0% found this document useful (0 votes)
18 views25 pages

NIT MCH Staff

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 views25 pages

NIT MCH Staff

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

NOTICE INVITING TENDER

No. 20/BPED/2021-22

Name of Work: Annual Operation and Maintenance of MCH wing at BHU,


Varanasi. (SH : Operation & Maintenance of E&M Services)

1. Estimated cost: Rs. 4,32,108/-

2. Earnest Money: Rs. 8,642/-

3. Security Deposit 2.5% of the Tendered Value

4. Performance Guarantee: 3% of the Tendered Value

5. Time Allowed: 02 Months

Certified that this NIT contains 25 pages marked as 1 to 25

Assistant Engineer (E)-II


BHU Project Varanasi
CPWD, BHU, Varanasi.

AE(E)-II
INDEX

Name of Work: - Annual Operation and Maintenance of MCH wing at BHU,


Varanasi. (SH : Operation & Maintenance of E&M Services)

S. No. Title Page Nos.

1. Notice Inviting Tender 1

2. Index 2

3. Press Notice 3-6

4. CPWD Form – 6 7-11

5. CPWD Form – 7 12-21

6. TERMS & CONDITIONS 22-24

7. Schedule of Work 25

AE(E)-II
INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-
TENDERING FORMING PART OF NIT AND TO BE POSTED ON WEBSITE
(Applicable for inviting tenders on one bid system)

The Assistant Engineer (E)-II, BHU Project Varanasi, CPWD, BHU,


Varanasi on behalf of President of India invites online percentage rate e-
tenders from eligible enlisted Composite Category contractor of CPWD in
single bid system for the following work: -

NI Name of Estimate Earnest Period of Last date Time &


[Link].

& time of date of


T work and d cost Money Completio
Submissi opening
No. location put to n on of of bid.
tender bids
1 2 3 4 5 6 7 8
BHU, Varanasi. (SH : Operation
Maintenance of MCH wing at

Up to 15:00 Hours on

Up to 15:30 Hours on
& Maintenance of E&M
Annual Operation and
20/BPED/2021-22

Rs 4,32,108.00

14.02.2022

14.02.2022
Rs. 8,642.00

02 Months
Services)

1. The tender document consisting of plans, specifications, the


schedule of quantities of various types of items to be executed and the set of
terms and conditions of the contract to be complied with and other
necessary documents can be seen from website
[Link]/CPWD or [Link] free of cost.

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

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

Those contractors not registered on the website mentioned above, are required
to get registered beforehand. If needed they can be imparted training on online
3

AE(E)-II
tendering process as per details available on the website. The intending bidder
must have valid class-II digital signature to submit the bid.

Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or
Banker`s Cheque or Deposit at Call Receipt or Fixed deposit receipt (drawn in
favour of Executive Engineer, BHU Project Division - II , CPWD, Varanasi) 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 document shall only be
issued from the place in which the office of receiving division office is
situated). The EMD receiving Executive Engineer shall issue a receipt of
deposition of earnest money deposit to the bidder in a prescribed format
(enclosed as page no. 5) uploaded by tender inviting EE in the NIT.
This receipt shall also be uploaded to the e-tendering website by the
intending bidder up to the specified bid submission date and time.

A part of earnest money is acceptable in the form of bank guarantee also. In such
case, 50% of earnest money or Rs.20 lakh, whichever is less, will have to be
deposited in shape prescribed above, and balance in shape of Bank Guarantee. Of
any scheduled bank having validity for 6 months or more from the last date of receipt
of bids which is to be scanned and uploaded by the intending bidders.

Copy of Enlistment order and certificate of work experience and other documents
as specified in the press notice shall be scanned and uploaded to the e-tendering
website within the period of bid scanned and uploaded document as specified in
press notice shall have to be submitted by the lowest bidder only within a week
physically in the office of tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of
those
bidders, whose EMD deposited with any division office of CPWD and other
documents scanned and uploaded are found in order.
The bid submitted shall become invalid if :
i. The bidder is found ineligible.
ii. The bidder does not deposit original EMD with division office of any
Executive Engineer, CPWD (The EMD document shall only be issued
from the place in which the office of receiving division office is situated).
iii. The bidder does not upload all the document (including GST) ,as
stipulated in the bid document including the copy of receipt for
deposition of original EMD.
iv. If any discrepancy is noticed between the documents as uploaded at
the time of submission of bid and hard copies as submitted physically
by the lowest tenderer in the office of tender opening authority.

