0% found this document useful (0 votes)
169 views32 pages

Nit 30092022

This document is a notice inviting tender for the work of providing services of MTS (unskilled) workers, computer operators (highly skilled), and hiring of inspection vehicles for offices in New Delhi. The estimated cost of the work is Rs. 50,47,540. Interested and eligible contractors are invited to submit online percentage rate bids along with an earnest money deposit of Rs. 1,00,951 by October 10, 2022. The last date for bid submission is October 10, 2022 up to 3:00 PM and bids will be opened at 3:30 PM on the same day. The notice provides information on the eligibility criteria for bidders, documents required to be uploaded

Uploaded by

Dharmendra Saini
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)
169 views32 pages

Nit 30092022

This document is a notice inviting tender for the work of providing services of MTS (unskilled) workers, computer operators (highly skilled), and hiring of inspection vehicles for offices in New Delhi. The estimated cost of the work is Rs. 50,47,540. Interested and eligible contractors are invited to submit online percentage rate bids along with an earnest money deposit of Rs. 1,00,951 by October 10, 2022. The last date for bid submission is October 10, 2022 up to 3:00 PM and bids will be opened at 3:30 PM on the same day. The notice provides information on the eligibility criteria for bidders, documents required to be uploaded

Uploaded by

Dharmendra Saini
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

P ag e |1

CENTRAL PUBLIC WORKS DEPARTMENT

Notice Inviting Tender

Name of the Work: - Construction of Common Central Secretariat integrated buildings 1, 2&
3 in plot 137, New Delhi i/c operation & maintenance for 5 years. (SH:
Providing services of MTS (Unskilled) and Computer Operator (Highly
skilled) and hiring of inspection vehicle for office of CE(E), CVPEZ-1 and
EE(E), CVPED-4 and its Sub-Divisional office.).

NIT NO: 01/EE(E)/CVPED-4/CPWD/2022-23

Executive Engineer (E)


CPWD, CVPED-4,
Room No. A-503, 5th Floor,
I.P Bhawan, New Delhi-110002

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P ag e |2

INDEX

Name of the Work: - Construction of Common Central Secretariat integrated buildings 1, 2&3
in plot 137, New Delhi i/c operation & maintenance for 5 years.
(SH: Providing services of MTS (Unskilled) and Computer Operator
(Highly skilled) and hiring of inspection vehicle for office of CE(E),
CVPEZ-1 and EE(E), CVPED-4 and its Sub-Divisional office.).

Sl. No Description Page No.

1. Cover Page 1
2. Index 2
PART A: 3
3. Information and instructions to bidders for e-tendering 4–5
4. CPWD – 6 6–9
5. Integrity Pact 10 – 16
6. Proforma of Schedules – A to F 17 – 21
7. CPWD – 7 (Contract Form) 22 – 23
8. Receipt of deposition of Original EMD 24
PART B: 25
9. Special Conditions (Computer Operator & MTS) 26 – 27
10. Special Conditions (Inspection Vehicle) 28-29
11. Schedule of Quantities 30 – 32

Certified that this bid – document contains 32 pages marked as page 1 to 32

Notice inviting e – tender amounting to Rs. 50,47,540/- is hereby approved.

Assistant Engineer (E),


CVPESD-1, Central Public Works Department,
I.P Bhawan, New Delhi - 110002

Executive Engineer (E)


CPWD, CVPED-4,
Room No. A-503, 5th Floor,
I.P Bhawan, New Delhi-110002

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P ag e |3

PART – A

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P ag e |4

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e – TENDERING

The Executive Engineer, (Elect), CVPED-4, CPWD, I.P Bhawan, New Delhi on behalf of the President
of India, invites online percentage rate tender from approved and eligible contractors of CPWD in
appropriate category through e – tendering for the following work:

NIT No 01/EE(E)/CVPED-4/CPWD/2022-23

Name of Work Construction of Common Central Secretariat integrated


buildings 1, 2& 3 in plot 137, New Delhi i/c operation &
maintenance for 5 years. (SH: Providing services of MTS
(Unskilled) and Computer Operator (Highly skilled) and hiring
of inspection vehicle for office of CE(E), CVPEZ-1 and EE(E),
CVPED-4 and its Sub-Divisional office.).
Estimated Cost put to Bid Rs. 50,47,540/-

Earnest Money Deposit Rs. 1,00,951/- (in favor of EXECUTIVE ENGINEER(C),


(EMD) CPWD, CVPD-2, 2nd Floor, I.P Bhawan, New Delhi - 110002).
Period of Completion 12 Months.

Last date & time of


submission of bid and other
Upto 3:00 PM on 10.10.2022.
documents as specified in
press notice
Time & date of opening of
At 3:30 PM on 10.10.2022.
bids

1. The intending bidder must read the terms and conditions of CPWD – 6 carefully. He should only
submit his bid if he considers himself eligible and he is in possession of all the documents
required.
2. Information and instructions for bidders posted on website shall form of bid document.
3. The bid documents consisting of plans, specifications, the schedule of quantities of various
types of items to be executed and the set of terms and conditions of the contract to be complied
with and other necessary documents can be seen and downloaded from the website
[Link] or [Link] free of cost.
4. But the bid can only be submitted after deposition of original EMD either in the office of The
Executive Engineer, (Elect), CVPED-4, CPWD, I.P Bhawan, New Delhi inviting bid or Division
office of any Executive Engineer, CPWD within the period of bid submission and uploading the
mandatory scanned documents such as Insurance Surety Bonds, Account Payee Demand Draft or
Banker’s Cheque or Fixed Deposit Receipts or Bank Guarantee(for balance amount as
prescribed), from any of the Commercial Bank towards EMD (drawn in favour or EXECUTIVE
ENGINEER(C), CPWD, CVPD-2, 2nd Floor, I.P Bhawan, New Delhi - 110002 receipt for
deposition of original EMD to division office of any Executive Engineer (including NIT issuing
EE/AE), CPWD and other documents as specified.
5. Copy of enlistment order and certificate of work experience and other documents as specified in
the tender documents for eligibility shall be scanned and uploaded to the e – tendering website
within the period of bid submission.
6. Online bid documents submitted by intending bidders shall be opened only of those bidders,
whose documents scanned and uploaded are found in order.

