0% found this document useful (0 votes)
63 views38 pages

NWJHKK"K Ua0 011&23015641, Dlvas'Ku Ua0 4361) 4306 QSDLK Ua0 011&23015641 Bz&Esy

The Government of India is inviting online tenders for the operation and routine maintenance of electrical and instrumentation works at the President Estate, Rashtrapati Bhavan, New Delhi, with an estimated cost of ₹ 7,94,61,158.00 and an earnest money deposit of ₹ 15,89,223.00. Bids must be submitted by 17/03/2025 at 15:00 Hrs, and the project is expected to be completed within 36 months. Interested contractors must be CPWD enlisted and comply with specified requirements, including the submission of various documents and a valid digital signature certificate.
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)
63 views38 pages

NWJHKK"K Ua0 011&23015641, Dlvas'Ku Ua0 4361) 4306 QSDLK Ua0 011&23015641 Bz&Esy

The Government of India is inviting online tenders for the operation and routine maintenance of electrical and instrumentation works at the President Estate, Rashtrapati Bhavan, New Delhi, with an estimated cost of ₹ 7,94,61,158.00 and an earnest money deposit of ₹ 15,89,223.00. Bids must be submitted by 17/03/2025 at 15:00 Hrs, and the project is expected to be completed within 36 months. Interested contractors must be CPWD enlisted and comply with specified requirements, including the submission of various documents and a valid digital signature certificate.
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

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

Office of the Executive Engineer


President Estate Electrical Division, CPWD, Rashtrapati Bhavan, New Delhi-110004.

¼nwjHkk"k ua0 011&23015641, ,DlVas'ku ua0 4361] 4306½


¼QSDLk ua0 011&23015641½ (bZ&esy: [email protected])

NOTICE INVITING TENDER

NIT No. 151/EE(E)/PEED/2024-2025


Name of Work: - MOEI & Fans in Residential building at Sch A & Sch - B, President Estate,
Rashtrapati Bhavan, New Delhi. (SH:- Operation and routine maintenance of E&I Works at various
locations in Sch-A & Sch - B).

Estimated cost : ₹ 7,94,61,158.00

Earnest money : ₹ 15,89,223.00

Last date and time of online submission of bid: 17/03/2025 upto 15:00Hrs.

Page | 1
NOTICE INVITING TENDER

NIT No. 151/EE (E)/PEED/2024-2025

Name of Work: - MOEI & Fans in Residential building at Sch A & Sch - B, President Estate, Rashtrapati
Bhavan, New Delhi. (SH: - Operation and routine maintenance of E&I Works at various locations in Sch-A &
Sch - B).
INDEX

SI. No. Description Page no.


1. Cover page 1
2. Index 2
3. NOTICE INVITING e-TENDERS 3
4. Information & Instruction for Contractor for e-tendering 4-6

5. Undertaking - Form “A” 7


6. EMD Deposit Receipt FORM “B” 8
7. Bank Guarantee Bond - Form “C” 9-10
8. CPWD 6 11-13

9. CPWD 7 14-15

10. Performa of Schedule (A to F) 16-19


11. General Terms & Conditions 20-24
12. Special conditions and scope of work 25-30
13. INVENTORY of Schedule - A & B 31-34
14. List of preferred Make 35
15. Inventory for Manpower Deployment 36
16. Schedule of Quantity 37-38
Certify that this NIT Document Contains Page 1 to 38 (One to Thirty Eight only)

Sd/- Sd/-
Assistant Engineer (E) (P) Executive Engineer (E)
President Estate Electrical Division President Estate Electrical Division

NIT approved for Rs.7,94,61,158.00


(Rs. Seven Crore Ninety Four Lacs Sixty One Thousand One Hundred Fifty Eight only)

Approved

Assistant Engineer (P) Superintending Engineer


President Estate President Estate

Page | 2
NOTIC E INVITING e-TENDERS

The Executive Engineer (E), PEED, CPWD, Rashtrapati Bhavan, New Delhi-110004 on behalf of President
of India invites online percentage rate bid from the “CPWD enlisted contractors of appropriate class in
Buildings & roads” only, for the following work: -

NIT No. 151/EE (E)/PEED/2024-2025

Name of Work: - MOEI & Fans in Residential building at Sch A & Sch - B, President Estate,
Rashtrapati Bhawan, New Delhi. (SH:- Operation and routine maintenance of E&I Works at
various locations in Sch-A & Sch - B).

Sl. No. Description Detail


1. Estimated Cost ₹ 7,94,61,158.00

2. Earnest Money ₹ 15,89,223.00

3. E-Tender Processing Fee N/A

4. Period of Completion 36 Months

5. Last time and date of submission of bid 17/03/2025 15:00Hrs.

The tender forms and other details can be obtained from the website https://etender.cpwd.gov.in. Press
notice is also available on www.eprocure.gov.in. Further modification of change of dates, if any, can be seen
in the above stated tender web site.

Page | 3
INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e- TENDERING
FORMING PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE

The Executive Engineer (E), PEED, CPWD, Rashtrapati Bhavan, New Delhi-110004 on behalf of President of
India invites online percentage rate bid from the “CPWD enlisted contractors of appropriate class in
Buildings & roads” only, for the following work: -
S. No. NIT No. Name of work Estimated Earnest Stipulated Last date and time of Date &
& Location cost put to Money Period of submission of bid, time of
tender Completion original EMD, copy of opening
(Rs) (In days) receipt for deposition of of bid
original EMD and other
documents as specified
in the bid documents.

1 2 3 4 5 6 7 8
1.
Name of Work: - MOEI & Fans in Residential building at

New Delhi. (SH: - Operation and routine maintenance of


Sch A & Sch- B, President Estate, Rashtrapati Bhavan,

E&I Works at various locations in Sch-A & Sch - B).

17/03/2025 upto 15:00 Hrs.


151/EE(E)/PEED/2024-2025

at 15:30 Hrs.
Dated: 01-03-2025

Rs. 7,94,61,158.00

Rs. 15,89,223.00

36 Months

17/03/2025
1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his bid if
he considers himself eligible and he is in possession of all the documents required.

2. Information and Instructions for bidders posted on website shall form part of bid document.

3. The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be
executed and the set of terms and conditions of the contract to be complied with and other necessary documents
can be seen and downloaded from website www.etender.cpwd.gov.in free of cost.

4. But the bid can only be submitted after deposition of original EMD either in the office of Executive Engineer
inviting bids or Division office of any Executive Engineer, CPWD within the period of bid submission and
uploading the mandatory scanned documents such as Insurance Surety Bonds, Account Payee Demand draft or
Bankers Cheque or Fixed Deposit Receipts or/ and Bank Guarantee (for balance amount as prescribed) from any
of the Commercial Bank towards EMD in favour of Executive Engineer (E), President Estate Electrical Division,
Rashtrapati Bhavan, New Delhi-110004 and receipt for deposition of original EMD to Division office of any
Executive Engineer (Including NIT issuing EE/AE), CPWD and other documents as specified.

Page | 4
5. 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 https://etender.cpwd.gov.in.

6. The intending bidder must have valid Class-III digital signature certificate with encryption key (combo
type) to perform any operations / transactions on the e-tendering portal / website and the bidder should
download and install the e-signer on their system as per instructions available on download section
ofhttps://etender.cpwd.gov.in.

7. On opening date, the contractor can login and see the bid opening process. After opening of bids he will
receive the competitor bid sheets.

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

9. Contractor must ensure to quote rate in the prescribed column(s) 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 / sub head in percentage rate tender, the tender shall be treated
as invalid and will not be considered as lowest tenderer.

10. If any information furnished by the applicant is found incorrect at a later stage, he shall be liable 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.

11. If the bidder has not possessed valid electrical license then in such a case the bidder shall scan and upload
following undertaking along with other bid documents. “If work is awarded to me, I/we shall either obtain
valid electrical license at the time of execution of electrical work or associates contractor having valid
electrical license of eligible class.”

12. The existing enlisted contractor either himself or his authorized representative shall take compulsory ERP
(Enterprise Resource Planning) training through any of the CPWD Regional Training institutes (RTls) at Delhi,
Mumbai, Chennai and Kolkata, National CPWD Academy (NCA) Ghaziabad, Training arranged by Graduates
of ERP "Train the Trainers Programme" conducted by NCA, Ghaziabad or through any other special training
arranged by ERP unit of CPWD before 30.06.2024. Training will be valid only when participants are registered
in LMS (Learning Management System) of ERP and certificate is issued through LMS of ERP. From
01.07.2024, the enlisted contractor will not be allowed to participate in tendering process without uploading the
certificate of above training. ln case of non-enlisted contractor being first lowest in any of the tender then either
contractor himself or his authorized representative shall take compulsory ERP training through any of the
CPWD Regional Training lnstitutes (RTls) at Delhi, Mumbai, Chennai and Kolkata, National CPWD Academy
(NCA) Ghaziabad, Training arranged by Graduates of ERP "Train the Trainers Programme" conducted by
NCA, Ghaziabad or through any other special training arranged by ERP unit of CPWD within two months from
the date of issue of intent letter. Training will be valid only when non enlisted contractor is registered in LMS of
ERP and certificate is issued through LMS of ERP. Failure to do so, a recovery of Rs.10,000/- per week shall be
made from the R/A bill without giving any show cause notice in this regard. (OM No. DG/Enlist.Rules-2023/ 10
dated 22.04.2024).

