9. Contractor can upload documents in the form of JPG format and PDF format.
10. Contractor must ensure to quote rate in the column (5) meant for quoting rate in figures appears in
pink colour and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is left blank the
same shall be treated as “0”. Therefore, if any cell is left blank and no rate is quoted by the bidder, rate
of such item shall be treated as “0” (ZERO).
However, If a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section / sub head in percentage
rate tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.
11. SC/ST contractors enlisted under class V category are exempted from processing fee payable to ITI.
List of Documents to be scanned and uploaded within the period of bid submission: -
i. Treasury Challan/Demand Draft/Pay order or Banker’s Cheque/Deposit at Call Receipt/FDR/Bank
Guarantee of any Scheduled bank against EMD. (drawn in favour of Executive Engineer (E),
LCED, CPWD, Lucknow)
ii. 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).
iii Copy of PAN Card.

C
I NIL
O AE(E)(P)
4

ds0yks0fu0fo0&6 CPWD - 6
iv. Certificate of Registration for GST and acknowledgement.
v. Completion certificate of specialized agency / OEM in support of Similar work criteria: -
(a) Three similar completed work of value not less than 40% of estimated cost put to tender.
OR
(b) Two similar completed work of value not less than 60% of estimated cost put to tender.
OR
(c) One similar completed work of value not less than 80% of estimated cost put to tender.
Similar work shall means work of “SITC of VRV/VRF System”. The values of executed work shall be
brought to current costing level by enhancing the actual value of work at simple rate of 7% per
annum; calculated from the date of completion to previous day of last day of submission of tenders.
vi. Turnover: Average annual financial turnover on above works should be at least 50% of the estimated
cost put to tender during the immediate last three consecutive financial years (Scanned copy of
Certificate from CA with Unique Document Identification Number (UDIN) to be uploaded).
vii. Profit/loss : The bidder should not have incurred any loss (profit after tax should be positive) in more
than two years during available last five consecutive balance sheet, duly audited and certified by the
Chartered Accountant.
viii. Net worth certificate : Net worth certificate of minimum 10% of the estimated cost put to tender issued
by certified Chartered Accountants as per form B-1:-
ix. Bidding Capacity as per Form-C3.

Form “B-1”
FORM FOR CERTIFICATE OF NETWORTH FROM CHARTERED ACCOUNTANT
“ It is to certify that as per the audited balance sheet and profit & loss account during the
financial year……………………., the Networth of M/s …………………..(Name & registered
Address of individual/Firm/company), as on …………… (the relevant date) is Rs……………….
after considering all liabilities. It is further certified that the Net Worth of the company has not
eroded by more than 30% in the last three years ending on (the relevant date)”.

Signature of Chartered Accountant -----------------------------------


Name of Chartered Accountant----------------------------------------
Membership No. of ICAI-----------------------------------------------

Date and Seal_________________________________________


ix. Financial :-
Information (Form-A)

(a) Financial Analysis: - Details to be furnished duly supported by figures in balance sheet/ profit &
loss account for the last five years duly certified by the Chartered Accountant, as submitted by the
applicant to the Income Tax Department. (Copies to be attached)

Financial year

(b) Gross Annual Turn Over on construction work.


(c) Profit / Loss.
(d) Financial arrangement for carrying out the proposed work.

Signature of Chartered Account with Seal Signature of Bidder(s)

C
I NIL
O AE(E)(P)
5

FORM 'C'-3

Calculation of bidding capacity

Details of existing commitments and ongoing works.

percentage (100- column 7)

Column 4 x Column 8 /100

officer to whom reference


Date of commencement
Contract value in crore
Name of work/ project

Upto date percentage


Owner or sponsoring

Existing commitment

telephone number of
Name and address/
Remaining work in
Stipulated date of

progress of work
as per contract

may be made
organization
and location

completion
of rupees
S. No.

Remarks

1 2 3 4 5 6 7 8 9 10 11

Total (B) =

Maximum turnover in last seven years = Rs…………

Updated value of turnover (A) = Rs…………

No. of years (N) = …………..

Bidding Capacity= {[AxNx1.5]-B} =

Certificate:

I certify that all the awarded and ongoing works have been included in the above list.

(Signature of Bidder(s)

C
I NIL
O AE(E)(P)
6

Annexure-I.
RECEIPT OF DEPOSITION OF ORIGINAL EMD
(Receipt No. …………………….…………. / date ………….…………)

1. Name of Work: SITC of VRV/VRF system for Central Air Conditioning in


Administrative Block at Frontier Hqrs. SSB Lucknow.

2. NIT No.: 53/EE(E)/LKO/2025-26

3. Estimated Cost: Rs. 2,48,69,482/-

4. Amount of Earnest Money Deposit: Rs. 4,97,390/-

5. Last date & Time of submission of Bid: …03.07.2025

Name of Contractor: …………...........


1. Form of EMD ……………….............
2. Amount of Earnest Money Deposit ……………….............
3. Date of submission of EMD ……………………..……

………………………….……………………………………………….

Signature, Name and Designation of EMD


receiving officer (EE/AE(P)/AE/AAO) alongwith office stamp

C
I NIL
O AE(E)(P)
7

ds0yks0fu0fo0&6 CPWD - 6
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
CPWD-6 FOR E- TENDERING
1- Percentage rate online bids are invited on behalf of President of India from OEM/specialised
agencies/CPWD contractors who possess the necessary eligibility criteria / experience for specialised
work in the field of SITC of VRV/VRF System in Two bid system i.e eligibility bid and price bid as
per eligibility criteria for following works.
SITC of VRV/VRF system for Central Air Conditioning in Administrative Block at Frontier Hqrs.
SSB Lucknow.
The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of submission of bid 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 ₹2,48,69,482/-. 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 bids. He will also nominate Division which will
deal with all matters relating to the invitation of bids. For composite bid, besides indicating the
combined estimated cost put to bid, should clearly indicate the estimated cost of each
component separately. The eligibility of bidders will correspond to the combined estimated
cost of different components put to bid.
1.2 Intending bidders is eligible to submit the bid provided he has definite proof from the
appropriate authority, which shall be to the satisfaction of the competent authority, of having
satisfactorily completed similar works of magnitude specified below:
Criteria of eligibility for submission of bid documents
1.2.1 Conditions for Non-CPWD registered contractors only, if bids are also open to non-CPWD contractors.
For works estimated cost upto tendering limit of class -I Buildings & Roads (erstwhile Composite/
Building/ infrastructure) category Contractor (However, for Horticulture category, it may be modified as
per bidding limit of CPWD class I contractors of Horticulture category).
(i) Three similar works each of value not less than Rs...................... or two similar works each of
value not less than Rs...................... or one similar work of value not less than
Rs...................... (all figures rounded to nearest convenient figure) during the last 7 years
ending last day of the month previous to the one in which tenders are invited.
(ii) For EPC tender under Mode- l/ll only (Applicable for CPWD enlisted contractors of appropriate
class also). One completed work costing not less than Rs. …. executed with the structural
system technology as proposed by bidder in the letter of transmittal during the last 7 years
ending last day of the month previous to the one in which tenders are invited. This work can
be part of eligible work at 1.2.1 (i) above or as a separate work.
Note:-
For works costing above tendering limit of class –II composite category Contractor but upto
tendering limit of Clause-I composite category Contractor (However, for Horticulture and
Furniture etc discipline, it may be modified as per bidding limit of CPWD class II and CPWD
Class I contractors respectively of respective discipline as the case may be) when bids are
open to non-CPWD contractors also, then class II contractors of CPWD registered shall also
be eligible if they satisfy the eligibility criteria specified in 1.2.1 above.
1.2.2 Criteria of eligibility for CPWD as well as non-CPWD contractors
1. Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures are not
accepted. [1(b), 1(c) & 1(d) are not applicable for CPWD enlisted contractors of appropriate class.
1(a)(i) and 1(e) are applicable for CPWD enlisted contractors also].
(a) Should have satisfactorily completed the works as mentioned below during the last Seven years
ending last day of the month previous to the one in which tenders are invited.

C
I NIL
O AE(E)(P)
8

(i) Three similar completed work of value not less than 40% of estimated cost put to tender.
OR
Two similar completed work of value not less than 60% of estimated cost put to tender.
OR
One similar completed work of value not less than 80% of estimated cost put to tender.
Similar work shall means work of “SITC of VRV/VRF System”. The values of executed work
shall be brought to current costing level by enhancing the actual value of work at simple rate
of 7% per annum; calculated from the date of completion to previous day of last day of
submission of tenders.
(b) Should have Average annual financial turnover on above works should be at least 50% of the
estimated cost put to tender during the immediate last three consecutive financial years.
(c) should not have incurred any loss (profit after tax should be positive) in more than two years during
available last five consecutive balance sheet, duly audited and certified by the Chartered Accountant.
(d) Should have a Banker's Certificate from a commercial Bank or Net worth certificate from certified
Chartered Accountants with Unique Document Identification Number (UDIN) of minimum 10% of the
estimated cost put to tender.
(e) Should have bidding capacity equal to or more than the estimated cost of the work put to tender.
The bidding capacity shall be worked out by the following formula:
Bidding Capacity = {[AxNx1.5]-B}
Where,
A = Maximum turnover in construction works executed in any one year during the last seven years
taking into account the completed as well as works in progress. The value of completed works
shall be brought to current costing level by enhancing at a simple rate of 7% per annum.
N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments of ongoing works during the period of execution of work for which
bids have been invited.
(f) To become eligible for issue of bid, the bidders 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 bidding 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 bidders on prescribed Form No. CPWD 7/8 (or other
Standard Form as mentioned) which is available as a Govt. of India Publication and also available on
website www.etender.cpwd.gov.in. Bidders 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 09 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 bid documents.

4. (i) The site for the work is available.


OR
The site for the work shall be made available in parts as specified below:
…………………………………………………………………………………….
(ii) The architectural and structural drawing for the work is available
OR
The architectural and structural drawings shall be made available in phased manner, as per
requirement of the same as per approved programme of completion submitted by the
contractor after award of work.
5. 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

C
I NIL
O AE(E)(P)
9

ds0yks0fu0fo0&6 CPWD - 6
necessary documents except Standard General Conditions of Contract Form can be seen on website
https://etender.cpwd.gov.in/login.html 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 bid 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 bid as
notified.

8. When bids are invited in three stage system and if it is desired to submit revised financial bid then it
shall be mandatory to submit revised financial bid. If not submitted then the bid submitted earlier shall
become invalid.