AE(E)-II
Annexure – I

Receipt of deposition of original EMD

Receipt No. …………. / Date …………………….

1. Name of work : - Annual Operation and Maintenance of MCH wing at


BHU, Varanasi. (SH : Operation & Maintenance of E&M Services)
2. NIT No. 20/BPED/2021-22
3. Estimated Cost : Rs. 4,32,108.00
4. Amount of Earnest Money to Deposit : Rs. 8,642/-
5. Last date of submission of bid : 14.02.2022 upto 15:00 PM

1. Name of Contractor : ………………………………………………


2. Form of EMD : ……………………………………………………...
3. Amount of actual Earnest Money Deposit : ……………………………..
4. Date of Submission of EMD : ……………………………………..

Signature, Name and Designation of EMD


Receiving officer (EE/AE(P)/AE/AAO)
Along with office stamp

AE(E)-II
List of Documents to be scanned and uploaded within the time of submission of
tender on Website:
i. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order
or Banker`s Cheque or Deposit at Call Receipt or Fixed deposit receipt.
ii. Copy of receipt for deposition of original EMD issued from division office of
any executive engineer, CPWD (The EMD document shall only be issued from
the place in which the office of receiving division office is situated)
iii). Enlistment Order of the contractor.
iv). Certificate of Registration for GST.
v. Valid Electrical License.
vi). Any other Document as specified in the press notice.

Assistant Engineer (E)-II

AE(E)-II
CPWD-6 FOR e-Tendering
1. Percentage rate bids are invited on behalf of President of India from approved and
eligible contractors of CPWD for the work of Annual Operation and Maintenance
of MCH wing at BHU, Varanasi. (SH : Operation & Maintenance of E&M Services)

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 ` 4,32,108/-. This estimate, however, is given
merely as a rough guide.
2. Agreement shall be drawn with the successful bidders on prescribed Form No.
CPWD 7 which is available as a Govt. of India Publication and also available on
website [Link]. 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 02 Months from the date of
start as defined in schedule 'F' or from the first date of handing over of the site,
whichever is later, in accordance with the phasing, if any, indicated in the 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 necessary documents except Standard
General Conditions of Contract Form can be seen on website
[Link]/CPWD or [Link] 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.

AE(E)-II
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 Treasury Challan or Demand Draft or Pay order or
Banker‘s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in
favour of Executive Engineer, BHU Project Division-II, C.P.W.D., Varanasi 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 shall issue a
receipt of deposition of earnest money deposit to the bidder in a prescribed format
(enclosed) uploaded by the tender inviting EE in the NIT.
This receipt shall also be uploaded to the e-tendering website by the intending bidder
upto the specified bid submission date and time.

A part of earnest money (EM) 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 of any scheduled bank having validity for six months or more from the last
date of receipt of bids which is to be scanned and uploaded by the intending bidders.

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. Further, certified copy of all the
scanned and uploaded documents as specified in bid document shall have to be
submitted by the lowest bidder only within a week physically in the office of
tender opening authority.

Online bid documents submitted by intending bidders shall be opened only of


those bidders, whose original EMD deposited 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 14.02.2022

9A. The contractors registered prior to 01-04-2015 on e-tendering portal of CPWD shall have
to deposit tender processing fee at existing rates, or they have option to switch over to the
new registration system without tender processing fee any time.

10. The bid submitted shall become invalid and e-Tender processing fee shall not be
refunded if:

(i) The bidder is found ineligible.

AE(E)-II
(ii) The bidder does not deposit original EMD with division office of any Executive
engineer, CPWD.

(iii) The bidder does not upload all the documents (including GST registration) as
stipulated in the bid document including the copy of receipt for deposition of
original EMD.
(iv) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the bidder in the
office of bid opening authority.
(v) If a tenderer quotes nil rates against each item in item rate tender or does not
quote any percentage above/below on the total amount of the tender or any
section/sub head in percentage rate tender, the tender shall be treated as
invalid and will not be considered as lowest tenderer.
11. The contractor whose bid is accepted will be required to furnish performance
guarantee of 3% (Three Percent) of the bid amount within the period specified
in Schedule F. This guarantee shall be in the form of cash (in case guarantee
amount is less than Rs. 10000/-) or Deposit at Call receipt of any scheduled
bank/Banker's cheque of any scheduled bank/Demand Draft of any scheduled
bank/Pay order of any Scheduled Bank of any scheduled bank (in case guarantee
amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit
Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in
accordance with the prescribed form. In case the contractor fails to deposit the
said performance guarantee within the period as indicated in Schedule 'F',
including the extended period if any, the Earnest Money deposited by the
contractor shall be forfeited automatically without any notice to the contractor.
The earnest money deposited alongwith bid shall be returned after receiving the
aforesaid performance guarantee.
12. Description of the work is as follows: Annual Operation and Maintenance of
MCH wing at BHU, Varanasi. (SH : Operation & Maintenance of E&M
Services) 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
bidders implies that he has read this notice and all other contract documents and