Page | 5
List of Documents to be filled in by the bidders in various forms to be scanned and uploaded in
JPG/PDF format within the period of bid submission.

Copy of receipt for deposition of original EMD issued from Division office of any Executive
1. Engineer CPWD. (Including NIT issuing EE/AE, CPWD) deposited in the form of
insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt, Banker's
Cheque or Bank Guarantee (as prescribed) issued by a Commercial Bank against EMD.
Form-B.

2. Scan copy of original EMD.

3. CPWD enlistment Order of the Contractor.

4. Certificate of Registration for GST or Undertaking as perform ‘A’.

5. Permanent Account Number (PAN) Card as issued by the Income Tax Department.

6. Valid Electrical License or Undertaking as per Para-11 above if applicable.

Undertaking by contractor on his Letter-Head in the following format:


7. “I/We Declare that, I/We have not been Debarred/Blacklisted by Central Government/State
Government.”

ERP training certificate issued through LMS of ERP. The Non-CPWD Contractors shall be allowed
8. to participate in tender with an undertaking that “I/We will obtain ERP certificate as per OM No.
DG/Enlist. Rules-2023/10 dated 22.04.2024”.

Page | 6
Form ‘A’

UNDER TAKING REGARDING GST REGISTRATION

To,

Executive Engineer (E)


President Estate Elect. Division
CPWD, Rashtrapati Bhavan
New Delhi - 110004

Name of Work:- MOEI & Fans in Residential building at Sch A & Sch - B , President Estate,
Rashtrapati Bhavan, New Delhi. (SH :- Operation and routine maintenance of E&I Works at
various locations in Sch-A & Sch - B).

Sir,

Having examined the details given in the bid document for the above work, I/we hereby submit
the following undertaking along with bid documents as given below:

“If work is awarded to me, I/we shall obtain GST registration certificate, as applicable, within
one month from the date of receipt of award letter of 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 account of the work executed and/or for any action taken by CPWD or GST
department in this regard.”

Signature of Bidder(s) or an
authorized Officer of the firm
with stamp
Date of Submission:

Page | 7
Form ‘B’

EMD Receipt format


Receipt of deposition of original EMD
(Receipt No……………………………………/date……………………………)
1. Name of Work:- MOEI & Fans in Residential building at Sch A & Sch - B , President Estate,
Rashtrapati Bhavan, New Delhi. (SH: - Operation and routine maintenance of E&I Works at
various locations in Sch-A & Sch - B).

2. NIT No. 151/EE(E)/PEED/2024-2025

3. Estimated Cost: ₹ 7,94,61,158.00

4. Amount of Earnest Money Deposit: ₹ 15,89,223.00

5. Last date of submission of bid: 17/03/2025

(*To be filled by NIT approving authority/EE at the time of issue of NIT and uploaded along with NIT)

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

2. Form of EMD:……………………………………………………………………….……………..#

3. Amount of 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
(# to be filled by EMD receiving EE)
Note:
The EMD document shall only be issued from the place in which the office of receiving Division office is
situated.

Page | 8
FORM‘C’
(On Non- Judicial stamp paper of minimum Rs.100)
(Guarantee offered by Bank to CPWD in connection with the execution of contracts)
Form of Bank guarantee/e-bank guarantee for Earnest Money Deposit /Performance
Guarantee/Security Deposit/Mobilization Advance

1. Whereas the Executive Engineer..................... (Name of Division) ......................,. CPWD on behalf of


the President of India (here in after called "The Government") has invited bid
sunder.......................(NIT number).....................dated..................for (name of work). .................
.........................................The Government has further agreed to accept irrevocable Bank guarantee/e-bank guarantee for
Rs....................... (Rupees................................only) in favour of Executive Engineer (E), PEED, CPWD,
Rashtrapati Bhavan, New Delhi-110004 valid upto............. (date)*.............as Earnest Money Deposit
from........................(Name and address of contractor) (Here in after called "the contractor") for compliance
of his obligations in accordance with the terms and conditions of the said NIT.
OR
Where as the Executive Engineer.................(Name of Division) ............................ , CPWD on behalf
of the President of India (here in after called "The Government") has entered into an agreement
bearing number.............................with......................(name and address of the
contractor)................(Here in after called" the Contractor") for execution of
work........................................... (Name of work) .............................................. The Government
has further agreed to accept an irrevocable Bank guarantee/e-bank guarantee for
Rs........................(Rupees................................only) in favour of Executive Engineer (E), PEED,
CPWD, Rashtrapati Bhavan, New Delhi-110004 valid upto...........(Date).......... As Performance
Guarantee/Security Deposit/Mobilization Advance from the said Contractor for compliance of his
obligations in accordance with the terms and conditions of the agreement.

2. We,............... (indicate the name of the bank)(herein after referred to as "the Bank"), hereby undertake
to pay to the Government an amount not exceeding Rs.............................(Rupees only) on demand
by the Government within10 days of the demand.

3. We,........................(indicate the name of the Bank) ....................................... ,do hereby under take to pay
the amount due and payable under this guarantee without any demur, merely on a demand from the
Government stating that the amount claimed is required to meet the recoveries due or likely to be due
from the said Contractor. Any such demand made on the Bank shall be conclusive as regards the
amount due and payable by the Bank under this Guarantee. However, our liability under this guarantee
shall be restricted to an amount not exceeding Rs................ (Rupees only).

4. We.................. (indicate the name of the Bank) ....................., further undertake to pay the Government
any money so demanded notwithstanding any dispute or disputes raised by the contractor in any suit or
proceeding pending before any Court or Tribunal, our liability under this Bank guarantee/e-bank
guarantee being absolute and unequivocal. The payment so made by us under this Bank guarantee/e-
bank guarantee shall be a valid discharge of our liability for payment there under and the Contractor
shall have no claim against us for making such payment.

5. We..................... (indicate the name of the Bank)........................,further agree that the Government shall
have the fullest liberty without our consent and without affecting in any manner our obligation here
under to vary any of the terms and conditions of the said agreement or to extend time of performance by
the said Contractor from time to time or to postpone for any time or from time to time any of the
Page | 9
Powers exercisable by the Government against the said contractor and to forbear or enforce any of the
terms and conditions relating to the said agreement and we shall not be relieved from our liability by
reason of any such variation or extension being granted to the said Contractor or for any forbearance,
act of omission on the part of the Government or any indulgence by the Government to the said
Contractor or by any such matter or thing whatsoever which under the law relating to sureties would,
but for this provision, have effect of so relieving us.

6. We,....................(indicate the name of the Bank) ..........................,further agree that the Government at
its option shall be entitled to enforce this Guarantee against the Bank as a principal debt or at the first
instance without proceeding against the Contractor and not withstanding any security or other guarantee
the Government may have in relation to the Contractor's liabilities.

7. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Contractor.

8. We,......................(indicate the name of the Bank) ............................................... ,.undertaken Otto revoke


this guarantee except with the consent of the Government in writing.

9. This Bank guarantee/e-bank guarantee shall be valid up to ............................... unless extended on


demand by the Government. Not with standing anything mentioned above, our liability against this
guarantee is restricted to Rs......................... (Rupees .................... only) and unless a claim in writing is
lodged with us within the date of expiry or extended date of expiry of this guarantee, all our liabilities
under this guarantee shall stand discharged.

Date:
Witnesses: Authorizes Signatory

1. Signature………………….

Name & Address

Designation
Staff Code No
Bank Seal

2. Signature………………….

Name &Address

* Date to be worked out on the basis of validity period 90 days for Single bid system from the date
of submission of tender.

** In paragraph 1, strike out the portion not applicable. Bank guarantee/e-bank guarantee will be made either
for earnest money or for performance guarantee/security deposit/mobilization advance, as the case may be.

Page | 10
CPWD-6 for E-Tenderi ng

The Executive Engineer (E), PEED, CPWD, Rashtrapati Bhavan, New Delhi-110004 on behalf of President of
India invites online percentage rate bid from the “CPWD enlisted contractors of appropriate class in Buildings &
roads” only for the following work:-
Name of Work: MOEI & Fans in Residential building at Sch A & Sch - B, President Estate, Rashtrapati
Bhavan, New Delhi. (SH :- Operation and routine maintenance of E&I Works at various locations in Sch-A &
Sch - B).
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. The work is estimated to cost Rs. 7,94,61,158.00 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 www.cpwd.gov.in. Bidders shall quote his rates as per
various terms and conditions of the said form which will form part of the agreement.

3. The time allowed for carrying out the work will be 36 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. The site for the work is available.

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
https://etender.cpwd.gov.in or www.cpwd.gov.in free of cost.