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P ag e |5
7. Those contractors who are not registered or have not updated their profile on the website
mentioned above, are required to get registered/update their profile beforehand. The necessary
training materials including the videos with step-to-step process are available on download
section of [Link]
8. The intending bidders must have valid Class-III digital signature certificate with encryption key
(combo type) to perform any operation /transactions on the e – tendering portal/ website and the
bidder should download and install the emsigner on their system as per instructions available on
download section of [Link]
9. On opening date of the financial bid, the contractor can login and see the bid opening process.
After opening of bids, he will receive the competitor’s bid sheets.
10. Contractor can upload documents in the form of JPG format and PDF format.
11. The department reserves the right to reject any prospective application without assigning any
reason and to restrict the list of qualified contractors to any number deemed suitable by it, if too
many bids are received satisfying the laid down criterion.
12. Contractor must ensure to quote rate of each item. The column meant for quoting rate in figures
appears in yellow 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/subhead in percentage rate tender, the tender shall be treated as invalid
and will not be considered as lowest tenderer.
13. If any information furnished by the applicant is found incorrect at a later stage, he shall beliable
to be debarred from tendering/taking up of works in CPWD. The department reserves the right to
verify the particulars furnished by the applicant independently.
14. In terms of OM No. DG/Con/255A dated 10.08.2011, it shall be mandatory to sign the Integrity
Pact by the bidder/contractor failing which tenderer/bidder will stand disqualified from the
tendering process and the bid of the bidder would be summarily rejected in case of manual
tendering.
15. List of documents to be filled in by the tenderer in various forms, to be scanned and
uploaded in JPG/PDF format within the period of bid submission: -
i. Enlistment Order of the Contractor.
ii. Copy of receipt for deposition of original EMD to Division office of any EE,
CPWD.
iii. GST Registration Certificate of the State in which the work is to be taken up, if
already obtained by the bidder.
iv. Scanned copy of Insurance surety bond or Account Payee Demand Draft or
Banker’s Cheque or Fixed Deposit Receipts or Bank Guarantee (for balance
amount as prescribed), from any of the Commercial Bank towards EMD
v. Copy of registration with ESIC & EPFO.
If the bidder has not obtained GST Registration in the State in which the work is to be taken
up, or as required by GST authorities then in such case the bidder shall scan and upload
following undertaking along with other bid documents.
“If work is awarded to me I/we shall obtain GST Registration Certificate of the State, in
which work is to be taken up, within one month from the date of receipt of award letter
or before release of any payment by CPWD, whichever is earlier, failing which I/we shall
be responsible for any delay in payments which will be due towards me/us on a/c of the
work executed and/or for any action taken by CPWD or GST Department in this regard”.

Executive Engineer (E)


CPWD, CVPED-4,
Room No. A-503, 5th Floor,
I.P Bhawan, New Delhi-110002

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P ag e |6

CPWD – 6 for e – Tendering

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

1. Executive Engineer, (Elect), CVPED-4, CPWD, I.P Bhawan, New Delhi on behalf of the
President of India, invites online Percentage Rate bids from approved and eligible contractors of
CPWD through e – Tendering for the following work:-

Name of the Work: - Construction of Common Central Secretariat integrated buildings 1, 2&
3 in plot 137, New Delhi i/c operation & maintenance for 5 years. (SH:
Providing services of MTS (Unskilled) and Computer Operator (Highly
skilled) and hiring of inspection vehicle for office of CE(E), CVPEZ-1 and
EE(E), CVPED-4 and its Sub-Divisional office.).

2. The enlistment of the contractor should be valid on the last date of submission of bids. In case,
the last date of submission of bid is extended, the enlistment should be valid on the original date
of submission of bids.
3. The work is estimated to cost of Rs. 50,47,540/-. This estimate, however, is given merely as a
rough guide.
4. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD – 7 which
is available as a Govt. of India Publication. Bidders shall quote his rates as per various terms and
conditions of the said form which will form part of the agreement.
5. The time allowed for carrying out the work will be 12 Months from the date of start as defined
in the 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.

i. The site for the work is available.


ii. The architectural & structural drawing 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 the work.

6. The bid document consisting of plans, specifications, the schedule of quantities of various types
of items to be executed and the set of terms and conditions of the contract to be complied with
and other necessary documents can be seen and downloaded from website
[Link] or [Link] free of cost.
7. After submission of the bid the contractor can resubmit revised bid any number of times but
before the last time and date of submission of bid as notified.
8. While submitting the revised bid, contractor can revise the rate of one or more items any
number of times (he needs not to enter rate of all the items) but before last time and date of
submission of bid as notified.
9. Earnest Money in the form of Insurance Surety Bonds, Account Payee Demand Draft orBanker’s
Cheque or Fixed Deposit Receipts or Bank Guarantee (for balance amount as prescribed), from
any of the Commercial Bank (drawn in favour of EXECUTIVE ENGINEER(C), CPWD, CVPD-
2, 2nd Floor, I.P Bhawan, New Delhi - 110002 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.