AE(E)-II
has made himself aware of the scope and specifications of the work to be done
and of conditions and rates at which stores, tools and plant, etc. will be issued to
him by the Government and local conditions and other factors having a bearing on
the execution of the work.
13. The competent authority on behalf of the President of India does not bind itself to
accept the lowest or any other 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.
14. 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.
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 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 Urban Development. Any breach
of this condition by the contractor would render him liable to be removed from
the approved list of contractors of this Department.
17. No Engineer of Gazetted Rank or other Gazetted Officer employed in
Engineering or Administrative duties in an Engineering Department of the
Government of India is allowed to work as a contractor for a period of one year
after his retirement from Government service, without the 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.
18. The bid for the works shall remain open for acceptance for a period of Thirty
(30) days from the date of opening of bids in case of single bid
system/Ninety(90) days from the date of opening of technical bid in case bids
are invited on 2 bid/envelop system/ One hundred twenty(120) days from the
date of opening of technical bid in case bids are invited on 3 bid/envelope
system for specialized work (strike out as the case may be). If any bidders
withdraws his bid before the said period or issue of letter of acceptance,
whichever is earlier, or makes any modifications in the terms and conditions of

10

AE(E)-II
the bid which are not acceptable to the department, then the Government shall,
without prejudice to any other right or remedy, be at liberty to forfeit 50% of the
said earnest money as aforesaid. Further the bidders shall not be allowed to
participate in the rebidding process of the work.
19. 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 or other Standard C.P.W.D. Form as applicable.

11

AE(E)-II
CPWD-7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
STATE Uttar Pradesh Zone BHU Project
BRANCH E&M DIVISION BHU Project Varanasi
CPWD, BHU, Varanasi

(A) Tender for the work of: Annual Operation and Maintenance of MCH wing at BHU,
Varanasi. (SH : Operation & Maintenance of E&M Services)
(Time) (Date)

(i) To be submitted by 3:00 P.M. hours on 14.02.2022

to the: Assistant Engineer (E)-II, BHU Project Varanasi, CPWD, BHU,


Varanasi
(ii) To be opened in presence of tenderers who may be present at 3:30 P.M
hours on 14.02.2022 in the office of the:
Assistant Engineer (E)-II, BHU Project Varanasi, CPWD, BHU, Varanasi
Issued to
(contractor)

Signature of officer issuing the documents:


Designation: Assistant Engineer (E)-II
Date of issue:

12

AE(E)-II
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 thirty/ forty five/ sixty/ ninety (30/45/60/90) days
from the due date of its opening in case of single bid system / Ninety(90) days from the
date of opening of technical bid in case tenders are invited on 2 bid/envelop system/ One
hundred twenty(120) days from the date of opening of technical bid in case bids are
invited on 3 bid/envelop system for specialised work (strike out as the case may be) and
not to make any modification in its terms and conditions.
A sum of ` 8,642/- is hereby forwarded in cash/receipt treasury challan/deposit at call
receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a
scheduled bank/bank guarantee issued by a scheduled bank as earnest money.
A copy of earnest money in receipt treasury challan/deposit at call receipt of a scheduled
bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank
guarantee issued by a scheduled bank 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
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.