9. Earnest Money in the form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit
Receipt, Banker's Cheque or Bank Guarantee including e- Bank Guarantee (for balance amount as
prescribed) from any of the Commercial Banks (drawn in favour of Executive Engineer (E), LCED,
CPWD, Lucknow) 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.
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 lac, whichever is less, shall have to be deposited in shape prescribed
above, and balance may be deposited in shape of Bank Guarantee including e- Bank Guarantee of
any Commercial bank having validity for a period of 90 days for single bid works and 180 days for two
bid system or more from the last date of receipt of bids which is to be scanned and uploaded by the
intending bidders.
The earnest money given by all the tenderers except the lowest tenderer shall be refunded
immediately after the expiry of stipulated bid validity period or immediately after acceptance of the
successful bidder, whichever is earlier. However, in case of two/ three bid system, earnest money
deposit of bidders unsuccessful during technical bid evaluation etc. should be returned within 30 days
of declaration of result of technical bid evaluation.
Copy of Enlistment Order and certificate of work experience and other documents as specified in the
notice inviting e- tender shall be scanned and uploaded on the e-Tendering website within the period
of bid submission. However, certified copy of all the scanned and uploaded documents as specified in
e- tender notice shall have to be submitted by the lowest bidder 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, who has deposited EMD with any division of CPWD and other documents
scanned and uploaded are found in order.

The bid submitted shall be opened at 03:30 PM on 03.07.2025


The bid submitted shall become invalid and e-Tender processing fee (if applicable) shall not be
refunded if:
(i) The bidder is found ineligible.
(ii) The bidder does not upload scanned copies of all the documents 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 by the lowest bidder in the office of bid opening
authority.
(iv) 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.

C
I NIL
O AE(E)(P)
10

ds0yks0fu0fo0&6 CPWD - 6
10. The contractor whose bid is accepted will be required to furnish performance guarantee of 5% (Five
Percent) of the bid amount within the period specified in Schedule F. This guarantee shall be in the
form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt or Bank
Guarantee from any of the Commercial Banks in accordance with the prescribed form. In case the
contractor fails to deposit the said performance guarantee within the period as indicated in Schedule
'F', including the extended period if any, the Earnest Money deposited by the contractor shall be
forfeited automatically without any notice to the contractor. The earnest money deposited along with
bid shall be returned after receiving the aforesaid performance guarantee. The contractor whose bid is
accepted will also be required to furnish either copy of applicable licenses/ registrations or proof of
applying for obtaining labour licenses, registration with EPFO, ESIC and BOCW Welfare Board
including Provident Fund Code No. If applicable and also ensure the compliance of aforesaid
provisions by the sub-contractors, if any engaged by the contractor for the said work within the period
specified in Schedule F.
11. The description of the work is as follows: -
SITC of VRV/VRF system for Central Air Conditioning in Administrative Block at Frontier Hqrs.
SSB Lucknow.
Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids 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 bid. A bidders 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 bidders 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 bid 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.
12. The competent authority on behalf of the President of India does not bind itself to accept the lowest or
any other bid and reserves to itself the authority to reject any or all the bids received without the
assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any
condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.
13. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids
submitted by the contractors who resort to canvassing will be liable for rejection.
14. The competent authority on behalf of President of India reserves to himself the right of accepting the
whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.
15. The contractor shall not be permitted to bid 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 gazetted officer in the Central Public Works Department or in the
Ministry of Housing and Urban Affairs. Any breach of this condition by the contractor would render him
liable to be removed from the approved list of contractors of this Department.
16. 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 prior 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 bid or engagement in the contractor's
service.

C
I NIL
O AE(E)(P)
11

ds0yks0fu0fo0&6 CPWD - 6
17. The bids for the work shall remain open for acceptance for a period of 30 (thirty) days from the date of
opening of bids in case of single bid system and 75 (seventy-five) days from the date of opening of
technical bids in case bids are invited in 2 or 3 bid system. Further
(i) If any tenderer withdraws his tender or makes any modification in the terms & conditions of
the tender which is not acceptable to the department within 7 days after last date of
submission of bids, then the Government shall without prejudice to any other right or remedy,
be at liberty to forfeit 50% of the earnest money absolutely irrespective of letter of acceptance
for the work is issued or not.
(ii) If any tenderer withdraws his tender or makes any modification in the terms & conditions of
the tender which is not acceptable to the department after expiry of 7 days after last date of
submission of bids, then the Government shall without prejudice to any other right or remedy,
be at liberty to forfeit 100% of the earnest money absolutely irrespective of letter of
acceptance for the work is issued or not.
(iii) In case of forfeiture of earnest money as prescribed in para (i) and (ii) above, the bidders shall
not be allowed to participate in the rebidding process of the same work.
18. This notice inviting Bid shall form a part of the contract document. The successful bidders/ contractor,
on acceptance of his bid 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 Bid, all the documents including additional conditions, specifications and
drawings, if any, forming part of the bid as uploaded at the time of invitation of bid 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 applicable.
20. For Composite Bids: -
20.1.1 The Executive Engineer in charge of the major component will call bids for the composite work. The
cost of bid document will be fixed with respect to the combined estimated cost put to tender for the
composite bid.
20.1.2 The bid 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 2014 as
amended/ modified up to date.
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. Competent authority under
clause 2 and clause 5 shall be same authority 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.
20.1.3 The bidders must associate himself, with agencies as per NIT conditions.
20.1.4 The eligible bidders shall quote rates for all items of major component as well as for all items of minor
components of work.
20.1.5 After acceptance of the bid 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(s).
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 alongwith Part A of the agreement.
20.1.6 Entire work under the scope of composite bid including major and all minor components shall be
executed under one agreement.
20.1.7 Security Deposit will be worked out separately for each component corresponding to the estimated
cost of the respective component of works.

C
I NIL
O AE(E)(P)
12

ds0yks0fu0fo0&6 CPWD - 6
20.1.8 The main contractor has to associate agencies for specialized components (s) conforming to eligibility
criteria as defined in the bid document and has to submit detail of such agency(s) to Engineer-in-
charge of relevant component(s) within prescribed time. Name of the agency(s) to be associated shall
be approved by Engineer-in-charge of relevant component(s).
20.1.9 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 relevant specialized
component(s).
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.
20.1.10 The main contractor has to enter into MoU with agency(s) associated by him. Copy of such MoU shall
be submitted to EE/ DDH in charge of each relevant component as well as to EE-in-charge of major
component. In case of change of associate contractor, the main agency(s) has to enter into
MoU/agreement with the new contractor associated by him.
20.1.11 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. The CMB shall be maintained
independently by Engineer-in-Charge of major and minor components.
20.1.12A. The composite work shall be treated as complete when all the components of the work are
complete. The completion certificate of the composite work shall be recorded by Engineer-in-
charge of major component after record of completion certificate of all other components.
20.1.12B. 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.
21. Integrity Pact: The contractor shall download the Integrity Pact, which is a part of tender documents,
affix his signature in the presence of a witness, and upload the same while submitting online
bids for all works of estimated cost put to tender equal or more than the threshold value given in
Schedule-F. In the event of his failure to sign and upload the Integrity Pact along with other bid
documents, his bid shall be rejected.
22. The intending bidders are required to update their profile in CPWD e- tender portal and to upload their
bids well in advance of last date of submission of tender. Any issue related to updating
profile/uploading tender can be resolved through the concerned Executive Engineer/ Assistant
Engineer (Phone no *05222323990, e- mail Id *[email protected]) or ERP helpline no.
18001803286 or e-mail ld [email protected]. The e- tendering bidders are also
advised not to wait to raise any issues till the last date of submission of bid in their own interest.
*To be filled in by NIT approving authority.
23. Price Preference to SC/ST individual contractor for item rate/percentage rate tender:
Price preference in quoted item rate/percentage rate tender shall be applicable to the individual
enlisted/non-enlisted SC/ST contractor as under: -
(i) For work(s) upto and equal to an estimated cost of Rs. 2.70 lakh a price preference upto 5% (with
reference to the lowest valid tender) may be allowed in favor of individual SC/ST enlisted/non-enlisted
contractor. No earnest money is required in such case(s).
(ii) For work(s) beyond an estimated cost of Rs. 2.70 lakh and upto and equal to estimated cost of Rs.
6.20 lakh, the price preference upto 5% (with reference to the lowest valid tender) may be allowed in
favour of individual enlisted SC/ST contractor. However, earnest money at a reduced rate of ½% may
be accepted in such cases.
The price preference upto 5% (with reference to the lowest valid price bid) may be allowed in favour of
individual SC/ST contractor only. The above concession shall be allowed only after verification of the individual
contractor's claim of belonging to SC/ST community.

C
I NIL
O AE(E)(P)
13

CPWD – 7/8 CPWD


GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Percentage Rate Tender & Contract for Works

(A) Tender for the work of:-

SITC of VRV/VRF system for Central Air Conditioning in Administrative Block at Frontier
Hqrs. SSB Lucknow.

(i) To be submitted by 3:00 P.M. hours on 03.07.2025 to Executive Engineer (E), C.P.W.D.,
Lucknow.

(ii) To be opened in presence of tenderers who may be present at 03.30 PM on 03.07.2025 in the
office of Executive Engineer (E), C.P.W.D., Lucknow.

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

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

Designation .…………………………………………………………………………………

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 sixty (60) days from the due date of its opening sixty days
from the date of opening of financial bid in case tenders are invited on 2/3 envelop system (strike out
as the case may be) and not to make any modification in its terms and conditions.

GCC2023 AMENDED UPTO DATE.

C
I NIL
O AE(E)(P)
14

CPWD – 7/8 CPWD


A sum of ₹ 4,97,390/- is hereby forwarded in cash ……………. 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 performance guarantee absolutely.
The said Performance Guarantee shall be a guarantee to execute all the works referred to
in the tender documents upon the terms and conditions contained or referred to those in
excess of that limit at the rates to be determined in accordance with the provision contained
in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case of forfeiture of
Earnest Money or 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 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:

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 ……………………………….

GCC2023 AMENDED UPTO DATE.

C
I NIL
O AE(E)(P)
15

PROFORMA OF SCHEDULES CPWD CPWD

(Separated Performa for Civil, Elect. & Hort. Works in case of Composite Tenders)

Name of Work:- SITC of VRV/VRF system for Central Air Conditioning in Administrative
Block at Frontier Hqrs. SSB Lucknow.

SCHEDULE ‘A’

Schedule of Quantities (as per PWD-3) (As per Page – 41 to 47)

SCHEDULE ‘D’

Extra schedule for specific requirements/document for the work, if any: As attached in tender form

SCHEDULE ‘E’
Reference to General Conditions of contract – GCC 2023 for Construction work as
amended/modified up to day previous to the last date of submission of bid.

Name of Work: SITC of VRV/VRF system for Central Air Conditioning in Administrative Block at
Frontier Hqrs. SSB Lucknow.

