You are on page 1of 37

CHANDIGARH ADMINISTRATION

ENGINEERING DEPARTMENT

E-Tender Notice.

The Executive Engineer, Project Public Health Division No.l, Chandigarh on behalf of hesident of India /
Chancligarh Administration, invites online percenlage rate bids fiom the Contractom Enlisted with Public Health r ing of

Engineering Department UT Chandigtrh with appropriate Category, who have already executed similar nature of work
for the below mentioned work, which shall be uploaded and received on htto://etenders.chd.nic.in/nicgep.

Sr Name ofwork & location Estimated Earnest Period of L8st dste & Time & date
No. cost put to Money Conrpletion time of of opcning ot
tender submission tellder
of tender on
lvebsite

I 1 3 4 5 6 7

I Rs.l,85,173l- The 06 Months


Annual Repair of Air tenderer
at 05.00 P.M.
ofVarious Civil must upload at 03.00 P.M.
Conditioners
the
Dispensaries under GMSH- 16, performa
Chandigarh. Ch to Running and for earnest
Maintenance of P.H.S. money
(Sanitary Installation)/Air deposit
Conditioning/Fire Extinguisher declaration
of Civil Dispensarles i.e. Annexure-1.
Dhanas, Kaimbwala,
Ramdarbar, Mauli Jagran and
Sarangpur of U.T., Chandigarh
for the Period 01.04.2021 to
31.03.2022( For Publit Health
Services Work).
from
Bid documens along with terms and conditions to bidder regarding e-tendering process etc. can be seeddownloaded

the website ofChandigarh Administratio[ or http://tenders'chd'nic'in/nicqeo and http:// chandisarh. sov.ln

gineer,
Project P.tf. Divn. No. l,
Chandig^AZ:.--
Endst. No:- Dated:-

Copy to the following for information and necessary action:-

l. The Executive Engineer, Project P.H. Divn. No'3/7/8 Chandigarh'


2. The Sub Divisional Engineer, WS Sub Divin No'3/7 & S/l Sub D ivin No.2, Chandigarh.
3. The Superintendent, HDM, Notice Board, PH Divn. No'1, Chandi

glneer,
Project P.H/Divn. No. l,
ChandigurlL..'

Contd... PD
2

CONDITIONS

I The tender documents shall be uploaded in 2 covers:-


i) Cover- l Shall contains Scanned Copy of G.S.T, Valid Enlisunent and Affidavit regarding non
blacklisted/ debarred/suspended by any of the Depafinent Centraystate
Govemment/Central Autonomous body/Central Public sector undertaking during the last
7 Years .
ii) Cover-2 Shall contain Financial Bid

The bid documents consisting of plans, specifications, the schedule of quantities of various t),p€s of items to be executed and
the set of terms and conditions ofthe contract to be complied with and other necessary document can be seen from "website
http://etenders.chd.nic.ir/n ic gep free of cost.

2 The Eamest Money : The tenderer must upload the performa for earnest money deposit declaration
Annexure-I.
2.t Similsr work means :- "The bidde.r should have the experience of "Repair of Air Conditioners c't
ve@iwd'a^A d|4^- "1*i-) w-4 >t'
3 The contractor / Bidder should upload this below mentioned Affidavit al ongwr th tender documents.
4 The bidder should furnish the AIIidavit:- ndatory/Compulsory Notarv attested)
To become eligible for e-tendering, the tenderer shall have to fumish an affidavit as under:-

a) That VWe hereby declare that I/We have not been black listed/ debarred/suspended by any
Govt./Semi Govt./Board/Corporation/Private firms for the last seven years.
b) That Vwe undertake and confirm that eligible similar works(s) has/have not been executed through
another contractor on back to back basis. Further it is undertaken that if such a violation comes to the
notice of Engineering Department Chandigarh Administration, then Uwe shall be debaned from
tendering in ENGINEERING DEPARTMENT, CHANDICARH ADMINISTRATION in tuture
forever. Also, if such a violation comes to the notice of Engineering Depaftnent, Chandigarh
Administration, the Engineer-in-charge shall be free to forfeit the entir€ amount of Eamest
Money/Performance Guarantee deposited by me/us.
c) That the deponent hereby undertakes that no complaint/FlR has been registered/no criminaUCivil
proceedings against the firnVpartners of the firm or its Director are pending/ongoing in any court of ]

law regarding any offence punishable under IPC/any other law of the land applicable. If such fact
comes to the notice of the Department, the Engineer-in-incharge shall reject the tender/bid
straightway without assigning any reason.
d) That the deponent further undertakes that he/she/Director/partner of the finn/company/agency
have never been convicted of any criminal/civil offence.
e) That l/we also undertake that the particulars given by me are true and correct the best of my
knowledge and belief and nothing has been concealed thereof. I am aware that in case of any
discrepancy/false statement found, it will lead to rejection of my bid/tender and the Engineering
Department will debar/blacklist the firm/agency as per policy ofblacklisting issued by Chandigarh
Administration vide notification dated 27 .02.2009.

Dated: Signature of the fi rm/agency


Note:-
The Affidavit of date prior to Six months from the date of publishing the tend€r shall not be
considered for q ualification of Technicrl Bid.
5 Bid document can be downloaded from the website of Chandigarh Administration http://chandigarh.gov.in
orhttp://etenders.chd.n ic.i,n/n icgep.

6. The Bidders shall have to submit their Bids Online in Electronic Format with Digital S ignatures. For participation in
the e-tendering process the Bidders need to register themselves on http://etenders.chd.nic.ir/nicgep'
,1
The B ids shal I be u p I o ad ed ln E lechonic F o r m a t o n the bs Ite h ttp l/e tenders.c hd.nic in/nicgep Scanned cop les of
Tender Document an d E I rg l b i1 ty Documen ts sha ll a lso be u p I oade d a longw ith the B id ithin prescribed time I lmrt.

8. The Agency has to produce the original d ocuments as and when asked for by Executive Engineer. The failure ofthe
Agency to fimish the said original documents will entail summarily rejection of its tender.

9 The General Conditions of Connact as per CPWD Works Manual 2010 amended upto con 255 dt.23.05.201I is also
applicable for the said tender/work.
10. The contractor/agency will ensure that no children is engaged at the site ofwork.
ll. The bid submitted shall become invalid it-
The bidder is found ineligible on account of following:-

D The bidder does not upload all the documents as stipulated in the bid documents
ii) If any discrep ancy is noticed between the documents as uploaded at the time of submission of bid and hard
ies as submitted the lowest tenderer in the omce tender authori
iiD The valid affidavit issued after publishing ofthis tender is not found in order

iv) List ofdocuments to be scanned and uploaded within the period ofbid submission.
v) Enlistment order ofthe contractor

vi) Affrdavit as per condition No.3


vii) Certificate of Registration for GST
12. Instructions to Bidders regarding e-tendering process:-

a, Tenders without digital signatures will not be accepted by the Electronic Tendering System. No tender will
b€ accepted in physical form and in case it has been submitted in the physical form it shall be rejected

II
summarily.
b. Before submission of on-line Bids, Bidders must ensure that scanned copies of all the necessary documents
have been uploaded with the Bid.

c. It will be mandatory for all the Bidders to upload all the documents.

I d. The Deptt. will not be responsible for any delay in on-line submission of the Bids due to any reason

I
whatsoever.
e. Conigendum issued if any before the receipt of online bid will be available on the website. It will b€ the
responsibility ofthe contractor to make amendments in his bid accordingly.
13. Engineering Department reserves the right to veriry the particulars fumished by the applicant independently. If any
information firnished by the applicant is found incorrect at a later stage, the finrl/contractor shall liable to be
debaned for future tendering in Engineering Departnent.

14. All disputes concerning in any way with this work are subject to the Chandigarh jurisdiction only.

15. For detailed terms and conditions of the DNIT, relevant drawings etc. can also be seen in the office of the
undersigned on any working day during office hours.

16. Conigendum/Addendum to this tender if any will be uploaded on the website mentioned above. This may be noted
by Contractors/prospective bidders.

17. Department reserves the right to reject any or all the application/tenders without assigning any reason. Overall lowest
bid will be criteria for finalization oftender.

18. In case the date of receipt/opening of tender is declared or happens to be public holiday, the tender will be
received/opened on the next working day at the stipulated time.