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P ag e |7

A part of Earnest Money is acceptable in the form of Bank Guarantee also. In such cases 50%
of Earnest Money or Rs. 20 Lakhs, whichever is less, will have to be deposited in shape of
prescribed above, and balance can be accepted in form of Bank Guarantee issued by Commercial
Bank having validity for 90(Ninety) days 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 bid document shall be scanned and uploaded to the e – Tendering website within the period
of bid submission. However, certified copy of all the scanned and uploaded documents as
specified in the bid document shall have to be submitted by the lowest bidder only along with
physical EMD of the scanned copy of EMD uploaded within a week physically in the office of
tender opening authority. Online bid documents submitted by intending bidders shall be opened
only of those bidders, whose original EMD deposited with any division of CPWD and other
documents scanned and uploaded are found in order.

10. The bid submitted shall become invalid if:

i. The bidder is found ineligible.


ii. The bidder does not upload all the documents as stipulated in the document including
the Proforma for Earnest Money declaration.
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 tenderer in the
office of tender opening authority.

11. The contractor whose bid is accepted will be required to furnish Performance Guarantee at
specified percentage of the tendered amount as mentioned in the Schedule E and 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 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 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’.

12. Intending bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their tenders as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation
they may require and in general shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their tender. A tenderer
shall be deemed to have full knowledge of the site whether he inspectsit or not and no extra
charge consequent upon any misunderstanding or otherwise shall be allowed. The tenderer shall
be responsible for arranging and maintaining at their own cost all materials, tools & plants, water,
electricity access, facilities for workers and all other services required for executing the work
unless otherwise specifically provided for in the contract documents. Submission of a tender by
a tenderer implies that he has read this notice and all other contract documents and has made
himself aware of the scope and specifications of the work to be done and of conditions and rates
at which stores, tools, and plant etc., will be issued
Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P ag e |8
to him by the Government and local conditions, conditions imposed by NIT authorities and other
factors having a bearing on the execution of the work.
13. The competent authority on behalf of the President of India does not bind itself to accept the
lowest or any other tender and reserves to itself the authority to reject any or all the tenders
received without the assignment of any reason. All tenders in which any of the prescribed
condition is not fulfilled or any condition including that of conditional rebate is put forth by the
tenderer shall be summarily rejected.
14. Canvassing whether directly or indirectly, in connection with tenderers is strictly prohibited and
the tenders submitted by the contractors who resort to canvassing will be liable to rejection.
15. The competent authority on behalf of President of India reserves to himself the right of accepting
the whole or any part of the bid and the bidders shall be bound to perform the same at the rate
quoted.
16. The contractor shall not be permitted to tender for works in the CPWD Circle (Division in case
of contractors of Horticulture/Nursery category) responsible for award and execution of contracts,
in which his near relative is posted a Divisional Accountant or as an officer in any capacity
between the grades of Superintending Engineer and Junior Engineer (both relatives). He shall
also intimate the names of persons who are working with him in any capacity or are subsequently
employed by him and who are near relatives to any gazetted officer in the Central Public Works
Department or in the Ministry of Urban Development. Any breach of this condition by the
contractor would render him liable to be removed from the approved list of contractors of the
Department.
17. No Engineer of gazetted rank or other Gazetted Officer employed in Engineering or
Administrative duties in an Engineering Department of the Government of India is allowed to
work as a contractor for a period of one year after his retirement from Government service,
without the previous permission of the Government of India in writing. This contract is liable to
be cancelled if either the contractor or any of his employee is found any time to be such a
person who had not obtained the permission of the Government of India as aforesaid before
submission of the tender or engagement in the contractor’s service.
18. The bid for the works shall remain open for acceptance for a period of (30) Thirty days from
the date of opening of bid. 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
the 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 the 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
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 para (ii) above, the
bidders shall not be allowed to participate in the rebidding process of the same work.
19. This notice inviting bid shall form a part of the contract document. The successful bidder /
specialized agency, on acceptance of his bid by the Accepting Authority shall within 15 days
from the stipulated date of start the work, sign contract consisting of:-

i. The Notice inviting bid, all the documents including Special Conditions, General
Specifications/ Particular Specifications and drawings, if any, forming a 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.

ii. Standard CPWD Form 7.

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P ag e |9
20. 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 9929338870, e-mail Id eeecvpediv@[Link]) or ERP help line no. 18001803286 or
e-mail Id [Link]@[Link]. 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.

Executive Engineer (E)


CPWD, CVPED-4,
Room No. A-503, 5th Floor,
I.P Bhawan, New Delhi-110002
(For and on behalf of President of India)

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 10

INTEGRITY PACT

To

………………………………..,
………………………………..,
………………………………..

SUBJECT: - NIT No. 01/EE(E)/CVPED-4/CPWD/2022-23 for the work – Construction of


Common Central Secretariat integrated buildings 1, 2& 3 in plot 137, New Delhi i/c operation &
maintenance for 5 years. (SH: Providing services of MTS (Unskilled) and Computer Operator
(Highly skilled) and hiring of inspection vehicle for office of CE(E), CVPEZ-1 and EE(E),
CVPED-4 and its Sub-Divisional office.).
Dear Sir,

It is hereby declared that CPWD is committed to follow the principle of transparency, equity
and competitiveness in public procurement.

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

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

Yours faithfully

Executive Engineer (E)


CPWD, CVPED-4,
Room No. A-503, 5th Floor,
I.P Bhawan, New Delhi-110002

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 11
To,

Executive Engineer (E)


CPWD, CVPED-4,
Room No. A-503, 5th Floor,
I.P Bhawan, New Delhi-110002

Subject: -Submission of tender for the work of Construction of Common Central Secretariat
integrated buildings 1, 2& 3 in plot 137, New Delhi i/c operation & maintenance for 5
years. (SH: Providing services of MTS (Unskilled) and Computer Operator (Highly
skilled) and hiring of inspection vehicle for office of CE(E), CVPEZ-1 and EE(E),
CVPED-4 and its Sub-Divisional office.).