Estimated cost of work: ₹ 2,48,69,482/-


Earnest Money : ₹ 4,97,390/-
ii) Performance Guarantee: 5% of tendered value

iii) Security deposit : 2.5% of the tendered value


SCHEDULE ‘F’
GENERAL RULES & Executive Engineer (E), Lucknow
DIRECTIONS : Officer inviting tender:

Maximum percentage for quantity


of items of work to be executed
beyond which rates are to be See on P. No. 18
determined in accordance with
Clauses 12.2 & 12.3

C
I NIL
O AE(E)(P)
16

PROFORMA OF SCHEDULES

Definitions:
2(v) Engineer-in –Charge Executive Engineer (E), Lucknow.

2(vii) Accepting Authority Chief Engineer (E), Lucknow.

2(x) Percentage on cost of materials and labour to cover


15%
all overheads and profits
2(xi) Standard Schedule of Rates:
Electrical Items of Work: Schedule of rates DSR– 2025, 2022 & MR with
correction slip last date previous to date of submission
of tenders.
2(xii) Department: Central Public Works Department
9(ii) Standard CPWD contract Form GCC 2023, GCC 2023 for Construction work with correction slip
CPWD Form 7/8 as modified & Corrected last date previous to date of submission of tenders.
upto:

Clause 1 i) Time allowed for submission of Performance


Guarantee, Programme Chart (Time and
Progress) and applicable labour licenses, 7 Days
registration with EPFO, ESIC and BOCW
Welfare Board or proof of applying thereof from
the date of issue of letter of acceptance 3 Days
ii) Maximum allowable extension with late fee @
0.1% per day of Performance Guarantee
amount beyond the period provided in (i) above

Clause 2 Authority for fixing Compensation under Chief Engineer, Lucknow


Clause 2

Clause 5 Applicable
(i) Number of days from the date of issue of 10 Days or date of handing over
letter of acceptance for reckoning date of start of site whichever is later.
(ii) Time allowed for execution of work 09 Months
(iii) Mile stones See on Page No. 28

Clause 5.1 (iv) : Monthly progress report shall be submitted by the agency on or before 5th day of every
month in case of delay in submission of monthly progress report, a non-refundable recovery @ Rs. 5000/- per
week basis shall be made.

C
I NIL
O AE(E)(P)
17

PROFORMA OF SCHEDULES
Authority to decide:

(i) Extension of time Engineering-in-charge of major component Chief Engineer, Lucknow


of work or successor thereof (The ultimate authority to decide
final extension of time case
(ii) Rescheduling of mile stones Chief Engineer, Lucknow
(iii) Shifting of date of start in case of delay in handing over of site Chief Engineer, Lucknow

PROFORMA OF SCHEDULES Clause 5 Schedule of handing over of site:

Part Portion of site Description Time period for handing over reckoned
from date of issue of letter of intent
Part-A Portion without any Full site 10 (Ten) days
hindrance
Part-B Portion with encumbrances NA NA
Part-C Portion dependent on work NA NA
of other agencies

Clause 6A- E-MB shall be recorded on ERP Portal / 6A


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. 28/-lacs.

Clause 7A

Whether clause 7A shall be applicable Yes

Clause 10A
List of testing equipments to be provided by the
contractor at site lab.: As per Annexure sheet attached.

Clause 10 B (ii)
Whether clause 10-B (ii) shall be applicable. NO

Clause 10 C Not Applicable


Clause 10 CC Applicable/Not Applicable : Not Applicable

Schedule of component of other Material, labour, etc. for


price escalation, Component of Civil (except Material
covered under clause 10CA)/Electrical construction N.A.
value of work
(ii) Component of Lobour:
expressed as percent of total value of component work.

PROFORMA OF SCHEDULES

C
I NIL
O AE(E)(P)
18

NOTE:- Xm………….……… % should be equal to (100) – material covered under clause


10CA i.e. Cement, Steel, POL and other material specified in clause 10 CA + Component of
Labour)

Clause 11 CPWD specifications for Electrical works Part I Internal –


Specifications to be followed 2005,2013, 2013 (Amendment),2023/ Part-II External-1994,
for execution of work 2023/ Part-III-Lift & Escalators - 2003, Amendment No.1/
Heating, Ventilation & Air-Conditioning
(HVAC) 2004, 2017, 2017 (Amendments) / Part-IV Sub
Station – 2013/ Part V Wet Riser & Sprinkler Systems –
2020/ Part VI Fire Detection and Alarm System – 2018/Part
VIII Gas Based Fire Extinguishing System
2013 English, 2013 /Part VII D.G. Sets - 2013 as amended
upto date.

Clause 12

Type of work Construction Work

12.2 (c) Deviation limit beyond which Clause 12.2 (c) shall apply for
100 %
building work:

Clause 16
Competent Authority for deciding reduced rates: Chief Engineer (Lucknow), CPWD, Lucknow.

Clause 18
List of mandatory machinery, tools& plants to be deployed by the contractor at site: As per
Annexure sheet attached at P. No.- 27

Clause 19C Authority to decide penalty for each default Chief Engineer (Lucknow) CPWD, Lucknow
or successor thereof
Clause 19D Authority to decide penalty for each default

Clause 19G Authority to decide penalty for each default

Clause 19K Employment of skilled/semi-skilled workers Not Applicable

Clause 25
(i) Conciliator : ADG (Lucknow), CPWD, Lucknow
(ii) Arbitrator appointing Authority : Chief Engineer (Lucknow)
(iii) Place of Arbitration : Lucknow

C
I NIL
O AE(E)(P)
19

PROFORMA OF SCHEDULES

Clause 32
Requirement of Technical Representative(s) and recovery Rate
S.No. Minimum Designation (Principal Technical/ Rate at which recovery shall be
Qualification of Technical representative) made from the contractor in the

Experience
Discipline

Minimum

Number
Technical event of not fulfilling provision of
Representative Clause 36(i)
Figures Words

1 Graduate Elect Principal Technical 2 1 Rs. 15,000/- Rupees Fifteen


Engineer Representative/Billing/Site/Quality years No per month Thousand per
or Engineer or per person month per person
Diploma 5
Engineer years

Assistant Engineers retired from Government services that are holding Diploma will be treated at par
with Graduate Engineers.
Diploma holder with minimum 10 years relevant experience with a reputed construction co. can be
treated at par with Graduate Engineers for the purpose of such deployment subject to the condition
that such diploma holders should not exceed 50% of requirement of degree engineers.

Clause 38

i) a) Schedule/ statement for determining theoretical D.S.R. 2023 with correction slips
quantity of cement & bitumen on the basis of Delhi up to day previous to the last date
Schedule of Rates 2023 printed by CPWD of submission of bids
ii) Variations permissible on theoretical quantities

a) Cement for works with estimated cost put to tender not


3% plus/minus
more than Rs. 25 lakhs.

For works with estimated cost put to Tender is more 2% plus/minus


than Rs. 25 lakhs

b) Bitumen all works 2.5% plus & nil on minus side.

c) Steel reinforcement and structural steel Sections for


2% plus/minus.
diameter, section and category.

d) All other materials Nil

C
I NIL
O AE(E)(P)
20

BE SIGNED BY THE BIDDER AND SAME SIGNATORY COMPETENT/AUTHORIZED TO SIGN


THE RELEVANT CONTRACT OF 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 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 “Contact”.

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 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 witness 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) 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.
C
I NIL
O AE(E)(P)
21

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 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) commits 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:
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 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 applies in 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 propose of completion or personal
gain), or pass on to others, any information or documents provided by the Principal/Owner as part
of the business details, including information contained or transmitted electronically.
d) The Bidder(s)/Contractor(s) of foreign original shall disclose the names and addresses of
agents/representatives of India, if any. Similarly Bidder(s)/Contractor(s) of India 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 on behalf of
one 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 Payment 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 t justified interest of other and/or to influence
the procurement process to the detriment of the Government interest.
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 right 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

C
I NIL
O AE(E)(P)
22

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/Contractor(s), either before award or during execution of Contract has committed a
transgression through a violation of Article 2above 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) 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/determine the contract or has
accrued the right to terminate/determine the contract according to Article 3(1), 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
law enforcing agencies for further investigation.
Article 4: 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.
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 dealing/holiday listing of the Bidder/Contractor as
deemed fit by the Principal/Owner.
3) If the Bidder/Contractor can prove that he has restored/recouped the damage caused by him and has
installed a suitable corruption prevention system, the Principal/Owner may, at its own direction,
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.
Article 6 Duration of the Pact
This Pact being when both the parties have legally signed it. Expires for the Contractor/Vendor 12
(Twelve) Month after the completion of work under the contract or till continuation of defect liability
period, whichever is more and for all other bidders, till the Contract has been awarded.
If any claims 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 Headquarters of the
Division of the Principal/Owner, who 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 of 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.

C
I NIL
O AE(E)(P)
23

4) Should one or several provision of this Pact turn out to be invalid, the reminder of this pact remains
valid. In this case, the parties will strive to come to an agreement to their original intensions.
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 take by the Owner/Principal in accordance with
this Integrity Agreement/Pact or interpretation thereof 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/Contact 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 :

C
I NIL
O AE(E)(P)
24

Annexure- ‘A’

FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1. In consideration of the President of India (hereinafter called “The Government”) having offered to
accept the terms and conditions of the proposed agreement. No.________________________ dated
______________ made between _____________ and ____________________ (Hereinafter called
“the said contractor(s)”) _____________ for the work
_____________________________________________ (hereinafter called “the said agreement”)
having agreed to production of a irrevocable bank guarantee for Rs. ___________ (Rupees
_________________________________only) as a security / guarantee from the contractor(s) for
compliance of his obligations in accordance with the terms and conditions in the said agreement, we
_________________ (indicate the name of the bank) (hereinafter referred to as “the Bank”) hereby
undertake to pay to the Government an amount not exceeding Rs. _____________________ (Rupees
_____________________________ only) on demand by the Government.

2. We ___________________________ (indicate the name of the bank) do hereby undertake to pay the
amounts due and payable under this guarantee without any demure, merely on a demand from the
Government stating that the amount claimed as required to meet the recoveries due or likely to be due
from the said contractor(s). Any such demand made on the bank shall be conclusive as regards the
amount due and payable by the bank under this Guarantee. However, our liability under this guarantee
shall be restricted to an amount not exceeding Rs……………………………….(Rupees
……………………………… only).