13

AE(E)-II
I/We undertake and confirm that eligible similar work(s) has/have not been got executed
through another contractor on back to back basis. Further that, if such a violation comes
to the notice of Department, then I/We shall be debarred for tendering in CPWD in future
forever. Also, if such a violation comes to the notice of Department before date of start of
work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money
Deposit/Performance Guarantee.
I/We hereby declare that I/We shall treat the tender documents drawings and other
records connected with the work as secret/confidential documents and shall not
communicate information/derived therefrom 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:

14

AE(E)-II
The above tender (as modified by you as provided in the letters mentioned hereunder)
is accepted by me for and on behalf of the President of India for a sum of
Rs.________________________(Rupees______________________________________
_______________________________________________________________________
___________________________________________________)

The letters referred to below shall form part of this contract Agreement:-
a)
b)
c)

For & on behalf of the President of India

Signature____________________
Dated ________________ Designation ________________

15

AE(E)-II
Operative schedules shall be supplied separately to each intending tenderer)

SCHEDULE ‘A’

Schedule of Quantities (as per PWD-3) As per sheets attached (Page No. 25)

SCHEDULE ‘B’

Schedule of materials to be issued to the contractor:

Rates in figures & words at


S. No. Description of item Quantity which the material will be Place of issue
charged to the contractor
1 2 3 4 5

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

SCHEDULE ‘C’

Schedule of Tools and Plants to be hired to the contractor

S. No. Description Hire charges per day Place of issue


1 2 3 4

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

SCHEDULE ‘D’

Extra schedule for specific requirements/document for


the work, if any: Addl. Specifications
attached.

16

AE(E)-II
SCHEDULE ‘E’

Reference to General Conditions of contract.


Name of Work: Annual Operation and Maintenance of MCH wing at
BHU, Varanasi. (SH : Operation & Maintenance of
E&M Services)
Estimated cost of the work: Rs. 4,32,108.00
Earnest money `` 8,642.00
Performance Guarantee 3% of the tendered value of the work
Security Deposit 2.5% of the tendered value of the work

SCHEDULE ‘F’

General rules and direction

Officer inviting tender Assistant Engineer (E)-II, BHU Project


Varanasi, CPWD, BHU, Varanasi
Maximum percentage of quantity of items See at appropriate clause under definitions
of work to be executed beyond which
rates are to be determined in accordance
with Clause 12.2.& 12.3

Definitions:
2(v) Engineer-in-Charge Assistant Engineer (E)-II, BHU
Project Varanasi, CPWD, BHU,
Varanasi.
2(vii) Accepting Authority Assistant Engineer (E)-II, BHU
Project Varanasi, CPWD, BHU,
Varanasi..

2(x) Percentage on cost of materials and labour


15%
to cover all overheads and profits
2(xi) Standard Schedule of Rates: Market Rates

2(xii) Department: Central Public Works Department


9(ii) Standard CPWD contract Form: GCC 2020, CPWD as modified & corrected
up to date (Whether correction vide latest
circulars are incorporated or not in this
document).
Clause 1 i) Time allowed for submission of
Performance Guarantee from 7 Days
the date of issue of letter of
17

AE(E)-II
acceptance
ii) Maximum allowable extension 3 Days
with late fee @ 0.1% per day of
Performance Guarantee
amount beyond the period as
provided in (i) above

Clause 2 Authority for fixing Compensation EE&SM(E)-I, BHU


under Clause 2 Project, CPWD, BHU,
Varanasi.
Or successor thereof
Clause 2 A Whether Clause 2A shall be No
applicable

Clause 5 Number of days from the date of 7 Days


issue of letter of acceptance for
reckoning date of start

Authority to Extension of time


Assistant Engineer (E)-II, BHU
decide
Project Varanasi, CPWD, BHU,
Varanasi
Rescheduling of mile
EE&SM(E)-I, BHU Project,
stone CPWD, BHU, Varanasi. Or
successor thereof

Time allowed for execution 02 Months


of work
Clause 6, 6A Clause applicable
Clause 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 NA
being eligible to interim payment

Clause 10A List of testing equipment to be provided by the


contractor at site lab. NA
Clause 10 B Whether clause 10-B (ii) and 10-B (iii) shall be
(ii), (iii) applicable. No

18

AE(E)-II
Clause 10 C Component of labour expressed as percentage of
value of work NA

Clause 10 Materials covered


CA under this clause. . NA

Nil Nil Nil

Clause 10 Clause 10CC to be applicable in contracts with NA


CC stipulated period of completion exceeding the
period shown in next column

Clause 11 Specification to be followed for CPWD General Specifications


execution of work:

Clause 12

12.2 & 12.3 Deviation limit beyond which clause


12.2 & 12.3 shall apply for building 100%
work
12.5
Deviation limit beyond which clause
12.2 & 12.3 shall apply for foundation NA
work

Clause 16 Competent Authority for CE cum ED, BHU Project,


Deciding reduced rates: CPWD, BHU, Varanasi. Or
successor thereof.