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

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

8. Earnest Money in the form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt,
Banker's Cheque or Bank Guarantee including e- Bank Guarantee (for balance amount as prescribed) from any of
the Commercial Banks (drawn in favour of Executive Engineer President Estate Electrical Division) shall be
scanned and uploaded on the e-Tendering website within the period of bid submission. The original EMD should
be deposited either in the office of Executive Engineer inviting bids or division office of any Executive Engineer,
CPWD within the period of bid submission. The EMD receiving Executive Engineer (including NIT issuing EE/AE)
shall issue a receipt of deposition of earnest money deposit to the bidder in a prescribed format (enclosed)
uploaded by tender inviting EE in the NIT.
A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum 50% of earnest
money or Rs. 20 lac, whichever is less, shall have to be deposited in shape prescribed above, and balance may be
deposited in shape of Bank Guarantee including e- Bank Guarantee of any Commercial bank having validity for a
period of 90 days for single bid works 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 are found in order.

The bid submitted shall be opened at 15:30 Hrs. on 17/03/2025


Page | 11
9. The bid submitted shall become invalid and e-Tender processing fee (if applicable) shall not be
refunded if:
(i) The bidder is found ineligible.
(ii) The bidder does not upload scanned copies of all the documents stipulated in the bid document.
(iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard
copies as submitted physically by the lowest bidder in the office of bid opening authority.
(iv) If a tenderer quotes nil rates against each item in item rate tender or does not quote any percentage
above/below on the total amount of the tender or any section / sub head in percentage rate tender, the
tender shall be treated as invalid and will not be considered as lowest tenderer.

10. The contractor whose bid is accepted will be required to furnish performance guarantee at specified percentage
of the tendered amount as mentioned in 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 accordance with the prescribed form. In case the contractor fails
to deposit the said performance guarantee within the period as indicated in Schedule 'F', including the extended
period if any, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice
to the contractor. The earnest money deposited along with bid shall be returned after receiving the aforesaid
performance guarantee. The contractor whose bid is accepted will also be required to furnish either copy of
applicable licenses/ registrations or proof of applying for obtaining labour licenses, registration with EPFO, ESIC
and BOCW Welfare Board including Provident Fund Code No. If applicable and also ensure the compliance of
aforesaid provisions by the subcontractors, if any engaged by the contractor for the said work within the period
specified in Schedule F.

11. The description of the work is as follows: MOEI & Fans in Residential building at Sch A & Sch - B, President
Estate, Rashtrapati Bhavan, New Delhi. (SH: - Operation and routine maintenance of E&I Works at various
locations in Sch-A & Sch - B). Intending Bidders are advised to inspect and examine the site and its surroundings
and satisfy themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation they may
require and in general shall themselves obtain all necessary information as to risks, contingencies and other
circumstances which may influence or affect their bid. A bidders shall be deemed to have full knowledge of the
site whether he inspects it or not and no extra charge consequent on any misunderstanding or otherwise shall be
allowed. The bidders shall be responsible for arranging and maintaining at his own cost all materials, tools &
plants, water, electricity access, facilities for workers and all other services required for executing the work
unless otherwise specifically provided for in the contract documents. Submission of a bid by a bidder implies that
he has read this notice and all other contract documents and has made himself aware of the scope and
specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be
issued to him by the Government and local conditions and other factors having a bearing on the execution of the
work.

12. The competent authority on behalf of the President of India does not bind itself to accept the lowest or any
other bid and reserves to itself the authority to reject any or all the bids received without the assignment of any
reason. All bids in which any of the prescribed condition is not fulfilled or any condition including that of
conditional rebate is put forth by the bidders shall be summarily rejected.

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

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

15. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of contractors of
Horticulture/Nursery category) responsible for award and execution of contracts, in which his near relative is
posted a Divisional Accountant or as an officer in any capacity between the grades of Superintending Engineer
and Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in
any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the
Page | 12
Central Public Works Department or in the Ministry of Housing and Urban Affairs. Any breach of this condition by
the contractor would render him liable to be removed from the approved list of contractors of this Department.

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

17. The bids for the work shall remain open for acceptance for a period of 30 (thirty) days from the date of opening
of bids in case of single bid system.

(i) If any tenderer withdraws his tender or makes any modification in the terms & conditions of the tender which is
not acceptable to the department within 7 days after last date of submission of bids, then the Government
shall without prejudice to any other right or remedy, be at liberty to forfeit 50% of the earnest money
absolutely irrespective of letter of acceptance for the work is issued or not.
(ii) If any tenderer withdraws his tender or makes any modification in the terms & conditions of the tender which
is not acceptable to the department after expiry of 7 days after last date of submission of bids, then the
Government shall without prejudice to any other right or remedy, be at liberty to forfeit 100% of the earnest
money absolutely irrespective of letter of acceptance for the work is issued or not.
(iii) In case of forfeiture of earnest money as prescribed in para (i) and (ii) above, the bidders shall not be allowed
to participate in the rebidding process of the same work.

18. This notice inviting Bid shall form a part of the contract document. The successful bidder/ 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.

19. 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 *.........., e- mail Id *..............)
or ERP helpline no. 18001803286 or e-mail ld [email protected]. The e- tendering bidders are
also advised not to wait to raise any issues till the last date of submission of bid in their own interest.

Page | 13
CPWD-7 CPWD

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Percentage Rate Tender and contract for works
Tender for the work of: MOEI & Fans in Residential building at Sch A & Sch - B, President
Estate, Rashtrapati Bhavan, New Delhi. (SH: - Operation and routine maintenance of E&I
Works at various locations in Sch-A & Sch - B).

I. To be uploaded by 15:00 hours on 17/03/2025 at etender.cpwd.gov.in

II. To be opened in presence of tenderers who may be present at 15:30 hours on 17/03/2025
in the office of Executive Engineer (E), PEED, CPWD, Rashtrapati Bhavan, New Delhi-
110004.
Issued to …………………………………* ………………………………………..
Signature of officer issuing the documents …………………*………………………
Designation .*………………………………………
Date of Issue ……………………*…………..………….
TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E&F Specifications
applicable, Drawings & Designs, General Rules and Directions, General Conditions of Contract
maintenance work 2023 with up to date amendments 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 documents 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 Clause11 of the Conditions of contract of 2023 for work with up to date amendments
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 (30) Days from the date of opening of bids in case of
single bid system and not to make any modification in its terms and conditions.

A sum of ₹ 15,89,223.00 is hereby forwarded in the form of insurance Surety Bonds/Account Payee/
Demand Draft/ Fixed Deposit Receipt/Banker's Cheque/ Bank Guarantee (as prescribed) issued by a
Commercial Bank against EMD. If I/We, fail to furnish the prescribed performance guarantee within
prescribed period. I/We agree that the said President of India or his successors, in office shall without
prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely.
Further, if I/We fail to commence work as specified, I/We agree that President of India or the
successors in office shall without prejudice to any other right or remedy available in law, be at liberty
to forfeit the said earnest money and the performance guarantee absolutely. The said performance
guarantee shall be 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 Clause12 of the tender form. Further, I/We agree that in
case of for feature of Earnest Money & Performance Guarantee as aforesaid. I/We shall be debarred
for participation in there-tendering process of the work.
Page | 14
I/We undertake and confirm that eligible similar work(s) has/have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then

I/we shall be debarred for tendering in CPWD in future forever. Also, if such a violation comes to
the notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the
entire amount of Earnest Money Deposit/Performance Guarantee.
I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with
the work as secret/confidential documents and shall not communicate information/derived there from to
any person other than a person to whom I/We am/are authorized to communicate the same or use the
information in any manner prejudicial to the safety of the State.

Signature of Contractor **
Dated: …………..**…………….

Witness: **
Postal Address **

Address: **

Occupation: **

(*) to be filled by EE

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for
an on behalf of the President of India for a sum of s.………*……….
(Rupee………………………………………*………………………………………………………).

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

For & on behalf of President of India

Signature……………*…………………
Dated…*……..
Designation…………*………………….

Page | 15
PROFORMA OF SCHEDULES
(Operative Schedules to be supplied separately to each intending tenderer)
SCHEDULE 'A' As per Schedule of Quantity - Page No. 37 to 38
Schedule of quantities

SCHEDULE 'D'
Extra schedule for specific requirements/ document Nil
for the work, if any.

SCHEDULE 'E' Applicable GCC is GCC Maintenance Works 2023 as


Reference to General Conditions of Contract modified and corrected upto Previous day of the last date
of submission of the tender.

Name of Work MOEI & Fans in Residential building at Sch A & Sch
- B, President Estate, Rashtrapati Bhavan, New Delhi.
(SH: -Operation and routine maintenance of E&I
Works at various locations in Sch-A & Sch - B).