Dear Sir,

I/We acknowledge that CPWD is committed to follow the principles thereof as numerated in
the Integrity Agreement enclosed with the tender /bid document.

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

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

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

Yours faithfully

(Duly authorized signatory of the Bidder)

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 12

INTEGRITY AGREEMENT

This Integrity Agreement is made at New Delhi on this…………..day of


………………..20…………...

BETWEEN

President of India represented through Executive Engineer, (Elect), CVPED-4, CPWD, I.P Bhawan,
New Delhi (Hereinafter referred as the ‘Principal/Owner’, which expression shall unless repugnant to
the meaning or context hereof include its successors and permitted assigns)

AND

………………………………………………………………………………….
(Name and Address of the Individual/Firm/Company)
through… ....................................................................................... (Hereinafter referred to as the
(Details of duly authorized signatory)
“Bidder/Contractor and which expression shall unless repugnant to the meaning or context hereof
include its successors and permitted assigns)

Preamble

WHEREAS the Principal/Owner has floated the Tender (NIT No. 01/EE(E)/CVPED- 4/CPWD/2022-
23) (hereinafter referred to as “Bid”) and intends to award, under laid down organizational procedure
contract for “Construction of Common Central Secretariat integrated buildings 1, 2& 3 in plot 137,
New Delhi i/c operation & maintenance for 5 years. (SH: Providing services of MTS (Unskilled) and
Computer Operator (Highly skilled) and hiring of inspection vehicle for office of CE(E), CVPEZ-
1 and EE(E), CVPED-4 and its Sub-Divisional office).
” hereinafter referred to as the “Contract”.

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

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity
Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which
shall also be read as integral part and parcel of the Tender/ Bid documents and Contract between the
parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby
agree as follows and this Pact witnesses as under:

Article 1: Commitment of the Principal/Owner

1. The Principal/Owner commits itself to take all measures necessary to prevent corruption and to
observe the following principles:-

a. No employee of the Principal/Owner, personally or through any of his/her family


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

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 13
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 Bidders(s)
confidential/additional information through which the Bidder(s) could obtain an
advantage in relation to the tender process or the contract execution.

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

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

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

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

a. The Bidder(s)/Contractor(s) will not, directly or through any other person or firm,
promise or give to any of the Principal/Owner’s employees involved in the tender
process or execution of the Contract or to any third person any material or other benefit
which he/she is not legally entitled to, in order to obtain in exchange any advantage of
any kind whatsoever during the tender process or during the executionof 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)/Contractor(s) will not use improperly, (for the purpose of
competition or personal gain), or pass on to others, any information or documents
provided by the Principal/Owner as part of the business relationship, regarding plans,
technical proposals and business details, including information contained ortransmitted
electronically.

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

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 14

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

3. The Bidder(s)/Contractor(s) will not instigate third person to commit offenses outlined above or
be an accessory to such offenses.
4. The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in
fraudulent practice means a willful misrepresentation or omission of facts or submission of fake
/forged documents in order to induce public official to act in reliance thereof, with the purpose of
obtaining unjust advantage by or causing damage to justified interest of others and /or to influence
the procurement process to the detriment of the Government interests.
5. The Bidder(s)/Contractor(s) will not directly or through any other person or firm use Coercive
Practices (means the act of obtaining something, compelling an action or influencing a decision
through intimidation, threat or the use of force directly or indirectly, where potential or actual
injury may befall upon a person, his/her reputation or property to influence their participation in
the tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under law or the
Contract or its established policies and laid down procedures, the Principal/Owner shall have the
following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the
Bidder/Contractor accepts and undertake to respect and uphold the Principal/Owner’s absolute right:-

a. If the Bidder(s)/Contractor(s), either before award or during execution of Contract has


committed a transgression through a violation of Article 2 above or in any other form,
such as to put his reliability or credibility in question, the Principal/Owner after giving
14 days’ notice to the contractor shall have the 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.

b. Forfeiture of EMD/Performance Guarantee /Security Deposit:- If the Principal/Owner


has disqualified the Bidder(s) from the tender process prior to the award of the Contract
or terminated/determined the Contract or has accrued the right to terminate/determine
the Contract according to Article 3(1), the Principal/Owner apart from exercising any
legal rights that may have accrued to the Principal/Owner, may in its considered
opinion forfeit the entire amount of Earnest Money Deposit, Performance Guarantee
and Security Deposit of the Bidder/Contractor.

c. 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 Bidder or
Contractor which constitutes corruption within the meaning of IPC Act, or if the
Principal/Owner has substantive suspicion in this regard, the Principal/Owner will
inform the same to law enforcing agencies for further investigation.

Article 4: Previous Transgression

a. 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.

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 15

b. If the Bidder makes incorrect statement on this subject, he can be disqualified from the
tender process or action can be taken for banning of business dealings/ holiday listing
of the Bidder/Contractor as deemed fit by the Principal/Owner.

c. If the Bidder/Contractor can prove that he has resorted/recouped the damage caused by
him and has installed a suitable corruption prevention system, the Principal/Owner may,
at its own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

a. 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.

b. The Principal/Owner will enter in to Pacts on identical terms as this one with all Bidders
and Contractors.

c. The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact
between the Principal/Owner and the bidder, along with the tender or violates its
provisions at any stage of the tender process, from the tender process.

