0% found this document useful (0 votes)
37 views52 pages

Tender Document

The document outlines the tender process for the repair and renovation of the Staff Training College (STC-1) in Lucknow, with an estimated cost of ₹2,94,62,628. It includes eligibility criteria for bidders, instructions for e-tendering, and details on the submission of bids and earnest money deposits. The project focuses on the SITC of Audio/Video systems and requires specialized contractors with previous experience in similar works.

Uploaded by

sachmbi0
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)
37 views52 pages

Tender Document

The document outlines the tender process for the repair and renovation of the Staff Training College (STC-1) in Lucknow, with an estimated cost of ₹2,94,62,628. It includes eligibility criteria for bidders, instructions for e-tendering, and details on the submission of bids and earnest money deposits. The project focuses on the SITC of Audio/Video systems and requires specialized contractors with previous experience in similar works.

Uploaded by

sachmbi0
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

1

INDEX

NameofWork: Repair/Renovation of staff Training College (STC-1) at Vibhuti Khand


Gomti Nagar, Lucknow (SH:- SITC of Audio / Video System)

1 INDEX : 1

2 INFORMATION & INSTRUCTIONS FOR CONTRACTORS FOR E-TENDERING : 2-4

3 RECEIPT OF DEPOSITION OF ORIGINAL EMD (ANNEXURE-I) : 5

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

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

6 INTEGRITY PACT : 20-23

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

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

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

10 MILE STONE CHART : 28

11 TERMS AND CONDITION & PREFERRED MAKE LIST AND SCHEMATIC DRAWING : 29-39

12 SCHEDULE OF QUANTITY : 40-51

13 ELIGIBILITY BID : 52

NIT No.: 175/EE(E)/LKO/2024-25 containing 1 to 52 pages is here by approved for


₹2,94,62,628/- (Rupees Two Crore Ninety-Four Lacs Sixty-Two Thousand Six Hundred
Twenty-Eight only)

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

ds0yks0fu0fo0 CPWD-6
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR E-TENDERING FORMING
PART OF BID DOCUMENT
(Applicable for inviting open bids)
PERCENTAGE RATE TENDER
Executive Engineer (E.), Lucknow Electrical Division, C. P. W. D., 2nd floor, Kendriya
Bhawan, Aliganj, Lucknow, invites on behalf of President of India, Percentage rate online e-tenders
from OEM/Specialised agencies/ CPWD contractors who possess the necessary eligibility criteria
/ experience for specialised work in the field of SITC of Audio / Video System in Two bid system i.e
eligibility bid and price bid as per eligibility criteria for following works.
Name of work and location Last date Time & Time &
& time of date of date of

Estimated cost put to tender

Completion of work (in months)


Submissio openin opening
n of g of of Price

Stipulated Period of
Eligibility eligibili bid

Earnest Money
& price ty bid
NIT No.
S.NO.

bids, copy
of
uploading
EMD and
other
documents
as specified
in the bid
document.
1 2 3 4 6 7 8 9
Repair/Renovation of staff Price bid

Upto 15:00 Hours on


Training College (STC-1) at shall be
1
175/EE(E)/LKO/2024-25

at 15:30 Hours on
Vibhuti Khand Gomti Nagar, opened
₹2,94,62,628/-

27.02.2025

27.02.2025
after
06 Months
₹ 5,89,253/-

Lucknow (SH:- SITC of Audio /


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

(i) Three similar completed work of value not less than 40% of estimated cost put to tender.
OR
Two similar completed work of value not less than 60% of estimated cost put to tender.
OR
One similar completed work of value not less than 80% of estimated cost put to tender.
Similar work shall means work of “SITC of Audio / Video System”. The values of executed
work shall be brought to current costing level by enhancing the actual value of work at simple
rate of 7% per annum; calculated from the date of completion to previous day of last day of
submission of tenders.
(b) Should have Average annual financial turnover on above works should be at least 50% of the
estimated cost put to tender during the immediate last three consecutive financial years.