Estimated cost of work Rs. 7,94,61,158.00


Earnest money Rs. 15,89,223.00
Performance guarantee 5% of tendered Value
Security deposit 2.5 % of Tendered Amount
SCHEDULE 'F'
GENERAL RULES & DIRECTIONS: Executive Engineer (E), President Estate Electrical
Officer inviting tender Division, CPWD, New Delhi -110004
Definitions:
Engineer-in-Charge Executive Engineer (E), President Estate Electrical
Division, CPWD, New Delhi -110004
Accepting Authority Executive Engineer (E), President Estate Electrical
Division, CPWD, New Delhi -110004
Percentage on cost of materials and labour to 15%
cover all overheads and profits:
Standard Schedule of Rates DSR-2022 (E&M) modified and corrected upto Previous
day of the last date of submission of the tender.
Department Central Public Works Department.
Standard CPWD Contract Form General Conditions of Contract Maintenance Works-
2023, CPWD Form 7 modified and corrected upto
Previous day of the last date of submission of the tender.
Clause 1
(i)Time allowed for submission of Performance
Guarantee, Programme chart (time and progress)
and applicable labour licenses, registration with
EPFO, ESIC, action Plan for Green Rating 7 days
Certification, BOCW Welfare Board or proof of
applying thereof from the date of issue of letter of
acceptance.
(ii) Maximum allowable extension with late fee at
0.1% per day of performance guarantee amount 3 days
beyond the period provided in (i) above
Clause 2
Authority for fixing compensation under clause 2 Superintending Engineer, President Estate Circle, New
Delhi-110004

Page | 16
Clause 2A
Whether Clause 2A shall be applicable Not Applicable
Clause 5
Number of days from the date of issue of letter of 10 days after award of work or from the date of hand over
acceptance for reckoning date of start of site whichever is later.
Table of Milestones
S.No. Financial Progress Time allowed Amount to be withheld in case
(from date of of non achievement of
start) milestone.
1. th
1/4 of the Agreement Amount 09 Months 1.25% of Agreement Amount
2. 1/2nd of the Agreement Amount 18 Months 1.25% of Agreement Amount

3. 3/4th of the Agreement Amount 27 Months 1.25% of Agreement Amount

4. Full Agreement Amount 36 Months 1.25% of Agreement Amount

Time allowed for execution of work from


36 Months
date of start
Authority to decide:
(i) Extension of time Superintending Engineer, President Estate Circle, New
Delhi-110004
(ii) Rescheduling of milestones Superintending Engineer, President Estate Circle, New
Delhi-110004
(iii) Shifting of date of start in case of Superintending Engineer, President Estate Circle, New
delay in handing over of site Delhi-110004
Clause 5 A Not Applicable
Clause 6 Applicable (EMB)
Clause 7
Gross work to be done together with net
payment / adjustment of advances for
material collected, if any, since the last such Rs. 50 lakh part thereof as decided by Engineer-in-Charge.
payment for being eligible to interim
payment
Clause 7A
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 Applicable
by the contractor to the Engineer-in-charge.
Whether Clause 7A shall be applicable
Clause 8A
Authority to decide compensation on account
if contractor fails to submit completion plans, Executive Engineer (E), President Estate Electrical Division,
As built drawings, Services drawing, Standard CPWD, New Delhi -110004 or its Successor thereof.
Measurement Book and Other documents
specified in NIT.

Page | 17
Clause 10A
List of testing equipments to be provided by As per CPWD Specification & Terms & Conditions attached.
the contractor at site
Clause 10C
Components of labour expressed as percent of Not Applicable
value of work:

Clause 10CC
Clause 10CC to be applicable in contracts with Applicable
stipulated period of completion exceeding the
period shown in next column
Schedule of component of other Materials, Labour etc. for price escalation.
Component of Electrical/Electrical construction value of work: Xm 5%
Component of Labour expressed as percent of total value of work – Y 80%
Clause 11 CPWD specification for electrical works (Internal) Part-I-2023
modified and corrected upto Previous day of the last date of
submission of the tender.
Clause 12
Type of work Maintenance Work

Clause 16 SE, President Estate upto 5% of tendered amount.


Competent authority for deciding reduced Beyond 5% prior approval of ADG.
rates.

Clause 18 As per CPWD Specifications and Terms & Conditions


List of mandatory machinery, tools & plants attached.
to be deployed by the contractor at site

Clause 19 C Executive Engineer (E), President Estate Electrical Division,


CPWD, New Delhi -110004 or its Successor thereof.

Clause 19 D Executive Engineer (E), President Estate Electrical Division,


CPWD, New Delhi -110004 or its Successor thereof.

Clause 19 G Executive Engineer (E), President Estate Electrical Division,


CPWD, New Delhi -110004 or its Successor thereof.

Clause 19 K Executive Engineer (E), President Estate Electrical Division,


CPWD, New Delhi -110004 or its Successor thereof.

Clause 25
Settlement of disputes by Conciliation and Arbitration

Conciliator for Conciliation of dispute Additional Director General, Region Delhi, CPWD

Arbitrator appointing Authority Superintending Engineer, President Estate Circle

Page | 18
Place of Arbitration New Delhi

Clause 32
Requirement of technical representative(s) and recovery rate
Sl. Minimum Designation of Minimum Number (of Rate at which recovery shall
No. Qualification Technical Staff experience major + be made from the contractor in
of Technical (Years) minor the event of not fulfilling
Representative component) provision of clause 32
Figures Word
1. Graduate Engineer Project Manager 5 Years
(and having
experience of Rs.80,000/- Rupees Eighty
one similar 1 per month Thousand
nature of per month.
work)
2. Graduate Engineer Project 2 Years
Or Planning/Quality/ or Rs.50,000/- Rupees Fifty
Diploma Engineer /billing Engineer 5 Years 2 per month Thousand per
(Electrical) respectively Per Person month.

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 Engineers for the purpose of such deployment subject to the condition that
such diploma holders should not exceed 50% of requirement of degree engineers.

Executive Engineer (E)


President Estate Elect. Division
Rashtrapati Bhavan, New Delhi.

Page | 19
GENERAL TERMS AND CONDITIONS

Name of Work: - MOEI & Fans in Residential building at Sch A & Sch - B, President Estate, Rashtrapati
Bhavan, New Delhi. (SH:- Operation and routine maintenance of E&I Works at various locations in Sch-A & Sch -
B).

1. Before start of work, contractor is bound to submit the following details of workers proposed to be engaged by
him, failing which the tender may be cancelled and the agency will not be allowed to re-participate for the
above work. The contractor shall submit details manpower to be deployed in following format: -

S. Name of worker/ Category Address Qualification & Adhar Card No. Workers/Employee
No. Employee Experience in case (Photo copy to Bank Details i.e. A/c
of skilled Worker be enclosed) No., Bank & Branch
(Copy of Cancelled
Cheque/ photocopy of
passbook to be
enclosed)
1.

2. The work shall be carried out as per relevant CPWD General Specifications for Electrical works Part – I
Internal 2023 and Part – II External 2023 amended up to date and as per the directions of Engineer-in- Charge.

3. The work shall be carried out at Rashtrapati Bhavan, the contractor is advised to quote his rates accordingly.

4. Contractor is advised to visit the site & check and go through all items / equipment’s mentioned in Schedule of
Work and also confirm the prevailing market rates before quoting the tender. Nothing shall be paid by
Department on account of repairing/replacement of faulty & non working switch gear / component during the
handover of site.

5. The rates quoted shall be inclusive of all Taxes and duties, nothing extra shall be paid on this Account.

6. If any item is to be different than whatever mentioned in the schedule of work it should specifically be brought
out to the notice of department while quoting for the tender.

7. No T & P shall be issued by the department. Contractor shall provide the all-necessary T&P to the staff such
as tester, screw driver, test lamp, socket set with wrench, Allen Key set, crimping tool, drilling machine,
hammer machine, Meggar, Earth Tester, Tong Tester, pliers, ladder etc. as required as per site requirement.
Nothing shall be paid extra for arranging the T&P to the contractor.

8. Staff provided for duty shall be professionally competent and experienced to handle the eventualities of
electrical installation, pumps etc. &operation round the clock.

9. The contractor has to engage the staff round the clock in shifts of 8 hours duration as per direction of
Engineer-in-charge.

10. The agency should pay EPF & ESI contribution to the workers, shall be reimbursed as per DGW order No.
DG/MAN/252 dated 08-11-12.

11. The contractor is bound to distribute the salary / wages to his worker upto7th of each month, positively by
ECS / Bank Account. Beyond 7th of each month failing which the recovery will be made @ of 1% of monthly
salary each staff (Skilled / Unskilled / Highly Skilled) per day. Firm shall submit copy of same with bill duly
verified by AE/JE(E).

12. The firm shall abide Contractor Labour Regulations amended up to date and the payment to staff shall be
made (as per Minimum Wages Act. as notified by the Govt. of NCT Delhi) through ECS. The payment to the
contractor will be released only after giving proof to the department for the same with bill duly verified by
AE/JE(E).

Page | 20
13. The firm shall submit documents of payments made to the employees directly into their bank accounts upto
previous month with every running account / final bill.

14. The firm shall submit documents of attendance sheet of all staff upto previous month with every running
account / final bill.

15. No running bill will be paid to the contractor unless he produces the proof of paid receipt of ECI/EPF
contribution to concerned authority upto previous month with every running account / final bill.

16. In case any of the documents submitted by the contractor is found false / forged at a later date, action for
debarment of contractor will be taken by the department.

17. Strict compliance of the clauses 19, 19B and CPWD contractor’s labour regulation incorporated in “CPWD
General Condition of Contractor” shall be ensured.