Clause 18 List of mandatory machinery, tools & NA


plants to be deployed by the
contractor at site.

19

AE(E)-II
Clause 25 - Constitution of Dispute Redressal Committee (DRC)

Claim Up to Rs. 25.00 lakh Moe than Rs. 25.00 lakh


Amount
Chairman SE(P)(C), O/o SDG (PRC) CE (Works-cum-TLQA), Chandigarh.
Member Executive Engineer (P), O/o SDG SE(P)(C), O/o SDG (PRC)
(PRC)
Member Executive Engineer (P), O/o SDG SE(P) (E), O/o SDG (PRC)--Member
(PRC)—Member secretary Secretary
Presenting Executive Engineer in charge of Project Manager in charge of the work.
Officer work
Competent authority for reconstitution / Special Director General (Project Region
modification of Dispute Redressal Committee Chandigarh), CPWD, Chandigarh or
(DRC) successor thereof.

Clause 42
i) a) Schedule/ statement for determining theoretical
quantity of cement & bitumen on the basis of NA
Delhi Schedule of Rates 2007 printed by CPWD
ii) Variations permissible on theoretical
quantities
a) Cement for works with estimated cost put to
NA
tender not more than ` 5 lakhs.
For works with estimated cost put to Tender is NA
more than ` 5 lakhs
b) Bitumen all works NA
c) Steel reinforcement and structural steel Sections
NA
for diameter, section and category.
d) All other materials NA

20

AE(E)-II
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Rates in figures and words at which


Sl recovery shall be made from the contractor
Description of items
No Excess beyond Less use beyond the
permissible variation permissible variation
1. Cement (PPC) N. A NA
2. Steel reinforcement (TMT NA
Bars)

21

AE(E)-II
Terms & Conditions –

1. The maintenance of work shall be done as per rules and specification of CPWD and as Per
Indian Electricity Rules & acts as amended up to date

2. The contractor shall engage suitable qualified, experienced staff for services as per schedule
of work i/c Sundays & Holidays.
3. Buildings covered : - MCH Building.

4. The firm will have to submit the name and qualification of the workers to be employed on
different locations shifts wise to the Engineer-in-charge or his authorized representative. He
should maintain statutory requirement of employment as per existing labour laws. The
technical staff wireman/ operator should have valid electrical license and least three-year
experience in the line, after passing ITI course form recognized institute.

5. Whenever the services are not attended immediately, than recovery shall be made as
decided by Engineer-in-charge.

6. Payment of work shall be made on monthly / quarterly after verification of work and
attendance of worker for the period, by the Engineer-in-charge of work.

7. The department shall be at liberty to terminate the contract without giving any notice if the
contractor’s working is found unsatisfactory and not in accordance with the schedule of work.

8. The contractor shall arrange his own T&P etc. He will also arrange petty material like Soap,
Duster, fuse wire, HRC fuse up to 15 amp, indicating lamps, distilled water for battery, battery
terminal, all control fuse for secondary wiring arrangement, log books, register, etc. as
required and as per Technical Condition for which nothing extra shall be paid.

9. The contractor, staff shall maintain a history sheet register of the installations, showing
equipment wise details of repairs carried out. A separate attendance register will also be
maintained at site for the staff employed, which will be produced to the inspecting authority as
& when reqd.

10. Being security zone area necessary, entry passes has to be arranged by the contractor for his
deployed labour, with the help of Engineer-in-charge at site of work.

11. Safe custody of the equipments / installations and their accessories shall be responsibility of
the contractors during the tenure of the contract. In case of theft or damage to any part of the
store, machine/equipment the losses shall be made good by the contractor at his own risk &
cost and for any penalty imposed by the labour officer shall be paid by the contractor.

12. This contract provide for maintenance, preventive maintenance, servicing, testing operation of
above said equipment, up keep of log book and also minor repair both electrical &
mechanical. The spare shall be supplied by the department for minor repair free of cost at
site, the contractor shall keep account of all such material issued to him or his authorized
representative and dismantled material shall be returned back to the department after repairs.

13. To carry out above jobs the contractor/firm shall be provided with the free water and electricity
at site.

22

AE(E)-II
14. The following minimum staff shall be provided for Maintenance of Elect. & Mech. Installation.
Contractor may have to deploy more staff at site for any specific work for which nothing extra
shall be paid

15. The following recoveries shall be made from the bill of the contractor for the absence of the
staff as under: -

(a) Mechanic / Sr. Mechanic/ Electrican/Technician/ Wireman/ Operator: Rs. 1,448/-Per


visit/ Shift.