19. As per rule l7l of General financial rules (GFRs) 2017 "it is decided to reduce performance securitSr
from existing 5-107. to 37o of the value of the contract for all existing contracts. However, the benefit
of the reduced performance securitJ, will not be given in the contracts under dispute wherein
arbitration-/court proceedings have been already started or are contemplated.

l9.l The contractor whose tender is accepted will be required to deposit furnish Performance Guarantee ofan
amount equal to 3.007. (three point Zero Percent) of the tendered amount within the period specified in
schedule F. This guarantee shall be in the form of Deposit at Call Receipt of any scheduled banV
Banker's Cheque of any scheduled bank/ Demand Draft of any scheduled bank/ Pay Order of any
scheduled bank or Govt, Securities, or Fixed Deposit Receipts or Guarantee Bounds of any scheduled
bank in accordance with the prescribed forrn.
e for a period of 7 5 (days ) from the opening of financial
bid
20 The tender for the works shal remaln open for ac c eptanc
f any tenderer thdra h ls tender before the sa id period or ts sue hoich f letter of acceptance, whichever ls earlier or
then
o f the tender are not acceptab le to the deparfilent,
makes any modifica lons ln rh e terms and con d lt lons
it hout ud lce to any other n o r remedy be at liberty to forfe it 50% of the said
the Competent uthor ity preJ Ch
ho le o f the Eame St Money f the tenderer fails to submit
the
Earnest Money AS a fores al d and to forfe the
ss ue o f letter o f ac ceptance Further the tenderer shatl not be
Performance Guarantee tl the prescribed time after
allowed to Partic pate ln the re tendering process o f the
work.
tenderer whose tender ls ac c epte d and the ard letter ssued after the receipt of Performance
In the event the
to comm ence the k 'along with change m scope, if any" ln the
Guarantee IN the prescrib e d form and time fai S
the G overnmen shal thout prej udice to any other riCht or
prescribed time or a bandons work before ts com etion,
p

remedy be at iberty to forfe it the who le o f the Eamest


M o ney and Performance Guarantee shal stand forfeited ln
of the Ch and Adm nt stration
ful and shal b e ab SO ute a h e
oti fi cation IS sued by the Secretary Local Govt. Chandigarh
The recovery o f ate r c har S shall
ge be made as p e r N
21. I conveyed vide E E M c P H
Adm inistratio n vide not fi ca lon No 6l 9 5 FI r(8 )20 I l/4088, dated 24.05.201
II
D iYlslon N o. 2 ide memo no I s33-62, dated 02 06 .20
Deluxe
Portal, B idders may contact IT Cell, DIT, Additional
22 For any Technical lss ue re lated to Electron lc T ende:ing N o 0 72 4064 | , 0112-27 40003 .
etender@chd nlc tn, Phone
Bui lding 5th F loor S ector-9 Chandi gar h or emal at

Project P.H. No.l,


Sector-gD,
INSTRUCTIONS F OREXECUTIVE ENGINEER

The Executive Engineer shall attend to the following points before issue oftenders:-

1. Requisite blanks marked Ffr in the NIT should be frlled in by the Executive Engineer'

2. The tender documents shall be properly sealed by the Executive Engineer'

3. Any type ofoffice order references in the correction Slips and cross References shall not
appear in the tenders'

4. The available drawings related to the work shall be shown to the tenderers for their study
and understanding the scope of work covered by this NIT'

5. Any discrepancy in the NIT may be brought to the notice ofthe NIT approving authority.

6. Before issue of tenders any fresh correction Slips issued in respect of GPWD
Specifications & DSR 2018 may be incorporated in the tender document with
prior
approval of NIT approving authority.

7. Executive Engineer may retain either Clause-3l or Clause-3l(A) regarding supplying


water to the contractor and should delete one of the Sub-Clauses before entering into
agreement.

g. The Executive Engineer may delete / add any Special Condition/Particular Specification,
which he consideri o"""r.ury as per requirement of site/ or work with prior approval
of
NIT approving authoritY.

g. Sheet No. (D & (ii) shall not form part of the tender documents to be supplied to
prospective tenderers.

INDEX
Name of Work: - Annual Repair of Air Conditioners of Various Civil Dispensaries under
GMSH- 16, Chandigarh. Ch to Running and Maintenance of P.H.S.
(Sanitary Installation)/Air Conditioning/Fire Extinguisher of Civil
Dispensaries i.e. Dhanas, Kaimbwala, Ramdarbar, Mauli Jagran and
Sarangpur ofU.T., Chandigarh for the Period 01.04.2021to 31.03,2022
( For Public Health Services Work).

S.NO DESCR]PTION PAGf, NO.

l. Section-I - Checklist, for Contractors, CPWD-6.

z Section-ll - CPWD Form 7, Schedule 'A' to 'F'

) Section-lll- Amended /Changes in Clauses ofthe General


Conditions of the Contract of CPWD Works 2019.
4. Section-lV - Special Conditions.

5 Section-V - Technical Specifications

6 Section-VI - Annexure

7 Section-VII - Schedule of Quantities


8 Proforma for Earnest Money Deposit Declaration
Annexure-I

CHECK LIST FOR CONTRACTORS FOR SUBMISSION OF TENDERS


I TENDER TO BE WITNESSED AT SHEET NO II OF TENDER
DOCLIMENTS.

2 TTM TENDER /
TENDERS CONTAINING CONDITIONS CONTRARY
TO THOSE SPECIFIED IN THIS DOCUMENT SHALL BE SUMMARILY
REJECTED.

J IN SC}IEDULE - 'A' APPENDED TO THE TENDER DOCTIMENTS, THB


PERCENTAGE (EXCESS/ LESS) MUST BE FILLED BOTH IN WORDS
ANDFIGURES.

4 THE CONTRACTOR(S) SHALL QUOTE THE PERCENTAGE RATES


KEEPING IN MIND, GENERAL CONDITIONS OF CPWD WORKS'2018
AS AMENDED FROM TIME TO TIME, SPECIAL CONDITIONS AND
PARTICULAR SPECIFICATIONS ETC.

5.CRITERIAFoRENGAGEMENToFSPECIALIZEDAGENCIESHAVE
BEENLAID AT SHEET WHICH MAY BE NOTED.

6 TF{ECoNTRACTOR/AGENCYSHALLQUOTET}IERATEKEEPING
IN VIEW THAT THEY MAY HAVE TO GIVE AN I.]NDERTAKING
BEFORE AWARD OF WORK THAT "THEY WILL INSTALL/
ARRANGEFIELDTESTINGINSTRUMENTS,ESSENTIALT&PAS
PER SHEET NO.

7 Tr{E CoNTRACTOR SHALL REFER ---------------.19R


TESTINGoFMATERIALS/MAINTAININGoFTESTREGISTERS
DT]RING EXECUTION OF THE WORK.

8 T}M CLAUSES WHICH ARE NOT APPLICABLE TO THIS WORK WILL


BE TREATED AS NULL AND VOID.
SECTION -I
Checklist , CPWD-6 a,

Pro ect Summa a

CPWD.6
CHANDIGARII AMIMSTRATION ENGINEERING DEPARTMENT, U.T.,
CHANDIGARH
NOTICE INVITING TENDER.
I The Executive Engineer, Project Public Health Divisi on No.l, Chandigarh on behalf of President oflndia /
Chandigarh Administration, invites online percentage rate bids from the Contractors Entisted with
Public Health wing of Engineering Department ur chandigarh with appropriate category, who
have already executed similar nature of work for the below mentioned work, which shall be uploaded and
i /n icgeo
received on hnp:/, etenders.chd.nic.

NAME OF Annual Repair of Air Couditi oners of Various Civil Dispensaries under GMSH- 16,
WORI(:- chandigarh' ch to Running and Maintenance of p.H.s. (sanitary Installation)/Air
conditioning/Tire Extinguisher of civit Dispensaries i,e. Dhanas, Kaimbwala, Ramdarbar,
Mauli Jagran and Sarangpur of U.T., Chandigarh for the period 01.04.2021 to
31.03.2022( For Public Health Services Work).
l.l The work is estimated to C ost Rs,1,85,173/-. This estimated cost mentioned hereunder is merely
indicative and is for the general guidance/ knowledge of the applicants only. The breakup of
said estimated cost of work is as under:-

(a) Est. cost put to tender Rs. 1.85.173l-


Total : Rs.1,85,173l-
1.2 THE TENDERER MUST UPLOAD THE PROFORMA FOR EARNEST MONEY
DEPOSIT DECLARATION ANNEXURE-I DULY COUNTER SIGNED BY AGENCY
ON HIS LETTf,R HEAD As per Notification CpWD No. DG/CON/Misc./13.
Similar work shall mean works of "Repair of Air Conditioners of Various Civil
Dispensariestt

2 The value of exccuted works sha ll be brought to current costing level by enhancing the
actual value of work at simple rrte of 7Yo per annun:; calculated from the date of
completion to last date of receipt of tender.