18. In case of absence of any staff, recovery at double of the minimum wages of that time shall be made from the
contractor’s bill.

19. Any staff found absent from duty, the recovery shall be made at the following rates from the contractors bill :-

a) Computer Operator (Highly Skilled)- Rs. 2070/-each per absence day


b) Wireman/Sub station Operator/ Pump Operator/ Computer Operator (Skilled) - Rs. 1908/-each per
absence day
c) Plumber (Semi – Skilled) - Rs. 1736/-each per absence day
d) Khallashi/Helper (Un - Skilled )- Rs. 1566/-each per absence day

20. Staff shall be deployed for all days of the months irrespective of any of holidays. Substitute for the rest day
and holidays shall be arranged by the agency at his own cost and nothing extra on this account shall be paid.

21. No labour will be changed without approval of Engineer-in-charge.

22. The contractor shall furnish Name & Contract Number of the person, who should be contracted during
emergency

23. No extra payment payable for wastage of labour.

24. In case of any complaints, the agency has to attended the same within 12 hours otherwise Rs. 1000/- per day
per complaint will be recovered from the firm against bill.

25. The operation work is being on contract in absence of permanent Technician, Operator & Khallasi, in case of
deputing permanent employee by the department, the contract shall be terminated in between with a prior
notice of 15 days to the contractor. In such case the payment shall be made pro-data for work done.

26. All the dismantled material if any received from site shall be returned to the department in the store of the
JE(E)-III / AE(E)-III, President Estate for which nothing extra shall be paid

27. Department shall in no way be involved in any dispute of whatever kind, between the contractor and the staff
engaged by him.

28. If any staff is on leave, the contractor shall arrange suitable substitute staff.

29. No staff shall leave his duty unless relieved by his relievers. Engineer in charge reserves the right to detain the
staff for next shift if the reliever fails to turn up. The O.T.A applicable in this case shall be borne by the
contractor.

30. Payment shall be made Tri-monthly

31. The cleaning/comprehensive maintenance of system included in the list of Inventory shall be done in
accordance with frequency of work, if not done necessary recovery shall be made from the bills of the

Page | 21
contractor for which contractor shall be responsible. The recovery amount decided by the Engineer-in-charge
salary final and binding on the contractor and this will not be arbitrable.

32. Any loss or damage to the inventory (as per NIT / schedule of work) by way of theft sabotage or mal-operation
of equipment, switch gears shall be made good by the contractor at his own cost.

33. The contractor shall provide uniform with dress code to the worker within 15 days. All the staff deployed by
the contractor shall be well behaved, in proper uniform with name of the worker, designation, name of firm
and inscription displayed on the uniform. In the event on non-compliance a recovery of Rs. 200/- per day per
employee shall be made from the bill of contractor.

34. The Contractor has to maintain record of all visits and inspection made in a register for preventing
maintenance and operation of system etc. and shall submit to Engineer-in-charge at every running account bill.

35. Site is located in sensitive and high security & VVIP area, where movement and routes are restricted. Some
restrictions may be imposed by the Security Staff / Delhi Police on the working and for movement of labour,
materials etc. The movement of trucks and vehicles shall be regulated in accordance with rules and regulations
as approved by competent authority. The contractor shall be bound to follow all such restrictions/instructions
and nothing extra shall be payable on this account. No claim whatsoever will be entertained by the department
on account of any, restrictions (including temporary suspension of work) imposed by the security agencies in
execution of work.

36. There may be some restrictions on free movement of laborers at site and restriction of working hours and the
agency shall consider this fact while quoting the rates and executing the work. Photo passes if any required for
worker shall be responsibility of the contractor.

37. The personal deployed at site should be well behaved having good integrity and shall follow the security
protocols of Rashtrapati Bhawan. The personals found misbehaved or having doubtful integrity shall be
immediately removed this site and his entry shall be banned without notice. The contractor shall take all
precautions while deploying manpower and provide suitable manpower immediately occurrence of such
incidents in writing by Engineer-in-charge at his own cost.

38. Agency has to maintain the logbook & enter all complaint & work done at site and also maintain attendance
register duly verified by JE / AE every day. Otherwise, recovery shall be made @200/- each per day from the
contractor’s bill.

39. Log book as per standard Performa will have to be filled in by the contractor’s staff. The log book shall be
kept in the Sub Station / Pump Room / Plant Room which will be checked by the Engineer – in – charge or his
authorized representative. The contractor’s staff shall have to take action as per directions of Engineer – in –
charge from time to time. The log book shall be supplied by the contractor free of cost as per standard
Performa given by the department.

40. If break down occurred due to negligence/beyond reasonable delay in replacement of parts, the contractor shall
have to replace/repair defective/unserviceable parts/equipments within his quoted rates otherwise recovery
shall be made from the bill as assessed by the Engineer in Charge.

41. Damage to the building during execution of work shall be made good by the contractor matching with the
surrounding surface, otherwise the same shall be got done at the cost of working contractor.

42. Any damage done to the existing installations by contractor’s staff shall be replaced by the contractor at his
own cost and risk, to the entire satisfaction of the Engineer-in- Charge.

43. No labour huts shall be allowed inside the campus of above said work. The contractor shall make his own
arrangement for the stay of labour outside the campus including transportation and nothing extra shall be
payable on this account.

44. The department shall not provide any store accommodation for the stores brought by the contractor or issued
by the department.

Page | 22
45. The Contractor shall also be required to follow the rules & restrictions imposed on
working/movement/stacking of materials by the local competent authority at all times. Nothing extra shall be
payable on this account.

46. All the materials which are intended to be used in the work shall be got approved from the Engineer-in-
Charge before put to work.

47. The watch and ward of the materials issued to the Contractor or installed at site shall be responsibility of the
Contractor till the installations on completion are finally handed over to the Department.

48. Income Tax, GST and Labour Welfare Cess will be deducted at prevailing rates from gross amount of
contractor bills.

49. All the cleaning material i.e. soap, duster etc. shall be arranged by the contractor at his own cost. If cleaning of
installation is found unsatisfactory at any time, a recovery of Rs. 200/- per occasion shall be made.

50. The contractor shall carryout the work at his own responsibility and risk. In case of any accident “No Claim”
shall be given to the contractor or his employee by the department.

51. The staff deputed in the work shall be contractor’s liability, therefore “No Claim” for continuous or regular
employment with the department.

52. The contractor shall replace the staff, in the event of misconduct by him.

53. Engineer-in-charge reserves the right to ask the contractor to remove any staff without assigning any reason
and decision of Engineer-in-charge shall be final and binding to the contractor.

54. The makes of material shall be as per attached list of preferred makes against each item of work or as per
instructions of Engineer in charge.

55. Contractor shall be responsible for conduct of staff/workers deployed at site of work.

56. The execution of the job shall be done in a workman like manner to give structurally sound and neat
appearance.

57. The work shall be carried out in highly security area and labour may be stopped from doing his work due to
VVIP movement. No claim for idle labour on account of such restriction will be accepted.

58. The contractor shall take all precautions for safety of the workman. If any accident/mishap occur, the
department shall not be responsible for the same. Consequently, any compensation payable shall be at the
contractor’s cost.

59. Any malba generated due to dismantling/execution shall be cleared from the site of work / Rashtrapati Bhavan
premises immediately and dump all waste at city corporation dump yard without any extra cost failing which
same shall be done by the department and suitable recovery shall be made from the bill of the contractor.

60. The entry of labour/workers and materials into the Rashtrapati Bhavan /President Estate is through temporarily
working passes by Security of Rashtrapati Bhavan and DCP Traffic Police for which contractor has to submit
the details as required for issue of passes and coordinate with department in advance. Any type of manpower
losses due to delay and non-issue of passes/permit shall not be the responsibility of department. No claim
whatever due to the above aspects shall be entertained by the department.

61. No information, obtained by the contractor during course of execution of any work in Rashtrapati Bhawan
should be reproduced in any manner or format without obtaining prior permission from President’s Secretariat.

62. The contractor is instructed to submit the verification form for the labour to be deployed by him during course
of execution of work in Rashtrapati Bhavan. The verification form can be obtained from the O/o DCP/Sec
(RB) and / or concerned JE (E).

Page | 23
63. Strictly no electronic gadget like microphone, mobile phone, pen drive, camera, chip, SIM or other electronic
equipment is not allowed in Rashtrapati Bhavan.

64. Gutkha / Pan Masala / Smoking / Spitting is strictly prohibited in Rashtrapati Bhavan and contractor is advised
to instruct their labour / employee about the same.

65. Any misbehavior, impersonation & security breaches caused by the labour will not be tolerable at all. The
contractor shall be fully responsible for such acts of omission if any legal action is initiated by the competent
authority for violating the security measures.

66. The agency has to provide the warranty for repair and replacement of product for minimum 12 months.

67. After the expiry of the contract, system will be handed over back to the department’s authorized representative
with all systems and equipments in 100% functional condition & with complete inventory including as
updated during the currency of contract, failing which recovery will be made from contractor’s final bill. The
decision of Engineer in charge shall be final and binding.