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

(c) should not have incurred any loss (profit after tax should be positive) in more than two years during
available last five consecutive balance sheet, duly audited and certified by the Chartered Accountant.
(d) Should have a Banker's Certificate from a commercial Bank or Net worth certificate from certified
Chartered Accountants with Unique Document Identification Number (UDIN) of minimum 10% of the
estimated cost put to tender.
(e) Should have bidding capacity equal to or more than the estimated cost of the work put to tender.
The bidding capacity shall be worked out by the following formula:
Bidding Capacity = {[AxNx1.5]-B}
Where,
A = Maximum turnover in construction works executed in any one year during the last seven years
taking into account the completed as well as works in progress. The value of completed works
shall be brought to current costing level by enhancing at a simple rate of 7% per annum.
N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments of ongoing works during the period of execution of work for which
bids have been invited.
2. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit
his bid if he considers himself eligible and he is in possession of all the documents required.
3. Information and Instructions for bidders posted on website shall form part of bid document.
4. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents can be seen and downloaded from https://etender.cpwd.gov.in/login.html free of
cost.
5. But the bid can only be submitted after deposition of original EMD either in the office of Executive
Engineer inviting bids or division office of any Executive Engineer, CPWD within the period of bid
submission and uploading the mandatory scanned documents such as Demand draft or Pay order or
Bankers Cheque or Deposit at call Receipt or Fixed Deposit Receipts and Bank Guarantee of any
scheduled Bank towards EMD in favour of Executive Engineer as mentioned in NIT, receipt for
deposition of original EMD to division office of any Executive Engineer (including NIT issuing EE/ AE),
CPWD and other documents as specified.
6. Those contractors not registered on the website mentioned above, are required to get registered
beforehand. If needed they can be imparted training on online bidding process as per details available
on the website.
7. The intending bidder must have valid class-III digital signature to submit the bid.
8. On opening date, the contractor can login and see the bid opening process. After opening of bids he
will receive the competitor bid sheets.
9. Contractor can upload documents in the form of JPG format and PDF format.
10. Contractor must ensure to quote rate in the column (5) meant for quoting rate in figures appears in
pink colour and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is left blank the
same shall be treated as “0”. Therefore, if any cell is left blank and no rate is quoted by the bidder, rate
of such item shall be treated as “0” (ZERO).
However, If a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section / sub head in percentage
rate tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.
11. SC/ST contractors enlisted under class V category are exempted from processing fee payable to ITI.
List of Documents to be scanned and uploaded within the period of bid submission: -
i. Treasury Challan/Demand Draft/Pay order or Banker’s Cheque/Deposit at Call Receipt/FDR/Bank
Guarantee of any Scheduled bank against EMD. (drawn in favour of Executive Engineer (E), LCED,
CPWD, Lucknow)
ii. Copy of receipt for deposition of original EMD issued from division office of any Executive Engineer,
CPWD (The EMD document shall be issued from the place in which the office of receiving division
office is situated).
iii Copy of PAN Card.
C
I NIL
O AE(E)(P)
4

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

Form “B-1”

FORM FOR CERTIFICATE OF NETWORTH FROM CHARTERED ACCOUNTANT

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

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


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

Date and Seal_________________________________________


ix. Financial :-

Information (Form-A)

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

Financial year

(b) Gross Annual Turn Over on construction work.


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

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

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

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

1. Name of Work: Repair/Renovation of staff Training College (STC-1) at Vibhuti


Khand Gomti Nagar, Lucknow (SH:- SITC of Audio / Video
System)

2. NIT No.: 175 /EE(E)/LKO/2024-25

3. Estimated Cost: Rs. 2,94,62,628/-

4. Amount of Earnest Money Deposit: Rs. 5,89,253/-

5. Last date & Time of submission of Bid: …27.02.2025………………..

Name of Contractor: …………...........


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

………………………….……………………………………………….