J The hi dder should furnish the Affidavit:- (Manda tory/Comnulsorv Notary


attested)

a To become eligible for etendering, the tenderer shall have to fumish an affidavit as
under:-
l. That VWe hereby declare that VWe have not been black listed/
debarred,/suspended by any Govt./Semi Govt./Board/Corporation/private firms
for the last seven years.
2. That Vwe undertake and confirm that eligible similar works(s) has/have not
been executed through another contractor on back to back basis. Further it is
undertaken that if such a violation comes to the notice of Engineering
Department Chandigarh Administration, then Vwe shall be debarred from
tendering in ENGINEERING DEPARTMENT, CHANDIGARH
ADMINISTRATION in future forever. Also, if such a violation comes to the
notice of Engineering Department, Chandigarh Administration, the Engineer-in-
charge shall be free to forfeit the entire amount of Earnest Money/performance
Guarantee deposited by me/us.
3. That the deponent hereby undertakes that no complaint/FlR has been
registered/no criminal/Civil proceedings against the firm/partners of the firm or
its Director are pending/ongoing in any court of law regarding any offence
punishable under IPC/any other law ofthe land applicable.
If such fact comes to
the notice of the Department, the Engineer-in-incharge shall reject the
tender/bid straightway without assigning any reason.

4. That the deponent further undertakes that he/she/Director/partner of the


firm/company/agency have never been convicted ofany criminaVcivil offence.
5. That Vwe also undeftake that the particulars given by me are true and correct
the best of my knowledge and belief and nothing has been concealed thereof. I
am aware that in case of any discrepancy/false statement found, it will lead to
re ection of m bid/tender and the En lneenn De nt will debar/blacklist
the firm/agency as per policy of blacklisting issued by Chandigarh
Administration vide notification dated 27 .02.2009.

Dated: Signature ofthe firm/agencY


Note:-
The Affidavit of date prior to Six months from the date of publishing the tender
shall not be considered for qualification ofTechnical Bid'

Note All the documents shall be duly attested & counter signed by the agenciest
4 Agreement shall be drawn with the successful tenderer on the prescribed CPWD Form No.7 as per
.,General conditions of the contract of CPWD works-2019" (which js available as a Govt. of India
Publication) and the Amendment/changes in clauses of the General conditions of the contract for CPWD
works-2019 attached in Sector-III. Tenderer shall quote his rates as per various terms and conditions ofthe
said form, which will form part of the agreement
As per General Conditions of Contract for Central P.W.D To be read as
Works
CPWD Chandi garh Administration
(Engineering Department)

T] President of India
Govt. of India
President oflndia
Chandi garh Administration

Director General Chief Engineer U.T. Chandigarh.


Additional Director General Chief Engineer U.T. Chandigarh

Department ENG iNEERI}.IG DEPARTMENT


UTC
5 the time allowed for carrying out the work will be Q!-!1!941fu from the date of start as defined in
Schedule
.F' ofFinancial Bid in Part-III of this document or from the first day ofhanding over of the site,
whichever is later in accordance witlr the phasing, if any, indicated in the Tender Document.
In case of
delay shall be allowed
non-handing over ofany part of site, the extension in time limit for the proportional
as per the agreement.
6 The site for the work is avai Iable.
Bid document consisting of plans, speci fications, the schedule o f quantities ofthe various
classes
7 i)
complied with by the
ofwork to be done and the set of terms and conditions ofthe conhact to be
in the office
contractor whose bid may be accepted and other necessary documents can be seen
ofthe Executive Engineer, Project P.H Divn. No l' Chandigarh between 10'00 AM &
4'00 PM
from .=.--- everyday except on Saturdays, Sundays and Public HolidaYs.
(available in
iD Bicl document excluding 'General Con dition of Contract for Central PWD Works'
market for sa le) for this work, can be downloaded from e-tendering website
of UT
not available on said
Administration htto:ll etenders.chd .nic.in/nic o/aoo . Bid document shall be

website after the stiPulated date & tirre for downloading.


(a) Downloading and su bmission of Tender including Financial Bid will
8.
be done bY
indicated in the
e-Procurement Process through the web site of Chandigar h Administration to be
Press Notice. However, for general information, the Te nder Documenl can also
be seen &
The agency
downloaded from the Govemment oflndia Portal for tenders i.e. http://etenders.chd.nic.in'
shall upload Scanned coPY of docurnents (dulY attested and counter signed
by agency).

Two Envelone Svstem


-- w".kt f"r *hl.h technical specification is finalized & defined clearly in NIT, tenderers shall be
required to submit the bids in two envelopes.
Ai Envelope-l :
Documents related to eligibility criteria & EMD not applicable'
B) En e o pe- ) F l1 an c ial B d.
En VC op e- o f al tenders shall be o pe ;red fi rst, E gl b ity ate d do c um n tS shal be eval uated and
qualified tenderers shall then be
parties q u al ified/ di sq ua 1l ed by the c o ln p eten auth o rity F nan c al b d of
opened a n otifi ed time, da te an d p lac e l1 prese nce of ten d erers or
th e r re presen tati ves
iD The bids will be submitted online up to 01.00 P.M. on . The eligibility bid
submittedshallbeopenedat03.00P.M.on-.Thetimeanddateofopeningof
financial bid shall be communicated later.
iii) The department reserves the right to reject any or all the prospective applications without assigting
any reason and/or to restrict the list of qualified contractors to any number as deemed suitable by it,
iftoo many bids satisrying the laid down criteria have been received.
iu) As per rule l7t of General financial rules (GFRs) 2017 "it is decided to reduce Performance
Security from existing 5-10% to 37o of the value of the contract for all existing contracts.
However, the benefit of the reduced performance security will not be given in the contracts under
dispute wherein arbitration/court proceedings have been already started or are contemplated.
9 The contractor whose tender is accepted will be required to furnish Performance Security of an amount equal to
3.00% (Three point Zero percent) ofthe tendered amount within the period specified in Schedule F. This guarantee
shall b€ in the form of Govt. securities, or fixed deposit receipts or guarantee bounds of any scheduled bank or State
Bank of India in accordance with the prescribed format. In case the contractors fails to deposit the said performance
security within the period as indicated in Schedule 'F', including the extended period if any, shall be suspended for
one year and shall not be eligible to bid in Chandigarh Admn./Engg. Deptt. for tenders from date of issue of
suspension order.
l0 Copies of other drawings and documents peftaining to the works will be open for inspection by the Tenderers at the
oflice of the concerned EE of Engineer Department, Tenderers are also advised to carefully insp€ct and examine the
site and its surroundings and satisft themselves, before submitting their tenders, as to the nature of the ground and
sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation
they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other
circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the
site whether he inspects it or not. ENGINEERING DEPARTMENT, CHANDIGARH ADMINISTRATION will not
accept any liability arising later on consequent to any misunderstanding or otherwise on the part ofthe tenderer. The
tenderer 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 execution of the work unless otherwise
specifically provided for in the contract document. Submission ofa tender by a tenderer implies that he has read this
notice and all other contract documents and has made himself aware ofthe scope and specifications ofthe work to be
done and of conditions and rates at which stores, tools and plant, etc. if any are issued to him by the Engineering
Department, Chandigarh Administration and local conditions and other factors having a bearing on the execution of
the work.
11. The competent authority on behalf of the President of India does not bind itselfto accept the lowest or any
other tender and reserves to itself the authority to reject any or all the tenders received without assigning
any reason. All tenders in which any of the prescribed condition is not fulfilled or any condition
including that of conditional rebate is put forth by the tenderer, the same shall be summarily
rejected.
t2. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders
submitted by the contractors who resort to canvassing will be liable for rejection.

13. The competent authority on behalfofthe President oflndia reserves with himself the right of accepting the
whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.

14. The contractor shall not be permitted to tender for works in the Circle (responsible for award and
execution of contracts) in which his near relative is posted in any capacity. 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 officer/ official in the Engineering Department, U.T., Chandigarh. Any
breach of this condition by the contractor would render him liable to be removed from the approved list of
conhactors ofthis Department as well as for future works.