Assistant Engineer (E) (P) Executive Engineer (E)


President Estate Elect. Division President Estate Elect. Division
Rashtrapati Bhavan, New Delhi. Rashtrapati Bhawan, New Delhi.

Page | 24
SPECIAL CONDITIONS AND SCOPE OF WORK
1. The work shall be carried out strictly in accordance with CPWD General Specifications for Internal
electrical work 2023 (Internal) & 2023 (External) & CPWD General Specifications for Electrical Works
Part IV Sub Station 2013 as amended up to date and as per instruction of the Engineer-in-charge. All
installations shall comply with the requirements of Indian Electricity Rules -1956 as amended up to date and
as per the instructions of the Engineer-in-charge.
2. Before the start of the work Service provider has to take over the site from AE- in -charge of the site. The
personnel engaged shall report to the Junior Engineer concerned and take instructions about the day-to-day
maintenance.
3. The Service provider and/or his representative/labour should not remove, disturb, or dislocate the existing
equipment or any of its parts from their position until and unless it is authorized by the Engineer-in-Charge.
4. The Service provider shall provide consumable/petty materials such as cotton waste, duster, soap, detergent,
brooms, insulation tape roll etc. Nothing extra shall be payable on this account
5. The contractor will provide a minimum of two insulation tape rolls per month for each wireman. Nothing extra
shall be payable on this account.
6. The service provider shall ensure that the shafts/spaces for electrical services are not misused for storage or
dumping rubbish.
7. Personnel/staff engaged for maintenance for electrical installations shall possess the required valid
licenses/qualifications as stipulated under the contract/statutory laws and rules. All tradesmen shall be skilled
for carrying out their trade-related works.
8. Any fault or problem, which arises in the system, shall be brought to the notice of Engineer-in-Charge
immediately and should be attended without any loss of time, failing which necessary actions shall be taken by
the Engineer-in Charge to get it rectified on the risk & cost of the service provider. However, no claim in this
regard shall be entertained.
9. Failure to attend to a complaint within 4 hours of intimation will attract a penalty of Rs. 1000/- per complaint.
Emergent nature of complaints such as no current, leakage of current, sparking, short-circuiting, fire hazards of
any nature etc shall be attended immediately but not later than 30 minutes otherwise a recovery of Rs. 1500/-
per Emergency complaint shall be made from the Contractor’s bill.
10. The monthly report detailing numbers of complaints received and attended along with a stock of inventory at
hand shall be submitted to the JE & AE-in charge by the end of every month or as decided by the Engineer-in
charge. In case of a complaint being left unattended, the same shall be immediately brought to the notice of
JE/AE-in-charge with valid reasons there for.
11. The Material spare parts like gland dori, PVC tape, grease, Nuts, bolts, water proof gaskets, water proof joints,
rubber packing, CTC, silicone gel etc. of fountain pump, nozzles and panels have to be provided by the
contractor free of cost within scope of the work.
12. If cleaning of substation, pump house, DB’s and Panels are not done as per the satisfaction of Engineer-in-
Charge, recovery per occasion@ Rs.2000/-per day will be made from the bill payable to contractor.
13. Operation hours as directed by Engineer-in-charge must be maintained on all the days including
holidays. It will be in three shifts (6:00 AM to 2:00 PM, 2:00 PM to 10:00 PM & 10:00 PM to 6:00
AM).
14. Nothing shall be paid extra for night shift and duty on holiday (Sunday/Saturday/Gazetted holiday).

15. The materials should be brought in sealed pack from the company and have to be shown to the Engineer-in-
Charge before the seal/packing is opened. Chemicals brought in Loose quantities shall not be accepted.
16. All deployed manpower should work as per the duty roster prepared by concerned Junior Engineer (E).

Page | 25
17. Duties of Manpower:

i) Wireman: -

a) Attending day-to-day complaints; carrying out repairs and maintenance of all the internal electrical
installations of the buildings. repair and replacement of faulty electrical and mechanical fittings,
repair and replacement of defective parts and items to keep the system operational Repair and
replacement of defective switches, sockets, call bells, circuits, sub-main wiring, point wiring, power
plugs, light plugs, AC outlets, data outlets, fan regulators, telephone socket outlets, TV antenna socket
outlets, RJ 45 sockets, ceiling roses, holders, wall brackets; decorative wall bracket fittings;
switchgear; bus bars; cables; wires; capacitors, ceiling fans, wall fans, exhaust fans, distribution
boards, MCBs, isolators, RCCB, switchboards, and other items of internal electrical installations. as
well as other electrical repair tasks delegated by the Engineer-in-Charge.
b) Checking ceiling fans, removing the blades and washing them with detergent without causing any
deformation of the blade angle. Oiling & greasing of the fan. Checking the ceiling fan to ensure there
is no wobbling or noise. Checking the shackle assembly, rubber block, split pin, split washer, hex nut,
lock nut, safety rope etc. and replace them if any sign of strain deformation or damage is observed.
c) The staff deputed at the site shall have to attend all breakdown maintenance complaints and to carry
out preventive maintenance of all internal and external electrical installations and any other duty of
repair and maintenance of LT electrical installation assigned by the engineer- in-charge.
d) Maintenance of street lights, flood lights, High Mast, Gate light, Garden Light, Ornamental Pole
Lights & Security Lights. Upkeep of all related wirings, U.G Cables, control gears &accessories
including, SDBs/main boards/ feeder pillar etc. related with street light on all days including Sundays
and holidays.
e) Operation and maintenance of various Electrical installations & mechanical ventilation system by
providing skilled and unskilled staff in President's Garage on all days including Sundays and holidays.
f) Maintenance of various electrical installations in entire Area of Sch -A and B on all days including
Sundays and holidays

ii) Sub Station Operator: -


a) Maintenance and operation of electric Sub-Station along with all equipments and accessories round
the clock on all days including Sundays and holidays as per CPWD specification.
b) Routine checking, cleaning, repair and maintenance of LT electrical Installation, switchgear, Feeder
pillars, LT panels, LT cables, LT Feeders rising main, control panels i/c external installations such,
compound lights & bollards.
c) Maintaining the record of all parameters related to substation equipments like Transformer, HT Panel,
LT panel in logbook of substation.
d) Attending telephonic calls and complaint related matter.

iii) Pump Operator: -

1. Operation of all water pumping sets / water boosting & pressure pumping set / fountain pumps,
nozzles and cleaning of all equipment’s i/c pump house and the adjoining area within
boundary is under the scope of work.

2. Operation hours as directed by Engineer-in-charge and as per Annexure “A” attached must be
maintained on all the days including holidays.

3. Greasing of bearings of pumps sets has to be carried out by the agency. Grease, cleaning agent,
old dhoti, duster, broom and log books, etc. shall be provided by the contractor within the scope
of work and nothing shall be paid extra on this account.

Page | 26
4. The materials should be brought in sealed pack from the company and have to shown to Engineer-in-
Charge before the seal/packing is opened. Loose quantities of these chemicals shall not be accepted.

5. Daily works to be done by the Operator: -


a. Operate of pumps as per time schedule issued by Engineer-in-charge.
b. Cleaning of all pumps / nozzles / pipes etc.
c. Setting of nozzles.
d. Checking of fountain lights.
e. Removal of foreign materials like leaf, paper, polythene etc.
f. Checking of pump and fountain control panel.

6. Weekly checking to be done by contractor.


a. Cleaning of ponds/Fountain channel with required chemical.
b. Checking of water proof joints.
c. Checking of water pump & motor connections and pipe joints / valves for leakage.

7. The Material spare parts like gland dori, PVC tape, grease, Nuts, bolts, water proof gaskets,
water proof joints, rubber packing, CTC, silicone gel etc. of fountain pump, nozzles and panels
have to be provided by the contractor free of cost within scope of the work.

8. Wireman / Fitter etc. required for replacing the parts whenever required shall be arranged by
the contractor for which nothing extra shall be paid. Failing which recovery for Rs.2000/- each
complained shall be made from the bill of contractor.

9. Cleaning of the pump house and the area within its boundary.

10. Operation of pumping hours as directed by Engineer-in-charge must be maintained in log book.

11. Schedule of pumping hours as directed by Engineer-in-charge must be maintained on all the days
including holidays.

iv) Computer operator (Skilled) :-

1. Computer operator should login to e-sewa account and it is responsibility of computer operator to
assign and attend the complaints on e-sewa/e NIRMIT portal with in time frame.

2. Calculating, tabulating and generating of electricity bills from computers through customized
software from the data provided by the electricity meter reader.