3. We, the said bank further undertake to pay to the Government any money so demanded
notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending
before any court or tribunal relating thereto, our liability under this present being absolute and
unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for payment
there under and the contractor(s) shall have no claim against us for making such payment.
4. We __________________________ (indicate the name of the bank) further agree that the guarantee
herein contained shall remain in full force and effect during the period that would be taken for the
performance of the said agreement and that it shall continue to be enforceable till all the dues of the
Government under or by virtue of the said agreement have been fully paid and its claims satisfied or
discharged or till engineer-in-charge on behalf of the government certified that the terms and
conditions of the said agreement have been fully and properly carried out by the said contractor(s) and
accordingly discharges this guarantee.
5. We ____________________________ (indicate the name of the bank) further agree with the
Government that The Government shall have the fullest liberty without our consent and without
effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said
agreement or to extend time of performance by the said contractor (s) from time to time or to postpone
for any time or from time to time any of the powers exercisable by the Government against the said
contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement
and we shall not be relieved from our liability by reason of any such variation, or extension being
granted to the said contractor(s) or for any forbearance, act of omission on the part of the Government
or any indulgence by the Government to the said contractor(s) or by any such matter or thing

C
I NIL
O AE(E)(P)
25

whatsoever which under the law relating to sureties would, but for this provision, have effect of so
relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
contractor(s).

7. We ___________________________ (indicate the name of the bank) lastly undertake not to revoke
this guarantee except with the previous consent of the Government in writing.

8. This guarantee shall be valid upto ____________________ unless extended on demand by


Government. Notwithstanding anything mentioned above, our liability against this guarantee is
restricted to Rs. ______________ (Rs. ______________________only) and unless a claim in writing
is lodged with us within six months of the date of expiry or the extended date of expiry of this
guarantee all our liabilities under this guarantee shall stand discharged.

Dated the _______________________ day of _________________________ for


________________________________ (indicate the name of bank).

C
I NIL
O AE(E)(P)
26

Annexure- ‘B’

AFFIDAVIT

I / We have submitted a bank guarantee for the work ____________________________


(Name of work)

Agreement No._____________________dated_______from_________to____________

(Name of the Bank with full address) _________________________________________

the Assistant Engineer ____________________________________________________

(Name of Division) with a view to seek exemption from payment of security deposit in cash. This bank

guarantee expires on _____________________ I / We undertake to keep the validity of the bank guarantee

intact by getting it extended from time to time at my / our own initiative upto a period of

_____________________ months after the recorded date of completion of the work or as directed by the

engineer-in-charge.

I / We also indemnify the Government against any losses arising out of non – encashment of the bank

guarantee if any.

Note :- The affidavit is to be given by the executants before a first class Magistrate

C
I NIL
O AE(E)(P)
27

ANNEXURE - II

Clause- 10 –A & 18
List of mandatory machinery, tools and plants & testing Equipment to be
deployed by the contractor at site
1. Steel/Aluminium Ladder 1.5 m to 8 m. 2 Nos.

2. Chase cutting machines. 2 Nos.

3. Electrical wire drawing equipment. 2 Set.

4. Torque wrench for nut/bolt/screws. 2 Nos.

5. Conduit die set. 2 Set.

6. Pipe vice. 1 No.

7. Bench vice. 1 No.

8. L.T.Meggar 500/1010 volts. 1 No.

9. Tong Tester. 1 No.

10. Multimeter. 1 No.

11. Hydraulically operated & hand 1 No.


operated crimping machine.

12. Earth tester. 1 No.

13. Portable Ordinary drilling machine. 2 Nos.

14. Portable Hammer drilling machine. 2 Nos.

15. Overhead conduit puller. 1 No.

C
I NIL
O AE(E)(P)
28

Milestones of the Contract

Sl. Description of mile stone Period for Withheld amount


No. completion from for non-
date of start in achievement of
months mile stone.
1 Approval of Technical Data Sheet 30 days 1% of the accepted
and Drawings tendered value.

2 Supply of VRV/VRF System 120 days 2% of the accepted


tendered value.

3 Installation of VRV/VRF System 180 days 1% of the accepted


tendered value

4 Testing and commissioning of 270 days 1% of the accepted


complete installation and submission tendered value.
of ‘As built drawing’

C
I NIL
O AE(E)(P)
29

General Terms & Conditions


1.1. Introduction
These conditions are intended to amplify the General Conditions of Contract, and shall be read in
conjunction with the same. For any discrepancy between the General Conditions and these Special
Conditions, the more stringent shall apply.
1.2. Conformity with statutory Acts, Rules, Standards and codes
i) All components shall conform to relevant Indian Standard Specifications, wherever existing, amended to
date.
ii) All electrical works shall be carried out in accordance with the provisions of Indian Electricity Act, 2003
and Indian Electricity Rules, 1956 amended to date. They shall also conform to CPWD General
Specifications for Electrical works, Part-I: Internal-2023, Part-II: External-2023 & HVAC works 2017
amended upto date.
1.3. Safety Codes and Labour Regulations
i) In respect of all labour employed directly or indirectly on the work for the performance of contractor’s
part of work, the contractor at his own expense, will arrange for the safety provisions as per the
statutory provision, B.I.S. recommendations, factory act, workman’s compensation act, CPWD code and
instructions 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 arrangements and provide facilities as aforesaid and recover the cost form the
contractor.
ii) The contractor shall provide necessary barriers, signals and other safety measures while executing the
works or wherever necessary so as to avoid accident. He shall also indemnify CPWD against claims for
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 their form 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.
1.4. Works to be Arranged by the department
Unless otherwise specified in the tender documents, the following works shall be arranged by the
Department:
i) Space for accommodating all the equipment’s and components involved in the works. However,
arrangement to make it lockable shall be made by contractor himself.
ii) Power Supply (Three / Single Phase) at single point.
1.5. Works to be done by the contractor
Unless otherwise mentioned in the tender documents, the following works shall be done by the
contractor and therefore, 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 equipment’s including foundation bolts and vibration isolation spring/pads.
ii) Making good all damages caused to the structure during installation and restoring the same to their
original finish.
iii) Minor building work necessary for installation of equipment’s, foundation trench for conduits and
cables, making opening in the wall/floors/slabs or modifications in the existing openings wherever
provided for carrying conduits/cable/cable tray etc and restoring the same to their original
condition/ finish and necessary grouting etc. as required. Opening in the slab/retaining walls/brick
wall etc. shall be made by means of core cutting machines only.
iv) Sealing of all floor slab/wall openings (provided by the Department) or made by the contractor for
laying of pipes, cables from fire safety points of view.
v) Suspenders, brackets and floor/wall supports for suspending/ supporting equipment’s, cable tray,
cables etc.

C
I NIL
O AE(E)(P)
30

1.6. Rates
The rate quoted by bidder, shall be firm and inclusive of all taxes (including work contract tax), duties
and levies and all charges for packing, forwarding insurance, freight and delivery, installation, testing,
commissioning etc. at site including temporary constructional storage, risks, overhead charges, general
liabilities / obligation etc.
1.7. Power Supply
i) Unless otherwise specified, 3 Phase, 415 volts, 50 Hz power supply shall be provided by the
department free of charge to contractor at one point for installation at site suitable for 5 KW load.
Termination switchgears however, shall be provided by the contractor. Further extension if required
shall be done by the contractor.
ii) The contractor shall use the power supply for any other purpose than that for which it is intended
for. No major fabrication work shall be done at site. Power supply shall be used only for welding/
cutting works. Power supply shall be disconnected in case of such defaults and the contractor shall
then have to arrange required power supply at his cost.
1.8. Water Supply
The water supply for testing and commissioning of the complete installation shall be made available by
the Department free of charge to the contractor.
1.9. Acceptable Makes
The acceptable makes of the various equipment’s/components/accessories have been indicated in
“Acceptable Makes” annexed with this document. The bidders shall work out the cost of the offers on
this basis. Alternate make is not acceptable.
1.10. Machinery for Erection
All tools and tackles required for unloading / handling of equipment’s and materials at site, their
assembly, erection, testing and commissioning shall be the responsibility of the contractor.
1.11. Completenessof the Tender, Submission of Programme, Approval of Drawings and
commencement of work
i) Completeness of the tender: -
All sundry equipment’s, fittings, assemblies, accessories, hardware items, foundation blots,
supports, termination lugs for electrical connections, cable glands, junction boxes and all other
items which are useful and necessary for proper assembly and efficient working of the various
equipment’s 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.
ii) Submission of program: -
Within fifteen days from the date of receipt of the letter of award, the successful tenderer shall
submit his program for submission of drawings, supply of equipment, installation, testing,
commissioning and handing over of the installation to the Engineer-in –charge. This program shall
be framed keeping in view the building progress and the milestones fixed in Schedule ’F’ Clause-5
of CPWD-8 shall be given priority.
iii) Commencement of Work
The contractor shall commence work as soon as the drawings submitted by him are approved
either in full or in part as the case may be.
1.12. Dispatch of Materials to Site and their Safe Custody
The contactor shall dispatch material to site in consultation with the Engineer-in-Charge. Suitable
accommodation shall be made available free of charge temporarily. The arrangement to make it
lockable/secure by means of partitions, locks etc. shall be responsibility of the contractor. Watch and
ward however, shall be the responsibility of contractor. Program 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 contactor till final taking over by the department.

C
I NIL
O AE(E)(P)
31

1.13. Extent of Work


The work shall comprise of entire labor including supervision and all material necessary to meet a
complete installation and such tests and adjustment and commissioning, as may be required by the
department. The term complete installation shall not only mean major items of the plant and
equipment’s covered by the specification 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 detail in the tender documents in connection with this contract as this is a turnkey
job.
1.14. Compliance with Regulations and Indian Standards:
1.14.1. All works shall be carried out in accordance with relevant regulation, both statutory and those
specified by the Indian Standards related to the works covered by this specification. In particular,
the equipment and installation will comply with the following:
i) Factories Act.
ii) Indian Electricity Rules.
iii) B.I.S. & other standards as applicable.
iv) Workmen’s compensation Act.
v) Statutory norms prescribed by local bodies like CEA, Power Supply Co., etc.
1.14.2. Nothing in this specification shall be construed to relieve the successful tenderer of his
responsibility for the design, manufacture and installation of the equipment with all accessories in
accordance with currently applicable statutory regulations and safety codes.
1.14.3. Successful tenderer shall arrange for compliance with statutory provisions of safety regulations
and departmental requirements of safety codes in respect of labour employed on the work by the
tenderer. Failure to provide such safety requirement would make the tenderer liable for penalty
of Rs. 50/- for each default. In addition, the department will be at liberty to make arrangement for
the safety requirements at the cost of tenderer and recover the cost thereof from him.
1.15. Indemnity:
The successful tenderer shall at all times indemnify the department, consequent on this works
contract. The successful tenderer shall be liable, in accordance with the Indian Law and Regulations for
any accident occurring due to any cause and the contractor shall be responsible for any accident or
damage incurred or claims arising there from during the period of erection, construction and putting
into operation the equipment’s and ancillary equipment under the supervision of the successful
tenderer in so far as the latter is responsible. The successful tenderer 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 successful tenderer on account of the above.
1.16. Co-Ordination with other Agencies
The contractor during the execution of the works shall co-ordinate with other agencies associated
work with the project and shall work in harmony with them without causing any hindrance or
obstruction on the progress of work in any way.
1.17. Mobilization Advance:
No mobilization advance shall be paid for this work.
1.18. Insurance and Storage:
All consignments are to be duly insured upto the destination from warehouse at the cost of the
contractor. The insurance covers shall be valid till the equipment is handed over duly installed, tested
and commissioned.