15. No employee ofEngineering Depa(ment is allowed to work as a contractor for a period of two years after
his retirement from Covt. Service, without the previous permission of the Chandigarh Administration in
wfiting. This contract is liable to be cancelled ifeither the contraclor or any of his employees is found any
time to be such a person who had not obtained the permission of the Chandigarh Admn. As previously
mentioned before submission ofthe tender or engagement in the contractor's services.
16. The tender for the works shall remain open for acceptance for a period of Seventy-Five days(75) days from the date of
opening of technical bid. If any tenderer withdraws his tender before the said period or issue of letter of acceptance,
whichever is earlier or makes any modifications in the terms and conditions of the tender which are not acceptable to
the department, then the Competent authority shall be suspended for one year and shall not be eligible to bid
in Chandigarh Admn./Engg. Deptt. for tenders from date of issue of suspension order.

17. This 'Bid Document' shall form a part of the contract document. The successful tenderer
/Bidder/contractor, on acceptance of his tender by the Accepting Authority, shall, within l5 days from the
stipulated date of start of the work, sign the contract consisting of:
a) The Press Notice, Notice Inviting Tender, all the documents including additional conditions, specifications
and drawings, if any, forming the tender as issued at the time of invitation of tender and acceptance thereof
together with any correspondence leading thereto.
b) General Conditions of contract for Central PWD works 2019, tender form of CPWD 7 as amended
from time to time,
l8 ln case any discrepancy is noticed between the documents as uploaded at the time of submission of the bid
online and hard copies as submitted physically in the office of Executive Engineer, then the bid submitted
shall become invalid and the Government shall suspend the firm for one year and shall not be eligible to
bid in Chandigarh Admn./Engg. Deptt. for tenders from date of issue of suspension order.
19. The purchase tax, turnover tax or any other tax applicable including GST in respect of this contract
shall be payable by the contractor and Government will not entertain any claim whatsoever in
respect of the same. The agency will have to quote rates including of all taxes.
20, Any incorrectness / deviation if noticed in the documents submitted by the agency, the same shall be
viewed seriously and apart from cancellation of the work / tender, forfeiture of EMD, Criminal action will
be initiated including suspension of business.

2t The tenderer is liable to be blacklisted and the EMD forfeited if he has been found to have misled or has furnished
false information in the forms / statements / certificates submitted by him as proof in support of qualification
requirements or record of performance such as abandoning of work not properly completed in earlier conhacts,
inordinate delays in completion of the works etc.

22 Any contractor offering lower rates after the opening of tenders shall be liable to be blacklisted.

23 All disputes concerning in any way with this work are subject to Chandigarh jurisdiction only

24. Before the last date for submission of Tenders, the Tender Inviting Officer may modifr any of the
Contents of the Tender Notice, Tender documents by issuing amendment / Addendum.
25 Any addendum/arnendments issued by the Tender Inviting Officer shall be part of the Tender Document.
26. To give prospective Tenderer reasonable time to take an addendum into account in preparing their bids, the
Tender Inviting Officer may extend if necessary, the last date for submission of tenders.

27 The Executive Engineer will


evaluate whether each Tenderer is satisfying the eligibility criteria prescribed
in the tender document and declares them as a qualified Tenderer and selected for next stage ofopening of
Price Bid.

28 If the technical bid of a Bidder is not satisfoing, any of the eligibility criteria the Executive Engineer will
reject it.

29 Ifany alteration is made by the Bidder in the Bid documents, the conditions of the contract, the drawings,
specifications or statements / formats or quantities the tender will be rejected.

30. Bidder shall be scrutinized in accordance with the conditions stipulated in the Tender document. [n case of
any discrepancy of non-adherence Conditions the Tender accepting authority shall communicate the same
which will be binding both on the tender Opening authority and the tenderer. In case of any ambiguity, the
decision taken by the Tender Accepting Authority on tenders shall be final.

3l The Executive Engineer will evaluate and compare the price bids of all the qualified Tenderer
32. The Bidder is advised to attach any additional information, which he thinks to be necessary about his
capabilities. No further information will be pertained after submission of application unless it is called for
by the Engineering Department, U.T., Chandigarh. The Engineering Department, U.T., Chandigarh
reserves the right to call for additional information & clarification of information submitted by the
Tenderer.
33 The cost incurred by the Bidder in preparing this application, in providing clarifications or attending
discussions/ conferences in connection with this document shall be borne by the Tenderer and the
Engineering Department, U.T., Chandigarh in no case will be responsible or liable for these costs,
regardless of the conduct or outcome of the process.
34 While execution of the work, if found that the contractor had produced false/ fake certificates of
experience he will be black listed and the contract will be terminated
35. The department reserves the right to reject any prospective application withorff ssigning any reason.

,
Project P No.1
SECTION - II
CPWD Forffi7, Schedule
'A'to 'F'
CPWD FORM NO.7
CHANDIGARII ADMINISTRATION
ENGINEERING DEPARTMENT

STATE: UT CIRCLE : S.E.P.H.

BRANCH: DMSION : E.E. Proj€ct P.H. Divin No.l,


Chandigarh
ZONE: Chandigarh SUB-DIV. :

PERCENTAGE RATE TENDER & CONTRACT FOR WORI(S

Name of Work: Annual Repair of Air Conditioners of Various Civil Dispensaries under GMSH-
16, Chandigarh, Ch to Running and Maintenance of P,H.S. (Sanitary
Installation/Air Conditioning/Tire Extinguisher of Civil Dispensaries i.e.
Dhanas, I(aimbwala, Ramdarbar, Mauli Jagran and Sarangpur of U.T.,
Chandigarh for the Period 01.04.2021 to 31.03.2022(For Public Health Services
Work).
to be submitted by ._p,m. on ExecutiYe r, Prolcc Ith Division
No.1. Sector-gD . Chandisarh.

to be opened in presence of tenderers who may be present at I.00 p,m. on in the office of Executive
Ensineer. Proiect Public Health Division No.l. Sector-9D. Chandisarh.

i) Issued to:- ....................


Signature ofofficer issuing the documents
iD Designation:- Exec utive Ensineer. Proiect Publ c Health Div ion No.1. r-9D. Chan disarh.

iii) Date ofissue:-.....

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 Dtections, conditions of contract, Clauses
of Contract, Speciai conditions,
Schedule of Rate and other documents and Rules refened to in the conditions
of contract and all other contents in the
tend€r document for the work.
L{tre 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 accoidance in all respects with
fte specifications, Designs, Drawings
and instructions in writing referred to in Rute-l ofGeneral Rules andbirectionr
contract and with such materials as are provided for, by and in respects in accordance
;;d;
al;;;l'i-oliretonaitions or
*itt , ,r"h so ra. a"
applicable. "onaitions

o Fill ln the Executive lneer.


CPWD FORM No.7
We agree to keep the tender open for ninety days ftom date ofopening oftechnical bid and not to make any
modifications in ils terms and conditions.
The tenderer must be uploaded the Proforma for Earnest Money deposit Declaration
Annexure-I duly countersigned by agency as per notification CPWD No. DG/CON&1isc./l3and 3%o of
accepted value of tender in Guarantee Bond/Fixed Deposit Receipts (FDR) of Scheduled Bank or State
Bank of India as Performance Guarantee. If [/we fail to furnish the prescribed Performance security within
prescribed period, I/we agree that the said President of India or his successor in office shall be suspended
for one year and shall not be eligible to bid in Chandigarh Admn./ Engg. Deptt. for tenders from date of
issue of suspension order. I/we agree that President of India or his successors in office shall, without
prejudice to any other right or remedy available in law, be at liberty to forfeit the said the Performance
Guarantee absolutely to execute all the works referred to in the tender documents upon the terms and
conditions contained or referred to therein and to carry out such deviations as may be ordered, upto
maximum ofthe percentage mentioned in Schedule 'F' and those in excess of that limit at the rates to be
determined in accordance with the provision contained in Clause 12.2, 12.3 and 12.5 ofthe tender form..
l,l e hereby declare that l/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 amlare may authorized to communicate the same or use the information in any manner
prejudicial to the safety ofthe State.
Dated

Witness: -....

Address: -.........