Article 6: Duration of the Pact

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

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

Article 7: Other Provisions

a. This Pact is subject to Indian Law, place of performance and jurisdiction is the
Headquarters of the Division of the Principal/Owner, who has floated the tender.

b. Changes and supplements need to be made in writing. Side agreements have not been
made.

c. If the Contractor is a partnership or a consortium, this Pact must be signed by all the
partners of 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.

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

e. It is agreed term and condition that any dispute or difference arising between the parties
with regard to the terms of this Integrity Agreement/ Pact, any action taken by the
Owner/Principal in accordance with this Integrity Agreement /Pact or interpretation
thereof shall not be subject to arbitration.

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 16

Article 8: LEGAL AND PRIOR RIGHTS

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

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

…………………………………………………
(For and on behalf of Principal/Owner)

…………………………………………………
(For and on behalf of Bidder/Contractor)

WITNESSES:

1. ………….……………………
(Signature, name and address)

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

Place:

Dated:

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 17

SCHEDULES (A to F)

SCHEDULE ‘A’
Schedule of Work As per contract documents
SCHEDULE ‘B’
Schedule of materials to be issued to the contractor

Rate in Figures &


S. No Description of item Quantity words at which Place of issue
the material will
be charged to the
contractor

1 2 3 4 5

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

SCHEDULE ‘C’
Tools and plants to be hired to the contractor

S. No Description of item Hire Charges Per day Place of issue

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

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

SCHEDULE ‘E’
Reference to General Conditions General Conditions of contract 2020 Construction CPWD
of Contract: amended up to date of submission of bid.
Construction of Common Central Secretariat integrated
1.1 Name of Work: buildings 1, 2& 3 in plot 137, New Delhi i/c operation &
maintenance for 5 years. (SH: Providing services of MTS
(Unskilled) and Computer Operator (Highly skilled) and
hiring of inspection vehicle for office of CE(E),CVPEZ-
1 and EE(E), CVPED-4 and its Sub-Divisional office.)
Rs. 50,47,540/-
1.2 Estimated Cost of Work: - Rs. 1,00,951-
1.3 Earnest Money Deposit: - 5.00%
1.4 Performance Guarantee: -
2.5 % of tendered value.
1.5 Security Deposit: -

SCHEDULE ‘F’
General Rules & Directions:- Executive Engineer (E)
Office Inviting Tender CPWD, CVPED-4,
Room No. A-503, 5th Floor,
I.P Bhawan, New Delhi-110002
Definitions:- Executive Engineer (E)
2(v) Engineer-In-Charge CPWD, CVPED-4,
Room No. A-503, 5th Floor,
I.P Bhawan, New Delhi-110002

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 18
2(viii) Accepting Authority Executive Engineer (E)
CPWD, CVPED-4,
Room No. A-503, 5th Floor,
I.P Bhawan, New Delhi-110002

2(x) Percentage on cost of materialsand 15%


labour to cover all overheads and
profits.

2(xi) Standard Schedule of Rates Delhi Schedule of Rates 2022 with up-to-date
correction slips and market rates.
2(xii) Department Central Public Works Department.

9(ii) Standard CPWD Contract Form CPWD GCC 2020 for Construction Work, CPWD
form 7 as amended upto date of submission of bid.
Clause-1:-
(i) Time allowed for submission of
7 days
performance guarantee after date of
issue of letter of acceptance.

(ii) Maximum allowable extension


3 days
with late fee @ 0.1% per day of the
performance guarantee amount
beyond the period provided in (i)
above.
Clause-2: -
Superintending Engineer, CPWD, CVPEC-2, Room
Authority for fixing compensation under No. A-501, 5th Floor, I.P. Bhawan, New Delhi-
clause 2 110002
Clause-5: -
Number of days from the date of issue of
letter of acceptance for reckoning date of 10 days
start
Time allowed for execution of work
12 Months
Sl. Description of Financial Milestone Time Allotted (From Amount to be withheld in case
No. date of start) of non-achievement of
milestone(% of Tendered
Amount)

NOT APPLICABLE

Authority to decide
i. Extension of time for completion work. Executive Engineer(E),
CPWD, CVPED-4
Room No. A-503, 5th Floor,
I.P Bhawan, New Delhi-110002
ii. Shifting of date of start in case of delay Superintending Engineer, CPWD, CVPEC-2,
in handing over of site. Room No. A-501, 5th Floor, I.P. Bhawan, New
Delhi-110002

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 19

iii Re-scheduling of Milestone Superintending Engineer, CPWD, CVPEC-2,


Room No. A-501, 5th Floor, I.P. Bhawan, New
Delhi-110002
Clause-6:-
Clause applicable (6):-
Clause-6 (CMB)
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 Rs. 5 Lakhs or part thereof as agreed
being eligible to interim payment.

Clause-7A:-
Whether clause shall be applicable Applicable.
No running account bill shall be paid for the
work till the applicable labour licenses,
registration with EPFO, ESIC and BOCW
Welfare Board, whatever applicable are
submitted by the contractor to the Engineer-in-
Charge.
Clause-10A:-
List of testing equipment to be provided by the N.A
contractor at site lab.

Clause-10B (ii):-

Whether clause 10B (ii) shall be applicable Not Applicable

Clause-10 C:-
Component of labour expressed as percent of Not Applicable
total value of work

Clause-10 CA:- Not Applicable

Clause-10 CC:- Not Applicable

As per CPWD General specifications for


Electrical works, Part-I Internal (2013), Part-II
External (1994), Part-VII DG set (2013),
Clause-11:- CPWD General specification for electrical
Specifications to be followed for execution of works (Part-IV-SUBSTATION) 2017 with
work correction slips upto the last date of receipt of
tender

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 20
Clause-12: -
Type of Work: -Original Work-

Deviation Limit 100%

Clause-16: -
Competent Authority for deciding reduced Superintending Engineer, CPWD, CVPEC-2,
rates. Room No. A-501, 5th Floor, I.P. Bhawan, New
Delhi-110002

As per requirement at site.