3. Collection of payments / helping the allottee for payment through on-line system.

4. Proper Maintain all records of electricity bills / payments in hard & soft form.

5. Computer operator should maintain cleanness of the computer system and other related
accessories.

v) Computer Operator (Highly Skilled) :-

1. Computer / Data Entry Operator having sufficient knowledge of M.S Office, Excel & Power Point,
internet etc.
2. Preparation and compilation of various reports and feeding with data.
3. Preparation of estimate through computer.
4. Typing of detail of cost/ abstract of cost.
5. Typing of letters etc.
6. Preparation of tender documents, NIT, NIQ etc.
Page | 27
7. Upload & downloading of required documents from computer servers.
8. Other miscellaneous works assigned by Engineer-in-charge and works define in schedule of work.
9. Computer operator should maintain cleanness of the computer system and other related
accessories.
vi) Plumber: -
1. Maintain the pipe line and repair as per requirement of site.
2. Checking the valves daily.
3. If found leakage, then it should be repaired immediately/ changed as per direction of Engineer-in
Charge.

vii) Khallasi / Helper:-

1. The firm shall provide unskilled staff for various maintenance related works as directed by the
Engineer in charge.

2. Unskilled staff shall shift / arrange / place furniture, many types of equipment’s, machineries, tools etc
as required as per the requirement of site from one place to another place as directed by Engineer-in-
Charge. For collecting meter reading data from the electricity meters installed in various locations
at Rashtrapati Bhavan, New Delhi.

3. Distribution / delivery of all electricity bills to the concerned allottee of the house / building.

4. Helping the skilled staff as per direction of Engineer in Charge.

5. Any other work required at site as per direction of Engineer-in-charge.

18. QUALIFICATION AND EXPERIENCE


(i) Wireman (Skilled) –Wireman shall be having a valid permit/ competency certificate/electrical license issued
from the appropriate Govt Authority for working in electrical installations/ Sub-Station.
OR
ITI in Electrician/wireman trade from any institute recognized by the Govt. and having three years’ experience in
operation, maintenance, and troubleshooting of electrical installations/ Sub-station.

(ii) Substation Operator (Skilled) – Electrician/Wireman shall be having a valid permit/ competency
certificate/electrical license issued from the appropriate Govt Authority for working in electrical installations /
Sub-Station.
OR
ITI in Electrician/wireman trade from any institute recognized by the Govt. and having three years’ experience
in operation, maintenance, and troubleshooting of electrical installations/ Sub-station.

(iii) Pump operator cum Fitter / Pump Mechanic (Skilled) shall be having a valid permit /competency
certificate /electrical licence issued from the appropriate Govt Authority for working in electrical
installations and having three-year experience in operation, maintenance, and troubleshooting of Pump
House/water supply boosting station/ Fountain Works / STP.
OR
ITI in Electrician/wireman trade from any institute recognized by the Govt. and having three years’
experience in operation, maintenance, and troubleshooting of Pump House/water supply boosting station/
Fountain Works / STP.
Page | 28
(iv) Computer Operators (Skilled) - shall be having a valid computer course certificate issued from the
appropriate Govt Authority / Govt authorized institute and having three-year experience in operation of
computer system, and knowledge of M.S Office, Excel & Power Point, computer typing, preparation and
compilation of various reports and feeding with data, adequate experience on operating on different websites
such as CPWD Sewa, upload & downloading of required documents and other miscellaneous works
complete as per direction of Engineer-in-charge etc.

(v) Computer Operator (Highly Skilled): - Should have minimum Graduate from any recognized university
and complete Computer course from any institute recognized by the Govt., Knowledge of computer
application, Proficiency in typing in English and Hindi, Experience in Data Entry in MS Office and works
define in schedule of work or as per site requirement or work assigned by the Engineer-in-Charge with
minimum three-year practical experience under CPWD jurisdiction.

(vi) Plumber (Semi-skilled) – shall be ITI in relevant trade from any institute recognized by the Govt. or
having a valid permit /competency certificate issued from the appropriate Govt Authority for working in
Pump House/water supply boosting station/ Fountain Works / STP and having three-year working
experience in operation, maintenance, and troubleshooting of pump house

(vii) Khallasi (Unskilled) – Should have Physically strong / Mentally fit, minimum 8th Pass or above and
having minimum 12 Months experience in working in any Electrical/ Mechanical installations

19. DETAIL OF TOOLS TO BE SUPPLIED BY CONTRACTOR TO WIREMAN/Sub station


Operator.
Following T&P shall always be available at the site of work otherwise recovery at the rate of Rs 500/- per
day per person shall be made for the number of days it is not found at the site of work:

S No Description of Item Qty


One set of following T&P shall always be available at site of
1 1.
work.

a. Tong tester- 1 No.


b. Gloves – 4 Sets.
c. First Aid Box 1 No.
d. Crimping Tool Kit 1 Set.
e. Insulation tester/ Megger 500-volt LT - 1 Set.
f. Spanner Set. 1 Set.
g. Screw Driver set 1Set.
h. Allen key set. 1Set. 1 Set.
i. Earth Tester. 1Set
j. Electric Blower 1No.
k. Hammer Drill with bits of various sizes. 1Set.
l. Hacksaw frame with blades. 2 Sets.
m. Aluminum ladder of suitable height for
maintaining the internal wiring of different
height buildings and fans & fittings. 3 Nos.
2 2. Tool Bags with required tools such as Pliers, Tester, and Screw 1 Set for each wireman/ electrician/
Driver set, poker, insulation tape roll, Wire stripper Gloves – 1 Operator (Skilled)
pair, Measuring tape.

Page | 29
20. DETAIL OF TOOLS TO BE SUPPLIED BY CONTRACTOR TO PUMP OPERATOR /
PLUMBERS: -

Following T&P shall always be available at the site of work otherwise recovery at the rate of Rs
500/- per day per person shall be made for the number of days it is not found at the site of work:

S. No Description of Item Qty


One set of following T&P shall always be available at site of
work.
(i) Tong tester/ Multimeter - 1 No.
(ii) Gloves – 1 Sets.
(iii) First Aid Box 1 No.
(iv) Insulation tester/ Megger 500-volt LT - 1 Set.
(v) Spanner Set. 1 Set.
(vi) Screw Driver set 1Set.
(vii) Allen key set. 1Set.
(viii) Earth resistance Tester. 1Set.
(ix) Hacksaw frame with blades. 2 Sets. 1 Set
(x) Blower- 1 No
(xi) Heavy duty pipe wrench & adjustable wrench – 1 Set

Tool Bags with required tools such as Pliers, Tester, and Screw 1 Set for each Operator.
Driver set, test lamp, Broom, poker, Wire stripper, Gloves &
Grass cutting tool.

Any other tools which is required at site for smooth operation.

Assistant Engineer (E) (P) Executive Engineer (E)


President Estate Elect. Division President Estate Elect. Division
Rashtrapati Bhavan, New Delhi. Rashtrapati Bhavan, New Delhi.

Page | 30
INVENTORY OF PUMP

Schedule - A

Submersible Pump
S. No. Locations Capacity Qty.
1 PBG Near Riding School 7.5 HP 1 No.
2 MT Garage Bear washing place 5 HP 1 No.
3 PBG Temporary Garage 7.5 HP 1 No.
4 PBG Agriculture Land & Grivithi 5 HP 2 Nos.
5 PBG CO Quarters 5 HP 1 No.
6 Dog Shelter Cage 2 HP 1 No.
7 PBG Polo Ground (Centrifugal Pump) 7.5/10 HP 2 Nos.
Total 9 Nos.

Mono Submersible Pump


S. No. Locations Capacity Qty.
1 PBG Near Riding School U/G Tank 2 HP 1 No.
2 PBG Near Riding School U/G Tank 1 HP 1 No.
3 PBG or mess tank 1 HP 1 No.
4 44 MVH 2 HP 1 No.
5 10 PE 1 HP 2 Nos.
6 PBG Temporary Garage 1 HP 1 No.
7 PBG Officer mess 1 HP 1 No.
8 PBG Officer mess 3 HP 1 No.
9 Army Guard officer mess 1 HP 1 No.
10 PBG B Barrack 1 HP 2 Nos.
11 PBG B Barrack 0.5 HP 2 Nos.
12 C Barrack 1 HP 2 Nos.
13 D2/19 1 HP 1 No.
14 4 MTC 1 HP 1 No.
15 3 MTC 1 HP 1 No.
16 3 MTC Roof Top Pressure Pump 1.5 HP 1 No.
17 PBG tropp 1,2,3,4 5 HP 4 Nos.
18 Sch - 'A' JE Elect. Enquiry 1 HP 1 No.
19 PBG troop 2 toilet 1 HP 1 No.
20 PBG trrop 1 1 HP 1 No.
21 PBG Polo Ground 7.5/5 HP 2 Nos.
Total 29 Nos.

Page | 31
Mono Block
S. No. Locations Capacity Qty.
1 PBG Near Riding School U/G Tank 1 HP 1 No.
2 PBG Trrop 2 Toilet 1 HP 1 No.
3 PBG Troop 1 1 HP 1 No.
4 10 PE 1 HP 1 No.
5 11 PE 1 HP 1 No.
6 10 JCO Quarter 1 HP 1 No.
7 3 JCO Quarter 1 HP 1 No.
8 President Garage (Induction Motor) 7.5 HP 1 No.
9 Griveethi 20 HP 1 No.
Total 9 Nos.