Occupation

Telephone No
Fax:-
E-Mail:-
ACCEPTANCE
he above tender (as modifi ed by you as provided in the letters mentioned hereunder) is accepted by
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.
For & on behalf of the President of India.
Signature ......................
i)
iD
iii)
iv)
Executive Engineer,
Project P.H. Division No.1,
Sector-9D, Chandigarh.
SCHEDULES

SCHEDULE'A'

Schedule ofquantities As per S€ction - VII


Descdption of item
Civil Work P.H. Work Electrical work Total
a) DSR Items
b) N.S. Items
Total

SCHEDULE'B'
Schedule ofmaterials to be issued to the contractor

S.No. Description of items Quantity Rate in figures & words at which Place ofissue
the material will be charged to
the contractor
(l) (2) (3) (4) (5)

--- NIL ------


SCHEDULE'C'

Tools and plants to be hired 10 the contractor

S.NO. DESCRIPTION. TIIRE CHARGES PLACE OF ISSUE


PER DAY

------ NIL
SCHEDULE'D'

Exfra schedule for specific requirements/ documents for the work, ifany

Amendments/ Changes in Clauses Section III


ofthe General Conditions of Contract
to cPwD works - 2014
2 Special Conditions Section - IV
Particular Specifi cations. Section -V
4 Annexure Section - VI
5 Schedule of Qty Section - VII
SCIIEDULE'E'
Schedule ofcomponent ofother materials, Labour, pOL etc. for price escalation:-

CI,AUSE I() CC:


Component ofcivil (Except materials covered under clause l0CA)/ 'Xm'Nil %
Electrical construction materials expressed as percent oftotal value ofwork. Nil%
Component oflabour expressed as percent oftotal value ofwork. 'Y', Nil%
Component ofP.O.L. expressed as percent oftotal value ofwork. 'z' Nit%

To Filled in bv the Execut ive Ensineer

SCHEDULE'F':-
Reference to General Conditions of Contract.
1.1 Name of work: Annual Repair of Air Conditioners of Various Civil Dispensaries under
GMSH- 16, Chandigarh. Ch to Running and Maintenance of P.H.S.
(Sanitary Installation)/Air ConditioninglFire Extinguisher of Civil
Dispensaries i.e. Dhanas, Kaimbwala, Ramdarbar, Mauli Jagran and
Sarangpur of U.T., Chandigarh for the Period 01.04.2021to31.03.2022(
For Public Health Services Work).

1.2 Estimated Cost of work: - Rs. 1,85,173/-


1.3 Earnest Money: - The tenderer must upload the performa
for earnest money deposit declaration
Annexure-I.
1.4 Performance Guarantee 3.00% of tendered value.

1.5 Security Deposit 2.5oh of tendered value

1.6 Time Allowed 06 Months


1.7 The following expressions shall unless the context otherwise require have the meanings hereby
specifically assigned to them.

1.7.1 Executive Engineer Executive Engineer


Project P.H. Division No.1,
Chandigarh.
Or Successor thereof

1.7.2 Superintend ing Engineer Superintending Engineer,


Project Public Health Circle,
Chandigarh.
Or Successor thereof

1.7.3 Chief Engineer Chief Engineer,


Chandigarh Administration U.T,

1.7.4 Delhi Schedule of Rates (DSR) DSR-2018 with correction/amendments upto


date

1.7.5 CPWD Specifications CPWD 2019 Specifications with latest


modification upto date
General Rules & Directions:-
Officer Inviting Tender: - Executive Engineer

Maximum percentage for quantity of items As per clause 12


of work to be executed beyond which rates
are to be determined in accordance with
Clauses 12.2, 12.3.

Definitions:-
2(v) Engineer-In-Charge Executive Engineer
2 Accepting Authority Chief Engineer above Rs.0.90 Crores Upto
(viii) Rs.l.80 Crores
Superintending Engineer above Rs.l5 lacs.
But upto Rs.90.00 lacs.
Executive Engineer upto Rs.l5 lacs.

2(x) Percentage on cost ofmaterial and labour to cover all As per applicable
overheads and profits

2(xi) Standard Schedule of Rates Delhi Schedule of Rates 2018 with


correction/amendments upto date
2(xii) Department Engineering Department U.T. Chandiearh.

8.1 The order ofpreference: - In the case of discrepancy between the Schedule of
Quantities, the Specifications and/ or the Drawings, the
following order of preference shall be observed:-
(i) Nomenclature of item as per Schedule of Quantities
(ri) Special Conditions
(iii) Particular Specifi cations.
(iv) CPWD Specifications
(v) Arch itectural drawings.
(vi) Indian Standard Specifications of B.I.S

e(ii) Standard CPWD Contract Form CPWD Form 7 as modified and corrected with
amendments as per Section-Ill.

Clause.l:-
e.(D Time allorved for submission of 07 days
performance guarantee after date of
issue of letter of acceptance
(ii) Maximum allowable extension with 1 to 7 days.
Late fee @0.1% per day of
performance guarantee amount beyond
the period as provided in (i) above.

Clause-2:-
I. Authority for fixing compensation Executive Engineer
under clause-2.
Whether clause-2A shall be applicable
II. No
Clause-S:-
Time allorved for execution of work 06 Months
Authority to give fair and reasonable Appropriate clause of CPWD Work Manual 2019 with
extension of time or comPletion of latest rnodification up to date.
work.
Mile Stone Refer Para (A) Table of Milestones

6A:- (For works upto Rs.l50 lacs.)


Clause a licable- 6or6A 64 (For works more than Rs.150.00 lacs

ClauseT:-
Gross work to be done together with Refer Para (B) Table of Milestones
net payment / adjustment of advances
for material collected, if any, since the
last such payrnent for being eligible to
interim ment.
Clausel0A:-
List of testing equipment to be N.A
the contractor at site lab
Clause-10-B
Whether clause l0-B (i) shall be No
le
Clause-10-B I
Whether clause 10-B (ii) shall be No
licable.
Clause.l0C:-
Component of labour expressed as N.A
of totalvalue of work.

Clause 10 CA Analysis PurPose


Materials covered under this Base price of the Remarks Corresponding
clause: materials covered Period
under 10 CA

Base Price of all the materials covered Under clause IOCA is to be mentioned at the time of approval of
NIT

Clause-10- ClaLrse l0CC to be applicable in contract with Not applicable


CC:- stipulated period of completion exceeding the
period.

Clause-11:- Specifications to be followed for execution of C.P.W.D. Specifications 2019


work. edition amendments.

Clause'12:-

Clause-12(a) Accord sanction of substituted items Appropriate clause of CPWD


Works Manual 2019 with latest
amendments.

Clause 12(b) Accord sanction of extra items. -do-

r2.2 & 12.3 Deviation limit beyond which clause 12.2 & Any qty. increased/decreased shall be
12.3 shall apply for building work carried out by contractual agency at
contractual rate.

12.5 Deviation limit beyond which clause 12.2 & 12.3 Any qU. increased/decreased shall be
shall apply for foundation work. caried out by contractual agency at
contractual rate.

Clause.l6:- Cornpetent Authority for deciding reduced rates. As per appropriate clause of CPWD
Works Manual2019

Clause-18:- List of mandatory machinery tools & Plants to be


deployed by the Contract at site.

Clause-36
S.No. Requiremeut of Minimum Designation Rate at which recovery shall be
technical staff Qualification of (Principal made from contractor in the
Technical Technical/ event of non deployment./ Not
Representative Technical fulfilling provision of clause 36
Representative (i)
Figures Words
Qualifications No
I

Clause-42:-
i) a) Schedule / Statement for determining Delhi Schedule of Rates 2018
theoretical quantity of cement & bitumen

iD Variations permissible on theoretical


Quantities.
a) (i) Cement for works with estimated cost put 2%o plus / minus.
to tender for more than Rs. 5 Lacs.
(ii) -do- Less than 5 lacs. 2%o plus/minus.

b) Steel Reinforcement and structure steel sections for 2%o plus / minus.
each diameter, section and category.

c) All other materials. Nil

d) Bitumen for all work. 0.3% PIus / minus


SE,CTION _ III
Amendments in clauses of general conditions of contract -
2019 with latest modification upto date as applicable in this
work Conditions of contract as also detailed in Schedule 'F'
SE,CTION - IV
Special Conditions
Page - 1

SUBJECT: - DNIT for Annual Repair of Air Conditioners of various Civil Dispeniaries
under GMSH-1 6, Chandigarh.

Ch To: Running and Maintenance of P.H.S. (Sanitary lnstallation)/Air Gonditioning/ -

Fire Extinguisher of Civil Dispensaries i.e. Dhanas, Kaimbwala, Ram


Darbar, Mauli Jagran and Sarangpur of U.T., Chandigarh for the period
01.04.2021 to 31 .03.2022 (For Public Health Services Work).