Signature, Name and Designation of EMD


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

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

ds0yks0fu0fo0&6 CPWD - 6
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
CPWD-6 FOR E- TENDERING
1- Percentage rate online bids are invited on behalf of President of India from OEM/specialised
agencies/CPWD contractors who possess the necessary eligibility criteria / experience for specialised
work in the field of SITC of Audio / Video System in Two bid system i.e eligibility bid and price bid as
per eligibility criteria for following works.
Repair/Renovation of staff Training College (STC-1) at Vibhuti Khand Gomti Nagar, Lucknow (SH:- SITC of
Audio / Video System).
The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of submission of bid is extended, the enlistment of contractor should be valid on the
original date of submission of bids.
1.1 The work is estimated to cost ₹2,94,62,628/-. This estimate, however, is given merely as a
rough guide.
1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major
discipline will consolidate NITs for calling the bids. He will also nominate Division which will
deal with all matters relating to the invitation of bids. For composite bid, besides indicating the
combined estimated cost put to bid, should clearly indicate the estimated cost of each
component separately. The eligibility of bidders will correspond to the combined estimated
cost of different components put to bid.
1.2 Intending bidders is eligible to submit the bid provided he has definite proof from the
appropriate authority, which shall be to the satisfaction of the competent authority, of having
satisfactorily completed similar works of magnitude specified below:
Criteria of eligibility for submission of bid documents
1.2.1 Conditions for Non-CPWD registered contractors only, if bids are also open to non-CPWD contractors.
For works estimated cost upto tendering limit of class -I Buildings & Roads (erstwhile Composite/
Building/ infrastructure) category Contractor (However, for Horticulture category, it may be modified as
per bidding limit of CPWD class I contractors of Horticulture category).
(i) Three similar works each of value not less than Rs...................... or two similar works each of
value not less than Rs...................... or one similar work of value not less than
Rs...................... (all figures rounded to nearest convenient figure) during the last 7 years
ending last day of the month previous to the one in which tenders are invited.
(ii) For EPC tender under Mode- l/ll only (Applicable for CPWD enlisted contractors of appropriate
class also). One completed work costing not less than Rs. …. executed with the structural
system technology as proposed by bidder in the letter of transmittal during the last 7 years
ending last day of the month previous to the one in which tenders are invited. This work can
be part of eligible work at 1.2.1 (i) above or as a separate work.
Note:-
For works costing above tendering limit of class –II composite category Contractor but upto
tendering limit of Clause-I composite category Contractor (However, for Horticulture and
Furniture etc discipline, it may be modified as per bidding limit of CPWD class II and CPWD
Class I contractors respectively of respective discipline as the case may be) when bids are
open to non-CPWD contractors also, then class II contractors of CPWD registered shall also
be eligible if they satisfy the eligibility criteria specified in 1.2.1 above.
1.2.2 Criteria of eligibility for CPWD as well as non-CPWD contractors
(i) Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures are not
accepted. [1(b), 1(c) & 1(d) are not applicable for CPWD enlisted contractors of appropriate class.
1(a)(i) and 1(e) are applicable for CPWD enlisted contractors also].
(b) Should have satisfactorily completed the works as mentioned below during the last Seven years ending
last day of the month previous to the one in which tenders are invited.

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

(ii) Three similar completed work of value not less than 40% of estimated cost put to tender.
OR
Two similar completed work of value not less than 60% of estimated cost put to tender.
OR
One similar completed work of value not less than 80% of estimated cost put to tender.
Similar work shall means work of “SITC of Audio / Video System”. The values of executed
work shall be brought to current costing level by enhancing the actual value of work at simple
rate of 7% per annum; calculated from the date of completion to previous day of last day of
submission of tenders.
(b) Should have Average annual financial turnover on above works should be at least 50% of the
estimated cost put to tender during the immediate last three consecutive financial years.
(c) should not have incurred any loss (profit after tax should be positive) in more than two years during
available last five consecutive balance sheet, duly audited and certified by the Chartered Accountant.
(d) Should have a Banker's Certificate from a commercial Bank or Net worth certificate from certified
Chartered Accountants with Unique Document Identification Number (UDIN) of minimum 10% of the
estimated cost put to tender.
(e) Should have bidding capacity equal to or more than the estimated cost of the work put to tender.
The bidding capacity shall be worked out by the following formula:
Bidding Capacity = {[AxNx1.5]-B}
Where,
A = Maximum turnover in construction works executed in any one year during the last seven years
taking into account the completed as well as works in progress. The value of completed works
shall be brought to current costing level by enhancing at a simple rate of 7% per annum.
N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments of ongoing works during the period of execution of work for which
bids have been invited.
(iii) For EPC tender under Mode- l/ll/III and for all construction works (Applicable for CPWD enlisted and
non CPWD contractors).
One completed work costing not less than Rs …………..executed with the structural system
technology as proposed by bidder in letter of transmittal during the last 7 years ending last day of the
month previous to the one in which tenders are invited. This work can be part of eligible work at 1.2.2
(i) above or as a separate work.
Or
If the bidder does not have adequate experience of opted technology then the bidder can
associate with contractor having requisite experience of executing work in structural system with the
opted technology. Bidder has to submit MoU in the prescribed format (Anexure-68 of SOP) with such
associate contractor, along with his tender, for structural system in opted technology only. The
associated contractor must satisfy the eligibility criteria of having successfully completed one work of
opted technology having the cost of structural system not less than 20% of the estimated cost put to
tender during the last seven years ending last day of month previous to the one in which tender is
invited.
In case separate cost of structural system of a particular technology is not available in the experience
certificate of associated contractor, it will be taken as 30% of completed cost of project/work.
Associated contractor should not have been debarred from any Ministry or any govt. organization in
the last five years.
The value of executed works shall be brought to current costing level by enhancing the actual value of
work at simple rate of 7% per annum, calculated from the date of completion to previous day of last
day of submission of bid.
To become eligible for issue of bid, the bidders shall have to furnish an affidavit as under: -
I/We undertake and confirm that eligible similar works(s) has/have not been got executed through
another contractor on back-to-back basis. Further that, if such a violation comes to the notice of