1.19. Verification of Correctness of Equipment at Destination:


The contractor shall have to produce all the relevant records to certify that the genuine
equipment’s from the manufacturers has been supplied and erected.
1.20. Painting:
C
I NIL
O AE(E)(P)
32

This shall include cost of painting of the entire installation. The agency shall be required to do only
touching to the damages caused to the painting during transportation, handling & installation at
site, if there is no major damage to the painting. All iron works shall be painted at the work before
dispatch to the site with two coats of anti-corrosive primer paint. One coat of final finishing of
approved color may be done at the factory before dispatch if considered necessary by the
tenderer on such components, which will not need removal of such parts at site during
assembly/erection work. Marking of identification of each switch gears as per direction of
engineer-in-charge shall be got done.
1.21. Quality of Materials and Workmanship
i) The components of the installation shall be such design so as to satisfactorily function under
all conditions of operation.
ii) The entire work of manufacture/fabrication, assembly and installation shall conform to
sound engineering practice.
iii) All equipment’s and material to be used in work shall be manufactured in factories of good
repute having excellent track record of quality manufacturing, performance and proper after
sales service.
iv) All equipment’s and materials to be used in the work shall be brand new having its date of
manufacturing not more than 6 months old from the date of delivery at site with
manufacturer’s certificates, warrantee cards, technical catalogues, instructions, manuals and
wiring diagrams etc.
1.22. Care of the Building
Care shall be taken by the contractor during execution of the work to avoid damage to the
building. Care shall also be taken by the contractor to avoid the damage to any of these existing
service/service lines, any part of the building etc. If any damage is caused to any of the existing
services/service lines, or any part of the building the same shall be repaired / rectified and made
functional or restored so its original finish by the contractor immediately at his own expenses
failing which the same shall be repaired/ rectified and made functional by department at the risk
and cost of the contractor. The decision of the Engineer-in-charge in this regard shall be final &
binding. He shall also remove all unwanted and waste materials arising out of the installation from
the site of work from time to time.
1.23. Inspection and Testing
(a) Initial Inspection and testing
i) Initial inspection of material and equipment’s at manufacturer’s works may be done by the
Engineer-in-Charge or his representative. For item/ equipment which require initial
inspection at manufacturer’s works, the contractor will intimate the date of testing of
equipment’s at the manufacturer’s works before dispatch. The contractor shall give
sufficient advance notice of minimum two weeks regarding the dates proposed for such
tests to the department’s representative(s) facilitate his presence during testing. The
Engineer- in-Charge at his discretion may witness such testing. Equipment’s will be
inspected at the manufacturer / authorized dealer’s premises, before dispatch to the site by
the contactor. The manufacturer’s works implies the manufacturer of respective items
mentioned in the list of acceptable make not the manufacturer’s vendors works.
ii) The department also reserves the right to inspect the fabrication job at factory and the
successful tenderer has to make arrangements for the same.
iii) The materials duly inspected by Engineer-in-Charge or his authorized representative shall
be dispatched to site by the contractor.
iv) Copies of all documents of routine and type test certificates of the equipment’s carried out
at the manufacturer works shall be furnished to Engineer-in-charge and consignee.
v) No additional payment shall be made to the contractor for initial inspection / testing at the
manufacturer’s works by the representative of the Engineer-in-Charge. However, the
department will bear the expenses of its representative deputed for carrying out initial
inspection / testing.
(b) Final Inspection and Testing

C
I NIL
O AE(E)(P)
33

Upon completion of work the performance test shall demonstrate the following among
other things:
i) Equipment installed complies with specification in all respects and is of the correct rating
for the duty and site conditions.
ii) All items operate efficiently and quietly to meet the specified requirements as per the
warranty /guaranty.
iii) All circuits are correctly protected /modify as per the site protective devices are properly
coordinated.
iv) All non-current carrying metal parts are properly and safely grounded in accordance with
the specifications and appropriate codes of practice.
v) The contractor shall provide all necessary instruments and labour for testing. He shall
make adequate records of test procedures and readings and shall repeat any tests
requested by the Engineer in charge. Test certificate duly signed by authorized person
shall be submitted for scrutiny.
vi) If it is proved that the installation or part thereof is not satisfactorily carried out, then the
contractor shall be liable for the rectification and retesting of the same as called for by the
Engineer in charge. All tests shall be carried out in the presence of representative of
Engineer in charge.

Final Inspection and testing will be done by the Engineer-in-Charge or his representative as per
details indicated in relevant section of Technical Specifications.
(c) Safety Measures
All equipment’s shall incorporate suitable safety provision 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.
1.24. Guarantee
i) The contactor shall guarantee the complete system to maintain the specified conditions
under all conditions of ambient temperature.
ii) All equipment’s shall be guaranteed for a period of 12 months from the date of acceptance
and taking over of the 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 is being caused by
the contactor in doing this, the same will be got done by the department at the risk and cost
of the contractor. The decision of Engineer-in-charge in this regard shall be final.
1.25. Terms of Payments:
Following payment terms shall be applicable.
i) No advance payment shall be made.
ii) Following percentage of contract rates shall be payable against the stage of work shown
herein:
SI No. Stage of Work
1. After initial inspection (wherever specified) and delivery at site in good 70%
condition on pro-rata basis.
2. On completion of installation in all respect on pro-rata basis. 20%

3. On successful Commissioning and taking over by the department. 10%

iii) Deduction of security deposit shall be governed by standard / relevant clause of the CPWD 7/8.
1.26. Tender Drawings, Drawings for Approval and Completion Drawings Tender
Drawings
1.26.1. Tender Drawings

C
I NIL
O AE(E)(P)
34

The drawings appended with bid documents are intended to show space allotted for various
equipment’s. The equipment’s offered shall be suitable for installation in the spaces shown in
these drawings.
1.26.2. Drawings for approval on award of the work
a) The contractor shall prepare and submit drawings in four sets within 15 days of award of work
for approval before commencement of installation. The approval of drawings however does
not absolve the contractor of his responsibility to supply the equipment’s/ materials as per
agreement. In case of any contradiction between the approved drawings and agreement the
decision of the Engineer-in-Charge shall be final and binding on the contractor. All shop
drawing shall be prepared on computer through AutoCAD system based on Architectural
drawings and site measurement within four weeks of award of work.

1.26.3. Completion drawings


Contractor shall submit completion drawings on completion of work in all respects. These
drawings shall be submitted in the form of four sets of CD’s / Pen Drive and four in hard copy (300
x 450 mm) each containing complete set of drawings on approved scale indicating the work as -
installed. These drawings shall clearly indicate following:
i) Location and details of equipment’s and other particulars.
ii) Complete wiring diagram, as installed and scheduled showing all connections in the complete
electrical system.
iii) Single line diagram, power schematic, control schematic with detailed bill of materials, showing
makes, types and description of all components and accessories.
1.27. After Sales Services
The contractor shall ensure adequate and prompt after sales service free of cost during guarantee
period, and against payment after guarantee period is over, in the form of maintenance, spares
and personal as and when required during normal life span of the equipment’s and shall minimize
the breakdown period. In case of equipment supplied by other manufacturers, the firm shall
submit the guarantee from manufacturer for the same before the entire installation is taken over.
1.28. If there is any departure between NIT & standard specification adopted by manufacturer. Then
manufacturer specification will be acceptable.

C
I NIL
O AE(E)(P)
35

ADDITIONAL TECHNICAL SPECIFICATION


General
1. The scope of this section comprises the design, supply erection, testing and commissioning of
inverter technology-based Scroll Type VRF type system of air conditioning conforming to these
specification/ Explanatory Note and in accordance with the requirements of Drawing and Schedule of
Quantities. The prices quoted shall include all the equipment ancillary material as specified and all
such items whatsoever and which may be required to fulfill the intent and purpose as laid down in
the specification and the approved drawings. The contractor shall calculate equipment capacity
based upon design parameters specified for the system design & verify all the quantities and sizes of
refrigerant pipe, fitting, cables, control cable, pipes, insulation, indoor units, and outdoor units etc.
before installation to avoid any shortfall or surplus. The tenderer shall also include all necessary civil
work MS frame work for installation of outdoor and indoor units in VRF based air condition system.
The cost quoted by tenderer shall also include the refrigerant gas & its charging for proper &
specified functioning of air conditioning system. Civil work/ MS frame work for indoor and outdoor
units related to VRF / Split AC equipments, all cuttings should be properly finished as existing
surrounding. The installation of outdoor unit on the floor/ terrace of building should be checked up
structurally & their mounting should be structurally safe for the outdoor unit to ensure in such a way
that after installation.
a) Cutting of walls and floors/ ceiling.
b) Making holes.
c) Sleeves.
d) Foundation
2. The scope in the tender schedule also covers detailed designing of complete air-conditioning
system based on inverter technology-based Scroll VRF air conditioner with air cooled outdoor units
system capable of cooling and heating (reverse cycle) as per individual or season requirement
suitable for operation on 415 V, 3 Phase, 50 Hz AC electric supply. The outdoor units shall have
both cooling & heat pump mode, consisting of one / multiple outdoor unit with single circuit of
refrigerant piping and multiple in door units of various types. Each indoor unit should have
capability to cool or heat as per seasonal weather changes. This shall also include complete
capacity calculation for indoor and outdoor units complete with CAD drawing, designing & layout
of following.
(i) Outdoor units.
(ii) Indoor units.
(iii) Refrigerant piping
(iv) Condensate water piping & disposal.
(v) Power & Control Cables between Outdoor units & Indoor units.