Sch. "A" Pump Room Near Badminton Court


S. No. Detail Qty.
1 7.5 HP Mono Submersible Pump 2 Nos.
2 15 HP Mono Submersible Pump 4 Nos.
3 Flow Meter 8 Nos.
4 Electrical Control Panel 2 Nos.
Total 17 Nos.
Sch. "A" Pocket - 1 Pump Room
S. No. Details Qty.
1 5 HP Mono Submersible Pump 1 No.
2 7.5 HP Mono Submersible Pump 2 Nos.
3 15 HP Mono Submersible Pump 1 No.
4 Flow Meter 2 Nos.
5 Electrical Control Panel 2 Nos.
Total 09 Nos.

Page | 32
Schedule - B

30 No. Gate Main Pump Room


S. No. Details Qty.
1 15 HP Mono Submersible Pump 3 Nos.
2 10 HP Mono Submersible Pump 5 Nos.
3 7.5 HP Mono Submersible Pump 1 No.
4 5 HP Mono Submersible Pump 2 Nos.
5 Electrical Control Panel to operate all the above pump. 1 No.
6 Flow Meter 4 Nos.
7 100 mm dia c- class GI Pipe distribution line 2 Nos.
8 100 mm dia CI NRV 4 Nos.
Total 22 Nos.
School Pump Room
S. No. Details Qty.
1 15 HP Mono Submersible Pump 2 Nos.
2 10 HP Mono Submersible Pump 2 Nos.
3 Electrical Control Panel 1 No.
4 Flow Meter 4 Nos.
Total 9 Nos.
Type - II
S. No. Details Qty.
1 10 HP Mono Submersible Pump 3 Nos.
2 Electrical Control Panel 1 No.
3 Flow Meter 2 Nos.
Total 6 Nos.
Submersible Pump
S. No. Locations Capacity Qty.
1 Auditorium 2 HP 1 No.
2 Gate No. 31 6 HP 1 No.
3 Kaveri Block 1.5 HP 1 No.
4 1 MTC 5 HP 1 No.
5 1 MTC 7.5 HP 1 No.
Total 5 Nos.
Dali Khana
Sewage Pump
S. No. Details Qty.
1 10 HP Mono Submersible Pump 1 No.
2 12.5 HP Mono Submersible Pump 2 Nos.
3 Electrical Control Panel 3 Nos.
4 Narmada Apartment Sewer Pump 1 Job
Mono Submersible Pump
S. No. Locations Capacity Qty.
1 PPG Lane (Mess) 5 HP 2 Nos.
2 PPG Lane Near Temple U/G Tank 1 HP 1 No.
Page | 33
3 Triangular Park sewage Pump 7.5 HP 1 No.

Mono Block Pump


S. No. Locations Capacity Qty.
1 C- II/14 1 HP 2 Nos.
2 C-II/12 Pressure Pump 1.5 HP 1 No.
3 5 MTC 1 HP 1 No.
4 5 MTC Roof Top Pressure Pump 1.5 HP 1 No.
5 Triangular Park Booster Pump along with 150mm CI Sluice Valve 5 HP 1 No.

Contractor shall maintain all pumps panel and starters located at entire area of schedule A & B even if it is
not mentioned in above table.

Page | 34
List of preferred Make

Sl. No. Description of Item Makes


1. POLYCAB / HAVELLES / FINOLEX / RR KABEL
PVC Insulated Copper/ Aluminium
(With ISI mark)
conductor Wire / Cable

Note:-
1. SE President Estate Project, CPWD, New Delhi reserves the right to add or delete any materials and Brands in
the list of preferred materials/brands on the recommendations of Engineer-in-charge.
2. Any other brand approved by ADG (Delhi) before the date of publication of this NIT is Considered to be
included in preferred make unless debarred from other offices of CPWD or having price variation more than 10
% from included makes.
3. It must be ensured, in general, that all materials to be used in the works shall bear BIS Certification mark. In
cases where for a particular material/product, BIS Certification Mark is not available, then the material
proposed to be procured can be used subject to the condition that it should conform to CPWD Specifications
and relevant BIS codes. In such cases written approval of the Engineer-in -Charge shall be obtained before use
of such material in their works.
4. The list given below does not absolve the Executing Agency from their responsibility for using these products.
It is only after, they are satisfied about the quality and performance, and the products shall be used. To
achieve this, proper check on the quality of the product, actually to be used, should be exercised.

Page | 35
Inventory for Manpower Deployment
Khallashi/Helper
Sub station Operator (9.30 AM to 5.30 PM –
( 6.00 AM to 2.00 PM – Computer Computer 9 Nos.
Wireman Pump Operator
2 Nos. Operator Operator Plumber 6.00 AM to 2.00 PM –
(9.00 AM to 5.00 PM - 8 Nos. ( 6.00 AM to 2.00 PM - 5 Nos.
Location 2.00 PM to 10.00 PM - (Highly Skilled) ( Skilled) (9.30 AM to 4 Nos.
6.00 AM to 2.00 PM - 2 No. 2.00 PM to 10.00 PM - 5 Nos.
2 Nos. (9.30 AM to (9.30 AM to 5.30 PM.) 2.00 PM to 10.00 PM –
2.00 PM to 10.00 PM - 2 No.) 10.00 PM to 6.00 AM - 5 Nos.)
10.00 PM to 6.00 AM - 5.30 PM .) 5.30 PM ) 4 Nos.
2 Nos.) 10.00 PM to 6.00 AM –
2 Nos.)

Schedule A

Substation 3 3

Pump Room 1 3

Pump Room 2 3

Enquiry 6 1 6

Schedule B

Substation 3 3

Pump Room 1 3 1

Pump Room 2 3

Pump Room 3 3

Enquiry 6 2 7
Sub Division
Office 1

Total 12 6 15 1 3 1 19

Page | 36
SCHEDULE OF WORK
Name of Work: - MOEI & Fans in Residential building at Sch- A & Sch - B, President Estate, Rashtrapati Bhawan, New Delhi.
(SH: - Operation and routine maintenance of E&I Works at various locations in Sch-A & Sch - B)

S.NO DESCRIPTION OF ITEM QTY. RATE UNIT AMOUNT


SUB HEAD - A (Operations and Maintenance)
1 Supply of Manpower for operation and day to day
maintenance of various E & M services and attend
complaints in Schedule – A & Schedule - B as per
inventory, Engineer in Charge and terms and conditions
etc complete as required.

Each Per
a) Wireman - 12 Nos for each Months 432 39561.00 17090352.00
Month
b) Sub station Operator - 6 Nos for each Months Each Per
216 39561.00 8545176.00
Month
c) Pump Operator - 15 Nos for each Months Each Per
540 39561.00 21362940.00
Month
d) Computer Operator (Skilled) - 3 Nos for each Months Each Per
108 33659.00 3635172.00
Month
e) Computer Operator (Highly Skilled) - 1 Nos for each Each Per
Months 36 36517.00 1314612.00
Month
f) Plumber - 1 Nos for each Months
Each Per
36 36013.00 1296468.00
Month
g) Khallashi/Helper - 19 Nos for each Months Each Per
684 32507.00 22234788.00
Month

2 Providing services of unskilled labour in order to cater


the requirement of various kinds of functions in RPKV
School, Kalyan Kendra, MTC 1,2,3 & 4, Football
Ground, Recreation Club and VVIP Functions in estate
to make the arrangement successful by shifting/carrying
materials, equipments, machineries, tools etc as per the
requirement & scope of work and terms & conditions
and as per the direction of Engineer-in-charge.
a) Khallashi/ Helper Each Per
750 1069.00 801750.00
day
SUB HEAD - B (Supplying and laying of Cables)

3 Supplying of following capacity and size XLPE


insulated and PVC sheathed industrial Aluminium
conductor Armoured cable conforming to IS 7098 (part
1) 1988 of 1.1 KV grade complete etc as required.
a) 4 x 16 Sq mm
500 317.00 Metre 158500.00
b) 3.5 x 50 Sq mm 400 637.00 Metre 254800.00
c) 3.5 x 70 Sq mm 450 859.00 Metre 386550.00
d) 3.5 x 120 Sq mm 450 1343.00 Metre 604350.00
e) 3.5 x 240 Sq mm 400 2531.00 Metre 1012400.00
f) 3.5 x 300 Sq mm 200 3114.00 Metre 622800.00
Page | 37
4 Laying and fixing of one number PVC insulated and
PVC sheathed / XLPE power cable of 1.1 KV grade of
following size on wall surface as required.
a) Upto 35 sq. mm (clamped with 1mm thick saddle) 200 57.00 Metre 11400.00
b) Above 35 sq. mm and upto 95 sq. mm (clamped with Metre
25x3mm MS flat clamp) 350 134.00 46900.00
c) Above 95 sq. mm and upto 185 sq. mm (clamped with Metre
25/40x3mm MS flat clamp) 150 158.00 23700.00
d) Above 185 sq. mm and upto 400 sq. mm (clamped with Metre
40x3mm MS flat clamp) 250 234.00 58500.00

Total Rs 7,94,61,158.00

Assistant Engineer (E) (P) Executive Engineer (E)


President Estate Elect. Division President Estate Elect. Division
Rashtrapati Bhavan, New Delhi. Rashtrapati Bhavan, New Delhi.

Page | 38

You might also like