Clause-18:-
List of mandatory machinery tools & plants to
be deployed by the Contractor at site.

Clause-19C .................................................................................................. Engineer-in-charge


Clause-19D .................................................................................................. Engineer-in-charge
Clause-19G.................................................................................................. Engineer-in-charge
Clause-19K.................................................................................................. Engineer-in-charge

Clause-25:-
Constitution of Dispute Redressal Committee

[Link]. Constitution Officer Remarks


1. Chairman To be decided by The concerned
2. Member SDG(PRND) Engineer-in-charge
3. Member will put up the case
before DRC

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 21
Clause-32:- REQUIREMENT OF TECHNICAL REPRESENTATIVE(S) AND RECOVERY RATE

Rate at which
recovery shall be
Minimum Designation made from
S. Qualification (Principal Minimum contractor in the
Discipline Number event of non -
No of Technical Technical/Technical Experience
Representative Representative) deployment

Figures Words

Not Applicable

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 company can
be treated at par with Graduate Engineer 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) Schedule/Statement for determining theoretical quantity Not Applicable
of cement & bitumen on the basis of Delhi Schedule of
Rates………printed by CPWD.
(ii) Various permissible on theoretical quantities: Not Applicable
a. Cement
For works with estimated cost put to tender not more
than Rs. 25 Lakhs. For works with estimated cost put
to tender more than Rs. 25 Lakhs.
b. Bitumen All works Not Applicable
c. Steel Reinforcement and structural steel sections for Not Applicable
each diameter, section and category.
d. All other materials. NIL

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 22

CPWD – 7

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

STATE: New Delhi ZONE: CVPEZ-1

BRANCH: E&M DIVISION: CVPED-4

PERCENTAGE RATE TENDER & CONTRACT FOR WORKS

Tender for the work of: -Construction of Common Central Secretariat integrated buildings 1, 2&
3 in plot 137, New Delhi i/c operation & maintenance for 5 years (SH: Providing services of MTS
(Unskilled) and Computer Operator (Highly skilled) and hiring of inspection vehicle for office of
CE(E), CVPEZ-1 and EE(E), CVPED-4 and its Sub-Divisional office.).

i) To be submitted through e – tendering upto 3:00 PM on 10.10.2022.


ii) Bid will be opened at 3:30 PM on 10.10.2022 in the office of Executive Engineer(E),
CVPED-4, CPWD, Room No. A-503, 5th Floor, I.P Bhawan, New Delhi.

TENDER

I/We have read and examined the Notice Inviting Tender; Schedule A, B, C, D, E & F, Specifications
applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, Clauses of
Contract, Special Conditions, Schedule of Rate and other documents and Rules referred to in the
conditions of contract and all other contents in the tender document for the work.

I/We hereby tender for the execution of the work specified for the President of India within the time
specified in Schedule ‘F’, viz Schedule of Quantities and in accordance in all respects with the
Specifications/ Special conditions, Designs, Drawings and instructions in writing as referred to in this
tender document and with such materials as are provided for, by and in respects in accordance with,
such conditions so far as applicable.

We agree to keep the tender open for (30) Thirty days from the date of opening of bid and not to make
any modifications in its terms and conditions.

A sum of 1,00,951/-is hereby forwarded as Insurance Surety Bonds, Account Payee Demand Draft or
Banker’s Cheque or Fixed Deposit Receipts or Bank Guarantee (for balance amount as prescribed),
from any of the Commercial Bank as Earnest Money.

A copy of Earnest Moneyas Insurance Surety Bonds, Account Payee Demand Draft or Banker’s Cheque
or Fixed Deposit Receipts or Bank Guarantee (for balance amount as prescribed), from any of the
Commercial Bank is scanned and uploaded (strike out as the case may be). If I/We fail to furnish the
prescribed performance guarantee within prescribed period, I/We agree that the said President of India
or his successors, in office shall without prejudice to any other right or remedy, be at liberty to forfeit
the said earnest money absolutely. Further, if I/We fail to commence work as specified, I/We agree that
President of India or the successors in office shall without prejudice to any other right or

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 23
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 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 from the 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 may 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 here under) is accepted by
me for and on behalf of the President of India for a sum of Rs……………(Rupees ........................... )

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

1.
2.
3.

For & on behalf of the President of India

Dated: - ………………………….. Signature……………………………


Executive Engineer (E)

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 24

Receipt of deposition of Original EMD

RECEIPT OF DEPOSITION OF ORIGINAL EMD

Receipt No……….. Date……………………….

Name of Work: - Construction of Common Central Secretariat integrated buildings 1, 2& 3 in plot
137, New Delhi i/c operation & maintenance for 5 years. (SH: Providing services of MTS (Unskilled)
and Computer Operator (Highly skilled) and hiring of inspection vehicle for office of CE(E),
CVPEZ-1 and EE(E), CVPED-4 and its Sub-Divisional office.).