3. While designing the system care should be taken to select outdoor units of suitable capacity based
on design data provided below & to economize on available floor area for installation of outdoor
units as well as optimum utilization of outdoor units and type of indoor unit taken into
considerations. The indoor units should be designed based upon the heat load calculations for
individual rooms / areas to be air- conditioner and over capacities should be avoided.
The design should also specifically take care of disposal of condensate drain water so that there is no
leakage of condensate water inside the room as well in the route of condensate water pipe line. The
layout of refrigerant piping is to be designed in such a way so that it should not disturb the aesthetic
of the building/ room, inadvertent damage in the route of pipe should not occur in future &
optimum length of pipe line for efficient air conditioning.
4. After completion of the work four sets of ‘as erected/ commissioned drawing’ of activities listed
above shall be submitted. The work of air-conditioning outdoor and indoor units as specified in
schedule of work is required to be carried out at SSB, Lucknow. The specified design parameters are
C
I NIL
O AE(E)(P)
36

only tentative in nature, however, all efforts shall be made to achieve the following specified design
parameters and if at any design stage need for higher capacity outdoor HP is required, necessary
approval shall be accorded based on design analysis and discussions on the subject. In case of any
deviation from the parameters specified below, the technical issues involved shall be brought to the
notice of Engineer-in-charge for seeking necessary approvals to achieve these parameters. Engineer-
in- charge, however, reserves the right to permit any deviations from the parameters as specified.
Outside summer condition: 43.3°CDB;
23.9°CWB Monsoon: 35.0°CDB’
28.3°CWB Winter: 7.2°CDB’
5.0°CWB
Inside conditions summer: 23.8°C ± 1°C
Winter: 23.8°C ± 1°C
Note: 1 HP unit = 0.8 TR (Approximately)
5. The project of VRF air-conditioning of SSB, Lucknow is required to be executed in time bound and
professional manner. The equipment’s involved in air-conditioning are complex in nature comprising
of instrumentation, control and central management system. The job, therefore calls for highest
order of technical expertise and also requirement of experience of air-conditioning installation with
proven performance.
6. OUTDOOR UNIT
(i) The outdoor unit shall be factory assembled, weather proof casing (Material of construction of
casing shall be vendor’s standard design), constructed from heavy gauge GI sheets steel panels and
coated with baked enamel finish. The outdoor unit shall be completely factory wired, tested with all
necessary controls & filled with first charge of refrigerant before delivering at site.
(ii) The inverter technology based Scroll type VRF equipment should be capable so that refrigerant
piping between indoor units and outdoor unit shall be extendable upto 165 m of equivalent length
with maximum height difference between outdoor & indoor unit of 50m & level difference between
two indoor units shall be maximum upto 15m. All the outdoor units comprising of multiple modules
should have at least one inverter type compressor in each module.
(iii) The outdoor unit shall be factory tested and filled with first charge of refrigerant R-410A before
delivering at site.
(iv) It should also be provided with duty cycling for Scroll compressors capable of changing the rotating
speed of compressor by inverter controller to follow variation in cooling & heating loads &
switching starting sequence for better stability and prolonging equipment life or similar features if
available in Scroll will also be accepted.
(v) The unit shall be provided with its own microprocessor control panel with provision for integration
with the building management system for Air-conditioning system if required.
(vi) The machine must have a sub cool feature to use coil surface more effectively through proper
circuit / bridge so that it prevents the flushing of refrigerant from long piping due to this effect
thereby achieving energy savings.
(vii) The outdoor unit should be fitted with low noise level and should not be more than 67 db(A) at
normal operation when measured at a point 1 mtr. In front of the unit at a height of 1.5 mtrs.
(viii) The outdoor unit should be fitted with low noise aero spiral design fan with aero fitting grill for
spiral discharge airflow to reduce pressure loss and should be fixed with DC/AC fan motor for better
efficiency.
(ix) In case of trouble occurs in an indoor unit (s), the continuous operation of system should be
possible.
(x) The unit shall be designed in such a way that cleaning of drain Pan should be easy & inspection/
replacement of compressor should be easy.
C
I NIL
O AE(E)(P)
37

(xi) The condensing unit shall be designed to operate safely when connected to multiple fan coil units.

7. Refrigerant Circuit
The refrigerant circuit shall include liquid and gas shut-off valves and a solenoid valve at condenser
end.
The equipment must have inbuilt refrigerant stabilization control for proper refrigerant distribution.
All necessary safety devices shall be provided to ensure the safe operation of the system.
8. Heat Exchanger
The heat exchanger shall be constructed with copper tubes mechanically bonded to aluminum fins to
form a cross-fin coil. The aluminum fins shall be covered by anti-corrosion resin film. The unit shall be
provided with necessary number of direct driven low noise level propeller type fans arranged for
vertical discharge. Each fan shall have a safety guard.
9. Safety Devices
All necessary safety devices shall be provided to ensure safe operation of the system. Whatever
safety devices are required shall be part of outdoor unit - high pressure switch, fuse, fan drive
overload protector, fusible plug, crankcase heater, over load relay, overload protection for inverter-
based technology.
The outdoor roof mounted units shall be provided in such a fashion that these do not affect the
overall aesthetics and ambience of the building. If required these units shall be suitably camouflaged
to give good aesthetic look. These provisions, however, shall be discussed, if required, at a later date
and the prices for the same shall be worked out separately as extra item.
10. INDOOR UNITS
All indoor units as specified shall have; in general, noise levels less than 46 db. For critical applications
noise levels below these limits may, however, be specified during design stage.
(i)Each unit shall have electronic control valve to control refrigerant flow rate respond to load
variation of the room.
(ii) The address of the indoor unit shall be set automatically or through central controller in case of
individual and group control.
(iii) The fan shall be dual suction, aerodynamically designed, Turbo, multi blade type, statically &
dynamically balanced to ensure low noise and vibration free operation of the system. The fan
shall be direct driven type, mounted directly on motor shaft having support from housing.
(iv) The cooling coil shall be made out of seamless copper tubes and having continuous aluminum
fins. The fins shall be spaced by collars forming an integral part. The tubes shall be staggered in
the direction of airflow. The tubes shall be hydraulically/ mechanically expanded for minimum
thermal contact resistance with fins. Each coil shall be factory tested at 21 kg/sqm air pressure
under water.
(v) Indoor unit shall have cleanable type filter fixed to an integrally moulded / moulded plastic frame.
The filter shall be slide in and neatly insertable type. It shall be possible to clean the filters either
with compressed air or water.
11. Reflet Joints/ Header Joints

Supply & installation of the Y-Joint/Ref-net separation refrigeration pipe joints and header in the
appropriate orientation to enable correct distribution of refrigerant. The Distribution Joints
should be factory insulated with close cell nitrile rubber tubular sections of class O fire ratting.

12. Refrigerant Piping


(i) Before joining any copper pipe or fittings, its internals shall be thoroughly cleaned by passing a
clean cloth via wire or cable through its entire length. The piping shall be continuously kept
clean of dirt etc. while constructing the joints. Subsequently it shall be thoroughly blown out
C
I NIL
O AE(E)(P)
38

using nitrogen gas.


(ii) After completion of installation of the refrigerant piping, the refrigerant piping system shall be
pressure tested using nitrogen gas at a suitable pressure as specified by OEM (Original
Equipment Manufacturer). Pressure shall be maintained in the system for 48 hours. The
system shall then be evacuated to vacuum of not less than 700 mm Hg and held for 24 hours.
(iii) The supplier of air-conditioning system shall choose sizes as designed and erect proper
interconnections of the complete refrigerant circuit. The thickness of copper piping shall not
be less than 18 SWG for pipes upto 19.1 mm and 16 SWG for larger dia.
(iv) The suction line pipe size and the liquid line pipe sizes shall be selected according to the
manufacturer’s specified diameter. All refrigerant pipes shall be properly supported and
anchored to the building/structure using steel hangers, fasteners, brackets and supports which
shall be fixed to the building/structure by means of inserts or expansion shields or anchor
fasteners of adequate size and number to support the load imposed thereon.
(v) The refrigerant piping should be laid in such a way that it should not distort the interior of the
room, wherever the refrigerant pipe has to be laid across the room, it should be laid in a
concealed manner by making appropriate boxing arrangement matching with the interior of
the room. All associated minor Civil Engineering works (like chasing on wall, ceiling & re-
plastering & repainting etc.) related with the above items are included in the scope of work.
The above scope does not include false ceiling wherever required.
(vii) Entire liquid and suction refrigerant pipe lines including all fittings, valves and strainer bodies,
etc. shall be insulated with electrometric nitrile rubber as specified in BOQ.
(viii) For proper drainage of condensate U trap shall be provided in the drain piping wherever
required. All pipe supports shall be prefabricated and pre-painted slotted angle support,
properly installed with clamps. The condensate drains pipe arrangement for disposal of
condensate water be made in such a way that there should not be any leakages of condensate
water inside rooms as well in the route of drain water pipe line & water should be discharged
at the location jointly decided with Engineer-in-Charge of work. All associated Civil Engineering
works as per requirement at site in above connection like making chase in the wall & restoring
it original shape by re-plastering & repainting, etc. are included in the scope of work. The
arrangement of drain-pipe shall be made in such a way that it should not affect the aesthetic of
the building as well as is maintenance friendly & easily accessible.