TERMS AND CONDITIONS :-

1. The quantity can be increased or decreased. No claim from the contractor will be entertained on this
account.

2. If there is any mistake on account of typing, cornparison or over sighting that can be rectified at any
time
3. The work will be executed as per CPWD Specification. s
4. Income Tax @Zoh shall be deducted or any other statutory taxes will also be deducted frorn the
contractor's bill.

5. The undersigned reserves the right to reject any or all the tenders without assigning any reason.

6. The equipment shall be Guaranteed/ Warranted for a period TwoYear and the certificate of genuinity
of material shall also be subrnitted by the agency along with the material

7. The Executive Engineer reserves the right to delete any item of the DNIT and no obiection will be

entertained from the contractor on this account.


8. The contractor will have to submit the Completion Plan on the completion of work otherwise he will
have to pay amount as specified in the DNIT/ Agreernent

9. The work shall be guaranteed for Two year for any defect in respect of the work and Contractor shall
submit a Guarantee Bond as per proforma in DNI'I- & 2.5% of cost of these items would be rstained
as Security deposit which will be released after Guarantee period if pertbrn-rance of the items fbund
satisfactory. If any, defect is noticed during Guarantee Period the contractor shall rectily it witlrin
seven days failing which same will be got done fiom other agency at risk and cost o1'cohtractor.
However. the security call be released in full if bank guarantee of equivalent amount is produced.
(Deposited with the department).

10. The contractor will ensure that no damage is done to building structure or any other services on
accouttt uf P.I{. rvork being executed by him and in case of anv danrages" the cc}ntractor will rectili'
the same at his onit cost within three days failing which same will be rectified by'the department at
risk and cost of contractor.

I l. The contractor shall strictly comply with the provisions of the Contract Labour (Regulations &
Abolition) Act, 1970 and rules made there under as extended by the Contract Labour (Regulation
and Abolition) Rules. 1974.

12 The recovery of water charges @ 15% shall be made in the bills.

13. GST (TDS) as applicable will be deducted from the contractor as per Govt. rules in case total cost of -

the work exceeds to be Rs.5.00 lacs & will be deposited w'ith the concerned department.
14. Cess/ Incorne Tax as applicable will be deducted from the billof the contractor.
Page-2

15. The rates quoted by the contractor shall be inclusive of all Taxes including GST and duties as per
provisions, specification and conditions of DNIT.

16. The agency shall submit the documentary proof/ bill that the work is got done from the OEM for the
genuineness of material.

17. The contract can be cancelled by the Engineer-in-charge at any time.without any advance notice and

no claim will be entertained from the contractor.


18. All disputes will be settled at Chandigarh and the decision of the Engineer-in-charge will be fiial.
19. The quoted rates shall be valid for 75 days from the date of opening of Technical Bid.
20. The contractor/firm shall be responsible for watch and ward of machinery/equipment till handing -
over to the department including lost of material during that period due to theft. fire, riots or by all
means.
21. The conditional tenders are liable to be rejected.

22. Tlte safety measure code may also be followed up strictly and the contractor shall ensure to provide

the safety equipment to the labourer by the contractor during the course of execution of work.
23.Themake of item will be considered as mentioned in the DNIT iteins/ as per attached approved make
list and as per entire satisfaction of EIC. and the same may be implemented if the extra/substitute
item will be executed at site or any make not taken in the DNIT items. I'he contractor/firm should
provide the material as per approved DNIT technical specifications/ terms and conditions.

24. Incase the make of material is left inadvertently to be mentioned in the approved make to be Jsed at
site, then the make should be as being used in the execution of other works. If the make of material
is not in the list of approved make, then the ISI rnarked should be used and the same should be got
approved from the EIC. +

25. Only one common%o ageabove or below the ratel amount mentioned in the DNIT shall be quoted by
the bidder for all items. Any other item of DSR 2018 if required to be executed shall be paid based
on DSR 2018 prevailing market rates *o/o (Plus/ Minus percentage) quoted by the bidder. Similar
oh age on the
rate for extra NSR items got executed shall be adjusted by applying the quoted
approved analysis of rates for the respective item.

Sub Di sional Engineer. neer,


S/l Sub Diyision No.2, Proiect P.H. Divisio n No.1,
Chandiearfu, cnirpa,n./-
t...

6at>t
LIST FOR PREFERRED MAKES FOR AIR CONDITIONING WORK

51 r.i Equipment / Material Preferred/ Approved Makes I


Flo
,1
Water cooled Screw Chiller with VFD/ Carrier / York ffrane / Daikin/ Biue Star/
\ /ithout VFD Kirloskarl Voltas/ Dunham Bush

Air-cocled Ductable Units Blue Star/ Carrier/ Daikin/ LG I Mitsubishi


Electrical/ Voltas
Spiit ACi VYindow AC/ Cassette A C (i) Carrieri Voltasl Bluestar
(ii) Hitachi/ Daikinll'listubishi
i

Voltage Stabrlizer V-Guardl Deoli Jev'rel I


I

5 Copper Pipes Maxflow/ fi/andev/ Rajco tubes/ Total t.ine l


:

t/RV Units witlt outdoor & indcor u nits Samsung Daikin / Mitsubishi Electric
I I LG I
Carrier / Blue Star / Voltas/
Dunham Bush
Prrnrary Pump and Condenser PumP ( all XYL 1 Gruncifos;; / Armstrongil TT'/

capacities) Kirloskar

Secondary CHYV Purnp ',,lith variable XYLEI\,'I / Grundfoss I Armstrong, l1'Ti


Speed Purnpirtg SYstem lncluding Kirloskar
Adlr.rstable frequerrcy Drive. Secondary 1

pumps and PumP controller. i

I
Hct waler Generator Rapid Cooll Khckkar/ Emrald

Air Handling Unit all tYPes Zeco / Edgetecn / Syste:mairl Crysi,aii


i Waves
1

I Variable Frequency Drive for Danfoss / Siemensl Johnson


l

4 ;'t Cooling Coil for AllU's Zeca I Edgetech airl Crystall


: Waves
,1 Fan Coil Unrt Zeco I Edgetech / Systemair/ Crystali
Waves
I
Centrifugal fans for AHUi Fresh Air / Kruger / Nicotra / comefree
F-xhaust Fan
1t: Axial Flow Fan Systemair / Kanaiflakt / Kruger/ Comefrce/
Nicotra

(j Propeller fan Alstonll khaitan/ CromPton

ln-!"rne fan Systemair / Kanaiflakt / Kruger

Gl pipe lSl Marked Jindal Hissar /TATAI SAiL

MS Pipe (up to 200 mnr Dia) 'C' Class Jindal Hissar ,rIATAi SAIL
lSl Ir4arked
)n lr4S Pipe (Above 200 rnm Dia factory Jindal Hissar /TATIV SAIL
l Itolled ) 'C' Class Heavy DutY lSl lvlarked
:21 , l'rJeldinRods Advani/ Esab/ Ador
flexible Pipe Connection Resistoflex/ Kan\,vali DunloP
:i
23 Audco/ Advance I rloskar/ Castie/
i , BrrtterflY Valves Honeywell/Leader / Zoloto t

at Ncll Retu rn Valvesl Check Valves nuaco / Advance I Kirloskarl Castie/


H oneyl,rell/Leader / Zoloto
cing Valves Audco /Advance /
Kirloskar/ Castlel
LeaderlHcneylvell / Zcloto

I'rrgc - I - uf 4
I
Ivloto Belimo / Beacon Rotork/ Advarrce/Lea:e:
Zoloto

27 Ball/ Gate/ Giobe Valves cool /Advance/ Audco/


Leader/ Sant i Zoloio
Z6 Ballvalve with Y-Strainer (Fan Coil Units) Rapidcool lAdvance/ Leader/ Sant / Zc

29 I
I
Pot I Y Strainer Rapid Cool lLeaaerlSant/ Emerald

JU Pressure Gauges H.Guru/ Fiebig/

il l-hermometers (with brass encasing) Taylor/HGuru/DSEngg

a.\
,11.
rr
I lrorv Switch Rapid cool lSiemens/ Honeywell

Automatic Air Vent Rapid Control/ Anergy/ Audco

Filters I

I
AAF/ Purolater/ Thermadyne/ Camfit
I

35 , Tinro way Modulating valve lor AHU Honeywell / Siemens I Danfoss / Belinra .