1. NIT No: 01/EE(E)/CVPED-4/CPWD/2022-23

2. Estimated Cost:- Rs. 50,47,540/-

3. Amount of Earnest Money Deposit:- Rs. 1,00,951/- (drawn in favor of EXECUTIVE


ENGINEER (C), CVPD-2, CPWD, 2nd Floor, I.P Bhawan, New Delhi

4. Last date of submission of bid:- 10.10.2022 at 3:00 PM.

1. Name of Contractor:-

2. Form of EMD:-

3. Amount of EMD:-

4. Date of submission of EMD:-

Signature, Name and


Designation of EMD
Receiving Officer
(EE/AE/AAO)
along with official stamp

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 25

PART – B

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 26

SPECIAL CONDITIONS (Computer Operator & MTS)

1. The work shall be carried out as per CPWD specification & direction of Engineer-in-charge.
2. The contractor shall be fully responsible for any theft, damage etc. to the govt. property during
execution of this agreement.
3. The agency shall keep attendance register and other documents at site for information.
4. All the staff shall be engaged after interview/approval of the Engineer-in-Charge. Manpower
engaged by the contractor shall be trained for providing services. The Contractor shall not employ
any person below the age 18 years old.
5. No person engaged shall be removed without prior approval of Engineer-in-Charge.
6. After award of work, the contractor shall submit details of worker deputed at site e.g, Name,
address, ESIC no., EPFO no., BOCW no., labour license etc. Wherever applicable or else shall
submit an undertaking/affidavit regarding exemption /non-applicability, if any and payment of
salary/ wages to worker by cheque/ECS.
7. The contractor shall indemnify the department from any liability (s) of his workmen. The
Department will be under no legal obligation to provide employment to any of the personnel of
the contractor after expiry of agreement period and the Department recognizes no employer-
employee relationship between the Department and the personnel deployed by the
contractor/agency.
8. The contractor shall also abide by all statutory laws.
9. Monthly payment to the workers shall be made as per attendance recorded in the attendance register,
before 7th of next month.
10. The Contractor shall submit a copy of wages sheet showing monthly wages paid to its personnel.
11. The Contractor shall deposit the EPF & ESI Contribution of employees in concerned department
as applicable which shall be reimbursed to him as providing of proper deposit challan after due
verification.
12. Statutory, taxes shall be recovered from each bill as per prevailing law at the time of payment.
13. The contractor shall make all safety arrangement required for the labour engaged by him at his cost.
All consequences due to negligence on behalf of security/safety or otherwise shall be on contractor
for his manpower. The department shall not be responsible for any mishap, injury, accident etc.
14. The agency staff shall be available all the time as per their duty hour and they shall not leave their
place of duty without prior permission. Agency shall be responsible to provide immediate
replacement of staff which is not available for duty. Failing this, a recovery of amount as given
below in table shall be recovered from the contractor from the payment due to him.

S.N. Description Compensation/recovery rate Remarks

1. Computer Operator Rs. 1752/- Per day per person

2. M.T.S Rs. 1326/- -----do----

15. The whole work/part work can be closed as per requirement of the department and no compensation
etc. shall be allowed on this account.
16. No advance payment will be made to agency or any account.

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 27

17. The rates for all items of work shall, unless clearly specified otherwise, include cost of all labour,
material, tools and plants and other inputs involved in the execution of the item. Nothing extra shall
be paid either on this account or on account of any conditions and specifications mentioned in the
tender documents, unless specifically specified otherwise.

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 28
SPECIALCONDITIONS (Inspection Vehicle)

The contractor must study/read the conditions carefully be for e-tendering.


1. Rates offered in the tender will not be allowed to enhance during the currency of the contract.
2. Vehicle provided shall be having valid pollution control certificate and valid Insurance shall be
arranged by the contractor himself and nothing extra shall be paid on this account.
3. The vehicle should be minimum five seated not older than 2021.
4. All liabilities like Driver, POL. Service of vehicle, all type of taxes, challan etc. will be the
responsibility of the owner of the vehicle and nothing shall be paid.
5. The garage point shall be considered for counting of km. nothing extra shall be paid for the vehicle
to come to garage and point shall be decided by the Engineer‐in‐Charge.
6. Any damage/miss-happening, legal, proceeding compensation occurred during the execution of
contract due to accident etc. shall be borne by the contractor and department shall not be
responsible for any such occurrence in anyway.
7. In case of any breakdown on the way, replacement of taxi should be provided within 2(Two)
Hours time.
8. In case of breakdown the contractor shall have to arrange another vehicle failing which recovery
per day shall be made @Rs. 5467/‐per day for CE Vehicle, @Rs. 4965/- per day forEE Vehicle,
@ 4240/- per day for AE Vehicle.
9. The payment shall be made on monthly basis, if desired.
10. The work/contract can be terminated at any time without assigning any reason.
11. The Drivers shall be able to get his documents & license etc., inspected as and when required and
these shall remain available in the vehicle.
12. The vehicle shall be kept up to date, clean and well equipped with fire extinguishers of ISI marked
and ventilated.
13. The spare tyre (stepny) and maintenance tools shall always be available in the vehicle.
14. The vehicle shall be without any dent etc. Dent, if any, shall be repaired and painted, whenever
required. In case of road accident due to negligence of driver or any other reason the department
shall not entertain any claim.
15. Distance shall be reckoned from duty point.
16. The staff deployed by the firm shall be the liability if the firm and shall not have any right for
regular service in the department vehicle engaged should meet the present applicable rules of
transport authority and the firm shall be responsible for any type of misbehavior of the driver in
public or in office, the driver shall be replaced by the firm immediately, if so required by
Engineer‐in‐Charge.
17. The contract can be terminated at any time, if Govt., vehicle is made available by the department.
18. The vehicle shall run as per directions of the Engineer in charge.
19. The recoveries of Income Tax & other taxes shall be deducted from the gross amount of bills as
per Govt. of India’s Rules.
20. The Vehicle should be in good condition.
21. The Normal duty timing from 09.00 AM to 07.00 PM including 1.00 hours Lunch.
22. Vehicle should be registered with State RTO as commercial vehicle, having relevant documents.
23. In case, the owner/contractor of the vehicle fails to provide his vehicle on any day due to his own
reason, recovery @Rs. 5467/‐per day for CE Vehicle, @Rs. 4965/- per day for EE Vehicle,@
4240/- per day for AE Vehicle for the period (as apart of penalty) shall be made from his