C
I NIL
O AE(E)(P)
39

Preferred Make List


Sl. Details of Materials/ Equipment Manufacturer’s Name
VRV/VRF System
1 VRV/VRF Mitsubishi/Toshiba /O General/ Daikin/ Hitachi/ Voltas/
Carrier/LG
2 Voltage stabilizer V guard/ Blue bird/ Voltas/Servokon/ Logic state
3 Refrigerant Copper Tube/pipes Met-Tube/ Hindustan/ Rajco/Tota line/ Mandav tubes/
Jindal Refrigeration/R.R.
4 UPVC Drain pipe Polypack/Supreme/AKG/BEC/Ashirwad/Astral/ Finolex
5 Nitrile Rubber Insulation Armaflex/Vidoflex/Superflex/K-flex/ALP Aeroflex
6 LT panel/ Meter Panel Board/ Outdoor Tricolite Electrical Industries/ C&S/Application/ Sterling
Feeder Pillar/APFC panels / Bus ducts & Wilson/ MILESTONE/ Adlec Control System Pvt. Ltd./
Advance Panels & Switchgears Pvt. Ltd./ Indo Asian
/Associated Switchgears & Projects Ltd/ Allied Engineers/
Shalabh/ Engineers & Engineers/ Pristine/ Excel Control
System/ Expert Engineers/ R.P. Controls/ Coronet
Engineers Pvt. Ltd./ Havells/ NEC/ SPC Electrotech Pvt
Ltd/ ASES /MAK E-Products Pvt. Ltd./Prestige
Switchgears Pvt. Ltd./Modern Switchgears(India)/Asian
Switchgear Pvt. Ltd.
7 TTA Panels (LT distribution) (OEM or their Legrand, Schneider, Siemens, ABB, L&T (LAURITZ
system integrator) KNUDSEN)
I.E.I, MCBDB & MCB, Cables andWires
1 MS Conduit (ISI marked) with heavy duty BEC / AKG / RMCON
MS conduit pipe accessories (Note: The make of accessories shall be same that of
conduit pipe and will comply to IS/4768 part 2 2003)
2 FRLS PVC insulated copper conductor Finolex/ RR Kabel/ KEI/ Havells/ Polycab/Grandlay/ Plaza
single core cable for wiring (ISI marked) Cables/ Anchor/ Bonton/ Paramount cables/ AKG/
Gloster/Rallison
3 XLPE Insulated PVC Sheathed Alum./ Finloex/ RR Kabel /KEI/ Havells/ Polycab/ Paragon
Copper Conductor Armored/Unarmored (Electron)/ Universal/ Nicco/ Grandlay/ Paramount
Cable of 1.1KV Grade cables/ V-marc/ JMW Kable/Gloster/ Plaza
Cables/AKG/Bonton/Rallison
4 Modular switches, socket/ telephone Legrand / Schneider electric/ Wipro/ Hager / M.K
socket/ cable TV socket/ data outlet (Honeywell)/ Havells/ ABB/Anchor by Panasonic
socket/ fan regulator/ GI boxes etc (Wiring /Indoasian
accessories)/ regulators etc.
5 MCB, Isolator, Industrial plug Socket, RCCB, Schneider Electric / Legrand/ Hager/ L&T (LAURITZ
RCBO’s,ELCB (ISI Marked/ IEC Compliant) KNUDSEN)/ ABB /Seimens/ IndoAsian/C&S/Anchor by
Panasonic /Havells
6 MCBDB & Loose Wire Box Schneider Electric/ Legrand/ Hager /L&T (LAURITZ
KNUDSEN)/ ABB/ Siemens/ IndoAsian/ C&S/ Havells
7 Change Over Switch L&T (LAURITZ KNUDSEN)/ Havells/ Hager/ C&S
8 Automatic Transfer Switch (ATS) Asco/Russel/Socomac/Hager/ABB/ L&T (LAURITZ
KNUDSEN)
9 Armoured/ Unarmoured Telephone cable, Delton/ Finolex/ RR Kabel/ Havells/ Grandlay/ Plaza
Coaxial Cable Cables/ Anchor/ Bonton/ Paramount cables/ JMW
Kable/AKG/Rallison
10 PVC conduit (ISI marked) with heavy duty AKG/ Norpack/ BEC/ Polypack/ Precision/Anchor/
PVC conduit pipe accessories Polycab/Pressfit

C
I NIL
O AE(E)(P)
40

11 Selector Switch & Toggle Switch Salzer/(L&T (LAURITZ KNUDSEN)/ Siemens/


Kaycee/Rishabh/ABB
12 PVC Trunking MK (Honeywell)/ Schneider Electric/ Legrand/ Pressfit
13 MS/ GI Cable Tray Pilco/ slotco/ pasco/ MEM/ BEC/ steelways/ Legrand/
RMCON/True leader/R.P. Controls/Prestige Switchgears
Pvt. Ltd.
14 GI Pipe Tata/ Jindal (Hissar)/ Prakash Surya
15 Paints ICI/ Asian/ Berger
16 Terminal Blocks & Connectors Elmax/Wago/Hensel/Connectwell
17 Phenolic Laminated Sheet/ Bakelite sheet Hylam/ Formica (P-I Grade)/ Mylam/Greenlam
18 Cat-6/ 6A Cable, Co-Axial cables, Amp, Avaya/ Beldon/ Legrand/ Molex/ Schneider/
Telephone Wires & cable Anchor/ Plaza Cables/ Bonton/ AKG/Rallison/Agilon
19 Any Other Items As per direction of Engineer-in-Charge

C
I NIL
O AE(E)(P)
41

Schedule of Work
Name of work:- SITC of VRV/VRF system for Central Air Conditioning in Administrative Block
at Frontier Hqrs. SSB Lucknow.
S.No Description Quantity Rate Unit Amount
SH-I (VRV/VRF System)
1- Supply, Installation, Testing & Commissioning
of Modular type Variable Refrigerant
Flow/Variable Refrigerant Volume air cooled
Outdoor units suitable for cooling/heating
having 100% hermetically sealed inverter type
twin Rotary/Scroll Compressor(s), minimum
two compressors (with individual seperate
PCB) for above 14HP modules, microprocessor
based Controller, top discharge type
condensing unit(s), with R-410-A Refrigerant
or equivalent, vibration Isolators with suitable
foundation etc. complete as required. To have
better efficiency condensor fan shall be capable
to operate at different speed with respect to
load. The unit shall deliver the rated capacity
and in confirmation as per IS 18728:2024 and
CPWD Specifications and work even at 50°C
ambient temperature without tripping. The
system shall be able to deliver 100% of the
rated capacity upto 39 Degree Celcius. The unit
shall be suitable to work on 400V +/- 10%, 3
Phase, 50Hz AC power supply and BMS
compatible. The unit shall be filled with first
charge of the refrigerant and ready for use as
required. The condenser should be coated with
a hydrophilic film to prevent water
accumulation on the surface of the heat
exchanger, enhance water dispersion, and
reduce the risk of degradation, thereby
improving overall performance and durability.
The Indian Seasonal Energy Efficiency Ratio
(ISEER) of the unit shall be as per Energy
Conservation and Sustainable Building Code
(ECSBC) 2024 as below and complete as per
CPWD specification, connections, inter
connections etc. as required. (For capacity <40
kWr ISEER 5.4, Capacity > 40 and <70 ISEER
5.5, Capacity > 70 ISEER 5.6 for ECSBC
Building)
For Cooling and Heating or Both
(a) 6 HP to 8 HP 40 HP 20947 HP 8,37,880
(b) 10 HP to 12 HP 100 HP 20083 HP 20,08,300
(c) 14 HP to 22 HP 320 HP 19111 HP 61,15,520

C
I NIL
O AE(E)(P)
42

2- Supply, Installation, Testing and


Commissioning of following minimum capacity
4 way Cassette Type Indoor ceiling mounted
unit equipped with synthetic washable media
pre-filter, fan section with low noise fan
/dynamically balanced blower, multispeed
motor, coil section with DX Copper coil,
electronic expansion valve, outer cabinet, drain
pump, grill, necessary supports, vibration
Isolation, Corded remote control etc., suitable
for operation on single phase 230 V ± 10%,
50Hz AC supply, complete, as required. The
Indoor units must shut down upon receiving a
singal from the BMS System/Fire Signals. The
system shall be capable to adjust air flow as per
room requirement in auto mode. The cooling
capacity of indoor unit will be at air inlet
conditions of 27 Degree C DB and 19 Degree C
WB temperature. (Make will be same as of
Outdoor)
a) 1.2 TR 2 Nos. 38601 Nos. 77,202
b) 1.6 TR 4 Nos. 39464 Nos. 1,57,856
c) 2 TR 11 Nos. 39734 Nos. 4,37,074
d) 2.4 TR 21 Nos 40814 Nos 8,57,094
e) 3.6 TR 19 Nos. 44269 Nos. 8,41,111
f) 4.1 TR 58 Nos. 45781 Nos. 26,55,298
3- Supply, Installation, testing and commissioning
including vaccumization and Nitrogen testing
of following nominal sizes of soft/hard drawn
copper refrigerant piping for VRV/VRF system,
complete with fittings, with suitable adjustable
ring type hanger supports, jointing/brazing
including accessories, insulated with XPLE
Class-O tubular insulation/with Class-O closed
cell elastometric nitrile rubber tubular sleeves
sections of 19 mm thick insulation as given
below for Suction and Liquid lines, all
accessories as per specifications etc. as
required
(a) 6.4 mm dia (OD) (Soft drawn) with tube 100 Mtr 256 Mtr. 25,600
thickness 1.2 mm
(b) 9.5 mm dia (OD) (Soft drawn) with tube 800 Mtr 346.00 Mtr. 2,76,800
thickness 1.2 mm
(c) 12.7 mm dia (OD) (Soft drawn) with tube 200 Mtr 487.00 Mtr. 97,400
thickness 1.2 mm
(d) 15.86 mm dia (OD) (Soft drawn) with tube 700 Mtr 615.00 Mtr. 4,30,500
thickness 1.2 mm

C
I NIL
O AE(E)(P)
43

(e) 19 mm dia (OD) (Hard drawn) with tube 450 Mtr 739.00 Mtr. 3,32,550
thickness 1.2 mm
(f) 22.2 mm dia (OD) (Hard drawn) with tube 200 Mtr 904.00 Mtr. 1,80,800
thickness 1.2 mm
(g) 25.4 mm dia (OD) (Hard drawn) with tube 250 Mtr 1068.00 Mtr. 2,67,000
thickness 1.2 mm
(h) 34.9 mm dia (OD) (Hard drawn) with tube 250 Mtr 1286.00 Mtr. 3,21,500
thickness 1.62 mm
(i) 41.27 mm dia (OD) (Hard drawn) with tube 350 Mtr 1368.00 Mtr. 4,78,800
thickness 1.62 mm
4- Supply, Installation, Testing and commissioning
of UPVC pipes having thermal stability for
condensate water including wrapping of 6mm
thick class 0 nitrile rubber insulation with
suitable adhesive with all UPVC plain and brass
threaded fittings including the pipes with
clamps 1metre spacing. This including jointing
of pipes with one step UPVC solvent cement
and testing of joints complete etc. as required.

(a) 50 mm dia 100 Mtr 380.00 Mtr 38,000


(b) 40 mm dia 250 Mtr 326.00 Mtr 81,500
(c) 32 mm dia 500 Mtr 271.00 Mtr 1,35,500
5- Supply, Installation, Testing and
Commissioning of Y/T/Multi Joints. Joints shall
be of same Original Equipment Manufacturer
(OEM) make as of ODUs and IDUs.

(a) Indoor Units 101 Nos. 4535 Each 4,58,035


(b) Outdoor Multi Joint 10 Nos. 8098 Each 80,980
6- Supply, Installation, Testing and 115 Nos. 5401.00 Each 6,21,115
Commissioning of corded remote control for
VRF/VRV individual indoor units.

7- Supply Installation, Testing and Commissioning 2 Nos. 38420.00 Each 76,840


of Centralized Remote Controller. Centralized
Control with display for Operator interface to
Manage Entire VRV/VRF System from Single
point. Minimun 64 indoor units must be
controlled.
The following controls should be possible
through this system: -
1) Temperature Controls,
2) ON/OFF Control,
3) Scheduling,
4) Error Display
5) Connectable with Unified ON/Off controller,
schedule timer and BMS system.