36 r Tnc way valve (on/off) for FCU Honeywell/Sienrens/


I
Belimo/Danfoss
I
t-.-.
I
I
JI Room ThermostaU AHU & Honeywell/ Siernens/ Anergy/ Johnson
I
Thermostat

Humidistat Honeywell/ Siemens

JJ Safety Thermostat for heater Anergy Controls/ Danfoss/ Theta

40 I Diai Thermometer Capillary Type Penn/ Tadington

41 Prenrou TF Thermocole section for eardsell i lndia Packaging/ Lyoyd/


l
I pipe insulation Packing
I
I

4l PIJF pipe supports ti/alanpur/ Lloyd

43 Alurriniunr Tape John Birla 3M: iSeardsell


I

44 AnchorlDash fastners Hirti r/Canonl TKS

4) Vibration lsolator Resistoflex/ nlop

46 V belt lSl tr4arked Dunlop / fennel/ AIaska

q/ Steel Primer tut/ Paints/ Narolacl Berger


[,' I
i
I 48 Pairrts l/ Asian Paints/ Narolac/ Berger
I

;
ilo tvlotor for AHU Siemens / Bharat Bijlee / CGL /
ABB
5rj Sia(er, Contactor, Push Br-rtton Schneider Electric (lv1G) / Larsen & T:
GE Power Controls / Siemens

ist lvlouldea Case Circuit Breaker (tUCCB) Schneider Electric (MG) / Larsen i
I
I GE Power Controls/ LeErand/
I
Siemens
I/lini;ature Circuit Breaker (MCB)
,) Schneider Electric (fUG) i 3:
Y--
U i
Controls/Legrand / Siemens

l'age-3-+f4-
!L
r;,-.i
Overload relays r,^rith buiit in Single Phase S chneider fleCiiic (.Telemechaniq
Preventer
Larsen & T'oubro / SiernenslGE Porruer
Control
t:. A
Cui're rrt Transfo rmer (Epoxy Cast ReJn;
Automatic Electric / lndccil / pragati
/ Kappa
55 Protectiolt Reiay (n Llmeric type)
Alstom /Asea B rorn;n Boveri /
Siemens ;1"&T
I
50 Srvitch F use Urrit, HRC Fuse
Larsen & Toub ro / GE power Controls
/
Srcmen 5
77 Rotary Switchl Time Delay relay
',arsen & Toubro I GE Power Controls /
,

I
Siemens
,.,,,,) '
59, Tinrer
Schneider Eiectric
l-arsen
lreiemecrrffie;
& Toubro / GE Power Control
I Siemens
r\u :

Seleclor S'"vrtch Toggle switch *"---l


Larse n & Toubro /
ri0 Change Over Srvitch
Larsen & Toubr"o I stenrJnilniDcr porreli
control
,6 Anrmeter and Voltmeter i

Rishabh (L& r) / Auto matic Electric I


Conzerve
I

(j2r lndic;rting i-amps


LED type Push Brrtton Larsen & Tolr bro GE power / Controls /
Sicnrens / Vaishno Electricals
/ CS
-
ri3 Grilles/ DiffuieE
')aryaire / Systemaii / Pine aire / Precise /
Airflow
$rl Fir-a Dampers UL
ftuskin I Systemair/ Caryaire
/ P ine aire /
Airflor,r
a) 5 i Fire Darnpi otors
Belimo iSeimens
ao '*c.i 5n eet tu1etal Duct I Sl Marke?
SAILi TaGi Jindai
1.)
rrcated G.l Sheet It4eiai Duct
Zeco I Ecod uct Rolastar sheet ke
of SAtL / TATA/
ii8 lres sian (Fire treated)
Navair/ Pyrog uardl Jrndal
09 VCD/G ravity louvers / Exhaust&
fresh air / Systeniai r i Pine aire / Airflow
louve is
,'0 Nitrile tion/ Du ct lnsu lation/ Armacell/ Aflex/ Kflexl BASF
lnsulatron 'o'
'i
il-
3eardsellT india
,J Water Levei Sy,,iiclr ISEC /AKG
Veksler / Warree / Jumo
4 Torver
,) Cable lSl
hir/ B Pa r/ Delta
I Cables, H avellsl Ecko/ ,r ino lex/ Po yca bt t9 TI
KE
il sk
Approved) A B BI Siemen s/ l-&.Tt U
nitech/ Povyer Syste n/
Vrindavan Electrica ls/ KE Pt,./
U P e n ternation/
I

hima n witch Gear/ lnte rnatio rta


I

,I,itrc,.btass - '- Gea rs/ T ricolite


Switch I

U.P. Twiga/ Oiven Corring

l):trlt: - .l - of J
r*

. fr r nve-r,ipe,s -is uper,


s upreme,
Particle Board
Nova pan, , Ancher Archidpiy , Green
I
uii I
Board
Green, Novapa n, Kitply Arch
i
Markded)
]
OI False Cerling inrifi frame

ia aL*n I
Arrn strong , Anutone, Gyproc Bo ral, (.^ --
Ind ia Gypsurrr
o.:
t;,.,
,lar nd I Fresh - Pidilite, c R5i)
B ruilding Manag ement
acce ssories wiih aill irane, n,
*.-- * -----'{
, Hon eyrvell
'i fuiaxe s of those itenrs rvhich are
not part of cul.ent tender
nray be ignored

' li;tJ,J'*-,'k; .#iflJ:H:'Jx;';:'":: r,",-fhe


make approved Boe rr
as per rnake list attachecr
tne maxe nil
;rpproval of competent
a.,tiroliivl;i';ri#."'cied tnu"opii'r,,u,.
D;p;;;;i ""'"' :.nt apirroved make list, the choice ;f'nm;k;;;sts onty
rvith the Etc/ ctierrt

il in case rnake of anv item


is not rnentioned in the BoQ
and rist of approved make
Xlit,i,:i;lr'"'u*"',1,
trr" rrc;',"ri make ;;ffi specified
rci td;; ]no his decision sha, be rinar
rn

4 !Si li.4air makes wili be pr.eferred.

are valid for one Year and


' ;,f":?"1!ltnakes the performance cf makes
wiil be reviewed every

f
i\.
] ., .
l

lr- xilauijve trtgineei..

Prolt:ct P.Fi. Divn Nc.1.Chrl Engineer,


Project P.H. Divn No],Chd
l

t -l'
.r.i
\'.,
'ji.'j'i.t,t ;r ,., o'i
-\ ,, i .- (,

[]xet:i: tlvr, ETigrrider, "''


,.
.-:- t;}')-
,
Executive
Project P H''Divn No3,Cfrri Engineer,
Project P.H. Djvn No.g,Chd

Superintendirrg Engrneer.
l,ro1ect P H Crrr:le. Chandigarh

l)rrrr', l-,.{'l
SECTION -V
Technical S ecifications
.NIL.
SECTTON - VI
Annexures
FORM OF PERFORMANCE SECURTTY
BANK GUARANTEE BOND
In consideration of the PRESIDENT OF INDIA (hereinafter called "The Government") having offered to accept the
terms and conditions of the proposed agreement between The Executive Engineer-in-charge and
(hereinafter called "the said contractor(s)" fbr the work
(hereinafter called "The said agreement") having agreed to production of a irrevocable Bank Guarantee for
Rs. (Rupees only) as security/guarantee from the
contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement.
l. We (hereinalter referred to as "the Bank) hereby undertake
to (indicate the name of the bank) pay to the Government an amount not exceeding
(Rupees only) on demand by the Government.

2. We do hereby undertake to pay the amounts due and payable


(indicate the name of the bank) under this Guarantee without any demure, 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(s). Any such demand made on the Bank shall be conclusive as regards the amount due
and payable by the bank under this Guarantee. Flowever, our liability under this guarantee shall be restricted
to an amount not exceeding Rs._ (Rupees only)

J. We, the said bank further undertake to pay to the Government any money so demanded notwithstanding any
dispute or disputes raised by the contractor(s) in any suit or proceeding pending 5efore any court or Tribunal
relating thereto, our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for payment there
under and the contractor(s) shall have no claim against us lbr making such payment.
4. We lurthcr agree that the guarantee herein contained shall
(indicate the name of the Bank)
remain in full force and effect during the period that would be taken for the performance of the said
agreement and that it shall continue to be enforceable till all the dues of the Government under orby virtue
of the said agleement have been fully paid and its claims satisfied or discharged ortill Engineer-in-Charge
on behalf of tlte Government certified that the terms and conditions of the said agreement have been fully
and properly carried out by the said contractor (s) and accordingly discharges this guarantee.