(b) Khallasi : Rs. 1092/- Per shift.

16. The agency will hand over the entire installation to the department in working position at the
time of completion of stipulated time, as per agreement.

17. The department shall not be responsible for any labour claim and compensation during the
course of the contract and cannot claim employment in the Govt. works.

18. Any worker found inefficient or indulging in undesired activity shall be immediately removed
from the site and the decision of the Engineer-in-charge in this regard shall be final and
binding upon the contractor.

19. Timing of the shift can be changed by the department as per actual requirement at site.

20. In case of disobedience or misbehavior by the worker, Engineer-in-charge may ask for
removal of such person from the work.

21. The contractor is fully responsible for the safety of the worker employed by him on the work.

22. Any damage to man/ machinery will be the full responsibility of the contractor

23. The contractor will provide monogram badge “ON CPWD DUTY” shall be embossed on it.

24. The contractor shall provide mobile phone facilities to the staff during duty hours, for which
nothing extra shall be paid and mobile no. shall be provided to the Engineer-In-Charge.

25. The prescribe wages to the deployed staff shall be paid in the presence of the Engineer-in-
charge.

26. All Labour rules shall be followed by the contractor for which nothing extra shall be paid by
the Department.

PAYMENT OF WAGES

(i) Wages of every worker shall be paid to him by contract through Bank or ECS or online
transfer to his bank account.
(ii) All wages shall be paid through Bank or ECS or online transfer.
(iii) It shall be the duty of the contractor to ensure the disbursement of wages through Bank
account of labour.
(iv) Contrubution of ESI and EPF of employee and employer will be deposited as per Govt.
rule & regulation.

23

AE(E)-II
(v) The contractor shall obtain from the Junior Engineer or any other authorized
representative of the Engineer-in-Charge as the case may be, a certificate under his
signature at the end of the entries in the “register of Wages” or the “Wage cum-Muster
Roll” as the case may be in the following form : -
Certified that the amount shown in column No………… has been paid to the
workman concerned through bank account of labour on ………. At ………………”

(vi) OTA will be paid extra to individual rather than minimum wages.

(vii) Payment will generally be released to the contractor on monthly basis. No extra payment
shall be made on account of TA/ DA etc.

(ix) During each R.A. Bill contractor submit online payment details.
(x) EPF/ESIC & online payment detail submit by the agency with each R.A. Bill.
(xi) Contractor paid as per minimum wages rate to staff.
(xii) The department reserves the right to terminate the contract any time without assigning
any reason and no claim of any kind shall be entertained on this account.

24

AE(E)-II
Schedule of work

Name of work :- Annual Operation and Maintenance of MCH wing at BHU, Varanasi. (SH : Operation &
Maintenance of E&M Services)

Sl. no. Description of item Qty Rate Unit Amount


1 Providing Manpower for Operation and
maintenance of Electrical Installation including
fans, Compound/ Security light and attending day
to day electrical complaints, cleaning of ceiling
fans & other electrical accessories, operation of
Water Pump Sets, DG Sets, UPS, Electrical work
related with running /maintenance of electrical
sub-station, HT & LT Panel on all days including
Sunday & Holidays as required by engineer in
charge.
i) Supervisor - 1 Nos.
ii) Wiremen - 1 Nos.
iii) Khallasi - 1 Nos. 2 Months 88472.00 Months 176944.00

2 Providing manpower for Operation of the Fire


Fighting System & Fire Alarm System installed
i/c provision of daily consumable items such as
battery water, washer for coupling etc., gaskets,
nut-bolts, packing, glands, thimbles, ICs, fuses
etc. as required, and deployment of the following
manpower.
i) Wiremen - 1 Nos.
ii) Khallasi - 1 Nos. 2 Months 53666.00 Months 107332.00

3 Providing manpower for Operation of theAir


Conditioning System installed i/c comprising
of all the machinery, equipments installed in the
AC plant room, main building including cooling
towers, AHUs etc. as required, deployment of
the following manpower.
i) Operator - 1 Nos.
ii) Khallasi - 1 Nos. 2 Months 53666.00 Months 107332.00

4 Material
SITC of Flat Plate Battery for DG set, 180 Ah,
a) etc. complete in all respect. 2 nos 20250.00 nos 40500.00

Total 432108.00

25

AE(E)-II

You might also like