C
I NIL
O AE(E)(P)
44

SH-II (Electrical Power Distribution)


1- Supplying, Installation, testing &
commissioning of cubical type LT panel
suitable for 415 V, 3 Phase, 4 wire 50 Hz AC
supply system fabricated in compartmentalized
design from CRCA sheet steel of 2 mm thick for
frame work and covers, 3 mm thick for gland,
plates i/c cleaning & finishing complete with 7
tank process for powder coating in approved
shade, having 500 Amp capacity extensible type
4P aluminium alloy bus bars of high
conductivity, bottom base channel of MS
section not less than 50 mm x 50 mm x 5 mm
thick, fabrication shall be done in transportable
sections, entire panel shall have a common G.I.
earth strip of size 25 mm x 5 mm at the rear
with 2 Nos. earth stud, solid connections from
main bus bar to switch gears with required size
of Al. bus bars and control wiring with suitable
size PVC insulated copper conductor S/C cable
complete with necessary standard fittings and
panel foundation work etc. as reqd. (The face
area should not be less than 2.0 Sq.mtr.)
Incoming
(i) 1 No. 400 Amps. 4P MCCB-36 KA fault rating
with thermal magnetic release and rotary
handle.
(ii) 1 Set of 4 strip PVC sleeved Al. Bus Bar 500
Amps. Capacity.
(iii) 1 No. three phase multifunctional/ intelligent
digital panel meter cum frequency meter i/c
necessary CT’s etc. for measuring voltage,
current, frequency, power factor, power &
energy and LED Indication Lamps.
Outgoing
(iv) 8 Nos. 63 Amps. 3P MCCB-36 KA fault rating
with thermal magnetic release and rotary
handle.
(v) 8 Nos. 40 Amps. 3P MCCB-36 KA fault rating 2 Sets 170222 Set 3,40,444
with thermal magnetic release and rotary
handle.
2- Supplying and fixing following way, horizontal
type three pole and neutral, sheet steel, MCB
distribution board, 415 V, 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)
(a) 8 way (4 + 24), Double door 8 Nos. 6173 Nos. 49,384

C
I NIL
O AE(E)(P)
45

3- Supplying and fixing of following rating,


240/415 V, 10 kA, "C" curve, miniature circuit
breaker suitable for inductive load of following
poles in the existing MCB DB complete with
connections, testing and commissioning etc. as
required.
(a) Single Pole (6 to 32 Amp.) 224 Nos. 265 Each 59,360
(b) Triple Pole & Neutral (63 Amp.) 8 Nos. 2651 Each 21,208
4- Providing and fixing following rating and
breaking capacity and pole MCCB with
thermomagnetic release and terminal
spreaders in existing cubicle panel board
including drilling holes in cubicle panel, making
connections, etc. as required.
(a) 630 A,50KA, TPMCCB 2 Nos. 28824 Each 57,648
5- Supplying and fixing of following sizes of
medium class PVC conduit along with
accessories in surface/recess including cutting
the wall and making good the same in case of
recessed conduit as required.
(a) 25 mm 3400 Mtr 150 Mtr. 5,10,000
6- Supply and drawing of following sizes of Heavy
duty Industrial Flexible cables, PVC insulated,
and FRLS round sheathed with multi core
bright annealed bare copper conductor suitable
for rated voltage of 1.1 KV grade, ISI marked
conforming to IS:694:2010 with latest
amendments in existing steel/PVC conduit/
trunking/pipe etc. as required.
(a) 3C x 2.5 sq. Mm 4000 Mtr 146 Mtr. 5,84,000
7- Supply of following sizes of Aluminium LT
cables, XLPE insulated, cores laid up, PVC outer
sheathed, armoured with galvanized round
steel wire or steel strip cables with stranded
Aluminium conductor suitable for rated voltage
of 1.1 KV grade, ISI marked conforming to
IS:7098(Part-I)/1988 with latest amendment’s
etc. as required.
(a) 3½ x 300 sq. mm 300 Mtr 3202 Mtr 9,60,600
8- Laying and fixing of one number PVC insulated
and PVC sheathed / XLPE power cable of 1.1 KV
grade of following size on wall surface as
required.
(i) Upto 35 Sq.mm (Clamped with 1mm thick 880 Mtr. 57 Mtr. 50,160
saddle)
(ii) Above 185 sq. mm and upto 400 sq. mm 260 Mtr. 234 Mtr. 60,840
(clamped with 40x3mm MS flat clamp)

C
I NIL
O AE(E)(P)
46

9- Laying of one number PVC insulated and PVC


sheathed / XLPE power cable of 1.1 KV grade of
following size in the existing RCC/ HUME/
METAL pipe as required.
(i) Above 185 sq. mm and upto 400 sq. mm 20 Mtr. 139 Mtr. 2,780
10- Laying of one number PVC insulated and PVC
sheathed / XLPE power cable of 1.1 KV grade of
following size in the existing masonry open duct
as required.
(i) Upto 35 Sq.mm 120 Mtr. 29 Mtr. 3,480
(ii) Above 185 sq. mm and upto 400 sq. mm 20 Mtr. 119 Mtr. 2,380
11- 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 300 sq. mm (70mm) 4 Nos. 1236 Each 4,944

12- Supply of following sizes of Copper LT cables,


XLPE insulated, cores laid up, PVC outer
sheathed, armoured with galvanized round
steel wire or steel strip cables with standed
copper conductor suitable for rated voltage of
1.1 KV grade, ISI marked conforming to
IS:7098(Part-I)/1988 with latest amendments
etc. as required.
(a) 4C x 10 sq. mm 1200 Mtr 1246 Mtr 14,95,200
13- Supplying and installing following size of
perforated painted with powder coating M.S.
cable trays with perforation not more than
17.5%, in convenient sections, joined with
connectors, suspended from the ceiling with
M.S. suspenders including bolts & nuts, painting
suspenders etc as required.
(a) 150 mm width X 50 mm depth X 1.6 mm 500 Mtr. 625 Mtr. 3,12,500
thickness
(b) 300 mm width X 62.5 mm depth X 2.0 mm 1200 Mtr. 960 Mtr. 11,52,000
thickness
(c) 450 mm width X 62.5 mm depth X 2.0 mm 500 Mtr. 1266 Mtr. 6,33,000
thickness
(d) 600 mm width X 62.5 mm depth X 2.0 mm 400 Mtr. 1514 Mtr. 6,05,600
thickness
14- Earthing with G.I. earth pipe 4.5 meter long, 40 2 Nos. 7092 Each 14,184
mm dia including accessories, and providing
masonry enclosure with cover plate having
locking arrangement and watering pipe etc.
with charcoal/ coke and salt as required

C
I NIL
O AE(E)(P)
47

15- Providing and fixing 6 SWG dia G.I wire on 2500 Mtr. 43 Mtr. 1,07,500
surface or in recess for loop earthing along with
existing surface/recessed conduit/ cables etc.
as required.
16- Providing and fixing 25 mm X 5 mm G.I. strip in 40 Mtr. 730 Mtr. 29,200
40 mm dia G.I. pipe from earth electrode
including connection with G.I. nut, bolt, spring,
washer excavation and re-filling etc. as
required.
17- Providing and fixing 25 mm X 5 mm G.I. strip on 150 Mtr. 252 Mtr. 37,800
surface or in recess for connections etc. as
required.
18- Dismantling of existing Window type / Split 55 Job. 589 Job 32,395
Type AC units (Indoor & Outdoor) including
refrigerant pipe line electrical connection etc.
as required.
19- Credit on account of old unserviceable
dismantled material as follows:
(a) 1.5/2.0 TR Split Type AC Units i/c refrigerant 30 Job. -2921 Job -87,630
pipe
(b) 1.0/1.5 TR Window Type AC Units 25 Job. -2390 Job -59,750
Total 24869482.00

C
I NIL
O AE(E)(P)
48

ELIGIBILITY BID
NIT No.:- 53 /EE(E)/LKO/2025-26
Name of Work:- SITC of VRV/VRF system for Central Air Conditioning in Administrative Block at Frontier Hqrs. SSB Lucknow.
Estimated Cost:- ₹2,48,69,482/- Time Allowed :- 09 Months EMD ₹ 4,97,390/-
Completion certificate of specialized agency / OEM in support of Similar work criteria :-
(i) Three similar completed work of value not less than 40% of estimated cost put to tender.
OR
(ii) Two similar completed work of value not less than 60% of estimated cost put to tender.
OR
(iii) One similar completed work of value not less than 80% of estimated cost put to tender.
Similar work shall means work of “SITC of VRV/VRF System”. The values of executed work shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum, calculated from the date of
completion to the last date of receipt of application for tender.
Sr. Name of the Financial :- Net worth certificate : Net worth certificate of
document shall be issued from the place in which the office of
Cheque/Deposit at Call Receipt/FDR/Bank Guarantee of any

Whether the agency / firm has uploaded the work experience

Turnover: Average annual financial turnover on above works


Scheduled bank against EMD. (drawn in favour of Executive

during the immediate last three consecutive financial years.


division office of any Executive Engineer, CPWD (The EMD

should be at least 50% of the estimated cost put to tender


Completion certificate of specialized agency / OEM in support of

Profit/loss : The bidder should not have incurred any loss


Copy of receipt for deposition of original EMD issued from

No. agency / minimum 10% of the estimated cost put to

(profit after tax should be positive)in more than two years


Certificate of Registration for GST and acknowledgement.

during available last five consecutive balance sheet, duly


Treasury Challan/Demand Draft/Pay order or Banker’s

firms Information (Form-A) tender issued by certified Chartered

audited and certified by the Chartered Accountant.


from client department for " SITC of VRV/VRF System”
Accountants as per form B-1:-
(a) Financial Analysis :- Details to be Form “B-1”
FORM FOR CERTIFICATE OF NETWORTH
Engineer (E), LCED, CPWD, Lucknow)

furnished duly supported by figures in


receiving division office is situated).

Bidding Capacity as per Form C-3


balance sheet/ profit & loss account for FROM CHARTERED ACCOUNTANT
the last five years duly certified by the “ It is to certify that as per the audited
Chartered Accountant, as submitted by balance sheet and profit & loss account
Similar work criteria :-

the applicant to the Income Tax during the financial year……………………., the
Copy of PAN Card.

Department. ( Copies to be attached) Networth of M/s …………………..(Name &


Financial registered Address of
year individual/Firm/company), as on ……………
(the relevant date) is Rs………………. after
considering all liabilities. It is further certified
that the Net Worth of the company has not
eroded by more than 30% in the last three
years ending on (the relevant date)”.
(b) Gross Annual Turn Over on
construction work. Signature of Chartered Accountant --------of
(c) Profit / Loss. Chartered Accountant---
(d) Financial arrangement for carrying Membership No. of ICAI----------
out the proposed work.
Signature of Chartered Account with Date and Seal____________________
Seal Signature of Bidder(s)

1 2 3 4 5 6 7 8 9 10 11 12 13

C
I NIL
O AE(E)(P)

You might also like