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

ds0yks0fu0fo0&6 CPWD - 6
Department, then I/we shall be debarred for bidding in CPWD in future forever. Also, if such a violation
comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to
forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. (Scanned copy to be
uploaded at the time of submission of bid).
1.2.3 When bids are invited from non CPWD contractors and CPWD class II contractors as per provisions of
clause 1.2.1 above, it will be mandatory for non CPWD contractors and CPWD class-II contractors to
upload the work experience certificate(s) and the affidavit as per the provisions of clause 1.2.2.
But for such bids, Class-I contractors of CPWD are eligible to submit the bids without submission of
work experience certificate and affidavit. Therefore, CPWD class-I contractors shall upload two
separate letters for experience certificate and affidavit that these documents are not required to be
submitted by them. Uploading of these two letters is mandatory otherwise system will not clear
mandatory fields.
1. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 7/8 (or other
Standard Form as mentioned) which is available as a Govt. of India Publication and also available on
website www.etender.cpwd.gov.in. Bidders shall quote his rates as per various terms and conditions
of the said form which will form part of the agreement.
2. The time allowed for carrying out the work will be 06 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.
3. (i) The site for the work is available.
OR
The site for the work shall be made available in parts as specified below:
…………………………………………………………………………………….
(ii) The architectural and structural drawing for the work is available
OR
The architectural and structural drawings shall be made available in phased manner, as per
requirement of the same as per approved programme of completion submitted by the
contractor after award of work.
4. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents except Standard General Conditions of Contract Form can be seen on website
https://etender.cpwd.gov.in/login.html free of cost.
5. 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.
6. 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.
7. When bids are invited in three stage system and if it is desired to submit revised financial bid then it
shall be mandatory to submit revised financial bid. If not submitted then the bid submitted earlier shall
become invalid.
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 (E), LCED,
CPWD, Lucknow) shall be scanned and uploaded to the e-tendering website within the period of bid
submission. The original EMD should be deposited either in the office of Executive Engineer inviting
bids or division office of any Executive Engineer, CPWD within the period of bid submission. The EMD
receiving Executive Engineer (including NIT issuing EE/AE) shall issue a receipt of deposition of
earnest money deposit to the bidder in a prescribed format (enclosed) uploaded by tender inviting EE
in the NIT.
A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum 50%
of earnest money or Rs. 20 lac, whichever is less, shall have to be deposited in shape prescribed
above, and balance may be deposited in shape of Bank Guarantee including e- Bank Guarantee of
any Commercial bank having validity for a period of 90 days for single.

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

ds0yks0fu0fo0&6 CPWD - 6
bid works and 180 days for two bid system or more from the last date of receipt of bids which is to be
scanned and uploaded by the intending bidders.
The earnest money given by all the tenderers except the lowest tenderer shall be refunded
immediately after the expiry of stipulated bid validity period or immediately after acceptance of the
successful bidder, whichever is earlier. However, in case of two/ three bid system, earnest money
deposit of bidders unsuccessful during technical bid evaluation etc. should be returned within 30 days
of declaration of result of technical bid evaluation.
Copy of Enlistment Order and certificate of work experience and other documents as specified in the
notice inviting e- tender shall be scanned and uploaded on the e-Tendering website within the period
of bid submission. However, certified copy of all the scanned and uploaded documents as specified in
e- tender notice shall have to be submitted by the lowest bidder within a week physically in the office
of tender opening authority. Online bid documents submitted by intending bidders shall be opened
only of those bidders, who has deposited EMD with any division of CPWD and other documents
scanned and uploaded are found in order.

The bid submitted shall be opened at 03:30 PM on 27.02.2025.