5. We further agree r.vith the Government that the government


(indicate name of the bank) shall have the fullest liberty without our consent and without effecting in any
manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend
time of performance by the said contractor(s) fonn time to time or to postpone for any time or from time to
time any of the powers exercisable by the Government against the said contractor(s) and to forbear or enforce
any of the terms and conditions relating to the said agreenrent and we shall not be relieved from our liability
by reason of any such variation, or extension being granted to the said contractor(s) or for any forbearance,
act of omissiolr on the paft of the Governrnent or any indulgence by the Government to the said contractor(s)
or by any such matter or thing whatsoever which undcr the law relating to sureties would, but for this
provision, have effect ofso relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor(s).

7. We lastly undertake not to revoke this guarantee except


(indicate the nlme of Bank)
with the previous consent of the Government in rvriting.
8. This guarantee shall be valid upto on demand by Government.
tunless extended
Notwithstanding 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 six months of the date of expiry or the extended date of expiry of this guarantee all our
liabilities under this guarantee shall stand discharged.
Dated the day of for
(indicate the name of Bank)
SECTION - VII
Schedule of uantities
Financial Bid
1

SCHEDULE - A
SCHEDULE OF QUANTITIES AND PRICE BID

Tender lnviting Authority: Executive Engineer, project public Health Oivision No.1, Chandigarh.
Name of Work: DNlTforAnnual Repair ofAir Conditioners of vadous Civil Dispensaries under GMSH-16, Chandigarh.

sarangpur of u.T., chandigarh for the pefiod 01.04.2021 io 31.03.2022lFot pubric Hearth services work).

Approx. Amount : Rs.1,85,173/-


Contract No: PH1 12021 -221 EarnestMoney: DepositDeclarationAnnexure-l
Time Limit: 06 Months
Bidder Name Excess ( +
Less (-) %
SCHEDULE OF WORKS
Sr. DSRY Oescription of work Qry Unit Estimated Rate AMOUNT
No NSR
Rs.
P
Figure Words

1 NSR Servicjng & Cleaning of S plit type AC with the help of Pressure through 25.00 Nos Each 450.00 Rupees Four Hundred Fifty Only 11250.00
pumps, cleaner complete in allrespects.
2 NSR Servicing & Cleaning of Window type AC with the help of Pressure through 5.00 Nos Each 340.00 Rupees Three Hundred Forty Only 1700.00
pumps, cleaner complete in all respects
3 NSR Replacement of Rotary/Scroll type Compressor including cas charging,
welding, testing and refitting at site complete as per machine requirement
1 5 TR Cap. Compressor 4.00 Nos Each 9000.00 Rupees Nine Thousand Only 36000.00
2.0 TR Cap. Compressor 2.O0 Nos Each '10000.00 Rupees len Thousand Only 20000 00
For Water Cooler (upto 150 Ltr) 500 Nos Each 8200.00 Rupees Eight Thousand Two Hundred Only 41000 00
4 NSR Supply and filling of R-22 gas in various AC's including change of filters
capillar and placing with complete & rectification detect for leakage etc
1.5 TR window AC 5.00 Nos Each 1800.00 Rupees One Thousand Eight Hundred Only s000.00
1.5 TR Split AC , 5.00 Nos Eacll 2400.00 Rupees Two Thousand Four Hundreq Only 12000.00
Sr. DSR/ Description of work Qtv. Unit Estimated Rate AMOUNT
No, NSR
Rs. P
Fi uae Words
2.0 TR split AC 5.00 Nos. Each 2500.00 Rupees Two Thousand Five Hundred Only 12500.00
Water Cooler 5.00 Nos. Each 2700.00 Rupees Two Thousand Seven Hundred Only 13500.00
5 NSR Providing & fixing of various runni ng capacitors Make:- Talsa, Siemens,
EPCOS, Tibcon complete in all respect
36/ 45l 80/ 100 Mfd 12.00 Nos Each 150.00 Rupees One Hundred Fifty Only 1800.00
6 NSR Providing and Fixing starting Relay. Make: Techno, Hitec complete in all
respect.
1,5 TR AC 2.00 Nos Each 250.00 Rupees Two Hundred Fifty Only 500.00
2,0 TR AC 1.00 Nos Each 350.00 Rupees Three Hundred Fifty Only 350.00
7 NSR Replacement of PCB Circuit for wi split AC complete. (1.5 TR & 2.0 TR 3.00 Nos Each 2000.00 Rupees Two Thousand Only 6000 00
C ir & Rewindin
8 NSR Providing and fixing of condensor fan blad e for Windowsplit type AC,s 3.00 Nos. Each 500.00 Rupees Five Hundred Only 1500.00
corirplete in all respect.
I NSR Providing & fixing of Thermostat for Ac/Cooler complete in all respects 3.00 Nos. Each 275.O0 Rupees Two Hundred Seventy Five Only 825.00
10 NSR Repai r of a uto m ati c voltage sta bit izet 4 for water cooler capa c itv 1 50 t rS 5.00 Nos. Each 1100 00 Rupees One Thousand One Hundred Only 5500.00
com plete n al respects ncl u di n s re p a iri n s of volt meter Ampere lvleter Relay
etc co m pl ete tn al respect
11 NSR Providing & fixing of copper wire of sizde 3 core 2.5 sqm for electrical 5.00 t\,,ttr P.l\,'ltr 100.00 Rupees One Hundred Only 500.00
connection to A.C. Units. Make; Shalimar, Unistar, Lccoo, National
12 NSR Servicing of water cooler with oiling of fan motor cleaning of condenser etc 5.00 Nos Each 150.00 Rupees One Hundred Fifty Only 750 00
complete in all respects
13 NSR Providing and Fixing of Water Cooler thermostat complete in all respects 3.00 Nos Each 275.00 Rupees Two Hundred Seventy Five Only 825.00
Make: lndfoss, Bajaj, Usha
3
Sr. OSR/ Description of work Qtv U nit Estimated Rate
No. NSR AMOUNT
Rs. P
Fi ure Words
14 NSR Providing a n d F tx n g of a u om ati c L n e o ta s cor re cto I of 5 KVA ( tep ty pe
1.00 Nos Each 5230.00 Rupees Five Th ousand Two Hundred Thirty Only
for d o m est c u SE co p pe I wo u n d com p ete th volt meter a nd a m pere meter, 5230.00
MCB, o p pe t b nd ng S co n co re ith 3 S eps co m plete h time de ay rel aysl
controls power coated body of 22 gauge with wire 2.0 m eter c o m p ete n all
respects to the entire satisfaction in all respects to the e nti re S a sfa cti
on
the ElC. Make: Deol, Logic, State, Jewet. (for Cooter)

'15 NSR Providing a nd Fixing of o Itag a a bt ze r with MCB, It Meter, Am p Meter,


Co ppe I n d n g n p ut Ra n s 1 6 0-280 o utput R a n ge 22 5+ 1 0 n ud ng
2 0 Mtr Co pper re from ta bt tze r to A.C. U n it h M eta c P ug/ PV P ug
m a k ng CO n n ect on to the sti ng ectric S ys te m a n d m a d o f M 5 Bod v
(Powder Coated) com plete n a respe ct M a ke D eo Jewel, V .G ua
rd

4 KVA
1.00 Nos Each 4443.O0 Rupees Four Th ousand Four Hundred F orty Three
4443.00
Total On

Quoted un (ro be q u oted by Ag en cy ) 185173.00

Quoted rate in Words (To be quoted by Agency) 185173.00 185173.00


R u pee S o t1 e La k h E g ht F tv e T h o us a n d o ne H u nd red S eve n ty T h ree o n ly
Say Rs.1,85,173/-

Sub D ron al Engineer, Exec U tve Engineer,


S/l Sub pivision No.2, Project P.H. Division No. 1
Ctrndigu_ Chagdigarhr,\--
'fr,91r,
Annexure tl'
Proforma for Earnest Money Deposit Declaration

Whereas, I/We (name of agency)

have submitted bids for (Name of

work)

I / We hereby submit following declaration in lieu of submitting Earnest Money Deposit.

(l) If after the opening of tender, I / We withdraw or modiff mylour bid during the period of
validity of tender (including extended validity of tender) specified in the tender documents,

Or

(2) If, after the award of work, I / We fail to sign the contract, or to submit performance guarantee

before the deadline defined in the tender documents,

I / We shall be suspended for one year and shall not be eligible to bid for CPWD tenders from date

of issue of suspension order.

Signature of contractor (s)

Signature Not Verified


Digitally signed by PARSHOTAM KUMAR
Date: 2021.06.18 14:54:58 IST
Location: Chandigarh

You might also like