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 29
Bill/Accounts.
24. No change in vehicle will be allowed without prior approval of Engineer-in-charge.
25. Vehicle should be made available on all working days in general. The agency is bound to provide
vehicle and driver on holidays and Sundays as and when required. Nothing extra willbe paid
on this account. In case of default, recovery @Rs. 5467/‐per day for CE Vehicle, @Rs. 4965/-
per day for EE Vehicle, @ 4240/- per day for AE Vehicle will be made.
26. The logbook should be maintained by the driver duly signed by the officers using the vehicle.

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 30

SCHEDULE OF QUANTITIES

Name of Work: Construction of Common Central Secretariat integrated buildings 1, 2& 3 in plot 137,
New Delhi i/c operation & maintenance for 5 years.
(SH: Providing services of MTS (Unskilled) and Computer Operator (Highly skilled) and hiring of
inspection vehicle for office of CE(E), CVPEZ-1 and EE(E), CVPED-4 and its Sub-Divisional office.).

[Link]. Description Qty Unit Rate Amount


Providing services of 4 Nos. un-
skilled manpower for files
movement in all branches,
1 upkeeping files, record keeping,
stiching of files etc. for the various
offices for 8 hours a day
on all working days as required. 12 Per Month 92,462.00 11,09,544.00
Providing services for unskilled
1.1 manpower for extra hours/beyond Per person per
normal duty of 8hrs. 400 hr 111.00 44,400.00
Providing services of 4 Nos.
Highly skilled computer
operator in the various offices for
data entry (both in English &
Hindi), uploading tender, well
conversant with PFMS,
2 Tabulation work etc including
generation of various reportsMPR
and correction of CMB, making
justification, extra item and
deviation statements etc. on
all working days on monthly basis
as required. 12 Per Month 1,22,167.00 14,66,004.00
Providing services for data entry
computer operator for extra
2.1 Per person per
hours/beyond normal duty of
8hrs. 400 hr 147.00 58,800.00
Providing services of 1 No.
Inspection Vehicles havingmodel
Ciaz/Honda City/Innova for a
Total of 3000 KM per Month
(having commercial license) and
with A.C in good condition for
official use of CE(E)Central Vista
Project Elect. Zone
- I, CPWD, New Delhi on hire
3
basis i/c driver with duty of 10
hours (09:00 AM to 07:00 PM)per
day i/c cost of fuel, oil,lubricants,
repairs, maintenance & also
provided by contractor vehicle
perfume, neat and clean, towel free
of cost etc. complete in all respect
as per direction of the
Engineer-in-Charge. 12 Per Month 68,336.00 8,20,032.00

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 31
Extra hour beyond 07:00 PM and
3.1 before 09:00 AM of operations of
inspection vehicle etc. 400 Per hr/Vehicle 139.00 55,600.00
Extra running KM for the vehicle
including the cost of driver, fuel
3.2 and other lubricants etc. beyondthe
Limit of 3000 KM per month Per
etc. 500 KM/Vehicle 21.00 10,500.00
Providing services of 1 No.
Inspection Vehicles havingmodel
Ertiga/ Scorpio/ Innova for a Total
of 2100 KM per Month (having
commercial license) and with A.C
in good condition forofficial use of
EE(E) Central Vista Project Elect.
Div. - 4, CPWD, New Delhi on
hire basis i/c driver with duty of 10
4
hours (09:00 AM to 07:00 PM) per
day i/c cost of fuel, oil, lubricants,
repairs, maintenance & also
provided by contractor vehicle
perfume, neat and clean, towel
free of cost etc. complete in all
respect as per direction of the
Engineer-in-Charge.
12 Per Month 62,060.00 7,44,720.00
Extra hour beyond 07:00 PM and
4.1 before 09:00 AM of operations of
inspection vehicle etc. 400 Per hr/Vehicle 105.00 42,000.00
Extra running KM for the vehicle
including the cost of driver, fuel
4.2 and other lubricants etc. beyondthe
Limit of 2100 KM per month Per
etc. 500 KM/Vehicle 18.00 9,000.00
Providing services of 1 No.
Inspection Vehicles havingmodel
Dzire/ Xcent/ Honda Amaze for a
Total of 2100 KM per Month
(having commercial license) and
with A.C in good condition for
official use of AE(E) Central
Vista Project [Link]- Div. - 1 &
2, CPWD, New Delhi on hire basis
5 i/c driver with duty of 10 hours
(09:00 AM to 07:00 PM) per day
i/c cost of fuel, oil,
lubricants, repairs,
maintenance & also provided by
contractor vehicle perfume, neat
and clean, towel free of cost etc.
complete in all respect as per
direction of the Engineer-in-
Charge. 12 Per Month 52,995.00 6,35,940.00
Extra hour beyond 07:00 PM and
5.1 before 09:00 AM of operations of
inspection vehicle etc. 400 Per hr/Vehicle 105.00 42,000.00

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)
P a g e | 32
Extra running KM for the vehicle
including the cost of driver, fuel
5.2 and other lubricants etc. beyond
the Limit of 2100 KM per month Per
etc. 500 KM/Vehicle 18.00 9,000.00
Total
50,47,540.00

Correction-Nil
Insertion-Nil
Deletion-Nil
Overwriting-Nil AE (E) -1 EE (E)

You might also like