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 of 5% (Five
Percent) of the bid amount within the period specified in Schedule F. This guarantee shall be in the
form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt or Bank
Guarantee from any of the Commercial Banks in accordance with the prescribed form. In case the
contractor fails to deposit the said performance guarantee within the period as indicated in Schedule
'F', including the extended period if any, the Earnest Money deposited by the contractor shall be
forfeited automatically without any notice to the contractor. The earnest money deposited along with
bid shall be returned after receiving the aforesaid performance guarantee. The contractor whose bid is
accepted will also be required to furnish either copy of applicable licenses/ registrations or proof of
applying for obtaining labour licenses, registration with EPFO, ESIC and BOCW Welfare Board
including Provident Fund Code No. If applicable and also ensure the compliance of aforesaid
provisions by the sub-contractors, if any engaged by the contractor for the said work within the period
specified in Schedule F.
11. The description of the work is as follows: -
Repair/Renovation of staff Training College (STC-1) at Vibhuti Khand Gomti Nagar, Lucknow
(SH:- SITC of Audio / Video System).
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.
C
I NIL
O AE(E)(P)
10

ds0yks0fu0fo0&6 CPWD - 6
will be issued to him by the Government and local conditions and other factors having a bearing on the
execution of the work.
12. The competent authority on behalf of the President of India does not bind itself to accept the lowest or
any other bid and reserves to itself the authority to reject any or all the bids received without the
assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any
condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.
13. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids
submitted by the contractors who resort to canvassing will be liable for rejection.
14. The competent authority on behalf of President of India reserves to himself the right of accepting the
whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.
15. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in
which his near relative is posted a Divisional Accountant or as an officer in any capacity between the
grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the
names of persons who are working with him in any capacity or are subsequently employed by him and
who are near relatives to any gazetted officer in the Central Public Works Department or in the
Ministry of Housing and Urban Affairs. Any breach of this condition by the contractor would render him
liable to be removed from the approved list of contractors of this Department.
16. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or Administrative
duties in an Engineering Department of the Government of India is allowed to work as a contractor for
a period of one year after his retirement from Government service, without the prior permission of the
Government of India in writing. This contract is liable to be cancelled if either the contractor or any of
his employees is found any time to be such a person who had not obtained the permission of the
Government of India as aforesaid before submission of the bid or engagement in the contractor's
service.
17. The bids for the work shall remain open for acceptance for a period of 30 (thirty) days from the date of
opening of bids in case of single bid system and 75 (seventy-five) days from the date of opening of
technical bids in case bids are invited in 2 or 3 bid system. Further
(i) If any tenderer withdraws his tender or makes any modification in the terms & conditions of
the tender which is not acceptable to the department within 7 days after last date of
submission of bids, then the Government shall without prejudice to any other right or remedy,
be at liberty to forfeit 50% of the earnest money absolutely irrespective of letter of acceptance
for the work is issued or not.
(ii) If any tenderer withdraws his tender or makes any modification in the terms & conditions of
the tender which is not acceptable to the department after expiry of 7 days after last date of
submission of bids, then the Government shall without prejudice to any other right or remedy,
be at liberty to forfeit 100% of the earnest money absolutely irrespective of letter of
acceptance for the work is issued or not.
(iii) In case of forfeiture of earnest money as prescribed in para (i) and (ii) above, the bidders shall
not be allowed to participate in the rebidding process of the same work.
18. This notice inviting Bid shall form a part of the contract document. The successful bidders/ contractor,
on acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of
start of the work, sign the contract consisting of: -
(a) The Notice Inviting Bid, all the documents including additional conditions, specifications and
drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the
rates quoted online at the time of submission of bid and acceptance thereof together with any
correspondence leading thereto.
(b) Standard C.P.W.D. Form 7/8 or other Standard C.P.W.D. Form as applicable.
19. For Composite Bids: -
19.1.1 The Executive Engineer in charge of the major component will call bids for the composite work. The
cost of bid document will be fixed with respect to the combined estimated cost put to tender for the
composite bid.
19.1.2 The bid document will include following three components:

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

ds0yks0fu0fo0&6 CPWD - 6
Part A:- CPWD-6, CPWD-7/8 including schedule A to F for the major component of
the work, Standard General Conditions of Contract for CPWD 2014 as
amended/ modified up to date.
Part B:- General / specific conditions, specifications and schedule of quantities
applicable to major component of the work.
Part C:- Schedule A to F for minor component of the work. Competent authority under
clause 2 and clause 5 shall be same authority as mentioned in schedule A to
F for major components), General/specific conditions, specifications and
schedule of quantities applicable to minor component(s) of the work.
19.1.3 The bidders must associate himself, with agencies as per NIT conditions.
19.1.4 The eligible bidders shall quote rates for all items of major component as well as for all items of minor
components of work.
19.1.5 After acceptance of the bid by competent authority, the EE in charge of major component of the work
shall issue letter of award on behalf of the President of India. After the work is awarded, the main
contractor will have to enter into one agreement with EE in-charge of major component and has also
to sign two or more copies of agreement depending upon number of EE’s/DDH in-charge of minor
components. One such signed set of agreement shall be handed over to EE/DDH in-charge of minor
component(s).
EE of major component will operate Part A and Part B of the agreement. EE/DDH in-charge of minor
component(s) shall operate Part C alongwith Part A of the agreement.
19.1.6 Entire work under the scope of composite bid including major and all minor components shall be
executed under one agreement.
20.1.7 Security Deposit will be worked out separately for each component corresponding to the estimated
cost of the respective component of works.
19.1.8 The main contractor has to associate agencies for specialized components (s) conforming to eligibility
criteria as defined in the bid document and has to submit detail of such agency(s) to Engineer-in-
charge of relevant component(s) within prescribed time. Name of the agency(s) to be associated shall
be approved by Engineer-in-charge of relevant component(s).
19.1.9 In case the main contractor intends to change any of the above agency/agencies during the operation
of the contract, he shall obtain prior approval of Engineer-in-charge of relevant specialized
component(s).
The new agency/agencies shall also have to satisfy the laid down eligibility criteria. In case Engineer-
in-charge is not satisfied with the performance of any agency, he can direct the contractor to change
the agency executing such items of work and this shall be binding on the contractor.
19.1.10 The main contractor has to enter into MoU with agency(s) associated by him. Copy of such MoU shall
be submitted to EE/ DDH in charge of each relevant component as well as to EE-in-charge of major
component. In case of change of associate contractor, the main agency(s) has to enter into
MoU/agreement with the new contractor associated by him.
19.1.11 Running payment for the major component shall be made by EE of major discipline to the main
contractor. Running payment for minor components shall be made by the Engineer-in-Charge of the
discipline of minor component directly to the main contractor. The CMB shall be maintained
independently by Engineer-in-Charge of major and minor components.
19.1.12A. The composite work shall be treated as complete when all the components of the work are
complete. The completion certificate of the composite work shall be recorded by Engineer-in-
charge of major component after record of completion certificate of all other components.
19.1.12B. Final bill of whole work shall be finalized and paid by the EE of major component.
Engineer(s) in charge of minor component(s) will prepare and pass the final bill for their
component of work and pass on the same to the EE of major component for including in the
final bill for composite contract.
20. Integrity Pact: The contractor shall download the Integrity Pact, which is a part of tender documents,
affix his signature in the presence of a witness, and upload the same while submitting online
bids for all works of estimated cost put to tender equal or more than the threshold value given in
Schedule-F. In the event of his failure to sign and upload the Integrity Pact along with other bid
documents, his bid shall be rejected.
21. 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
C
I NIL
O AE(E)(P)
12

ds0yks0fu0fo0&6 CPWD - 6
Engineer (Phone no *.........., e- mail Id *..............) or ERP helpline no. 18001803286 or e-mail ld
cpwd.support@techmahindra.com. The e- tendering bidders are also advised not to wait to raise any
issues till the last date of submission of bid in their own interest.
*To be filled in by NIT approving authority.
22. Price Preference to SC/ST individual contractor for item rate/percentage rate tender:
Price preference in quoted item rate/percentage rate tender shall be applicable to the individual
enlisted/non-enlisted SC/ST contractor as under: -
(i) For work(s) upto and equal to an estimated cost of Rs. 2.70 lakh a price preference upto 5% (with
reference to the lowest valid tender) may be allowed in favor of individual SC/ST enlisted/non-enlisted
contractor. No earnest money is required in such case(s).
(ii) For work(s) beyond an estimated cost of Rs. 2.70 lakh and upto and equal to estimated cost of Rs.
6.20 lakh, the price preference upto 5% (with reference to the lowest valid tender) may be allowed in
favour of individual enlisted SC/ST contractor. However, earnest money at a reduced rate of ½% may
be accepted in such cases.
The price preference upto 5% (with reference to the lowest valid price bid) may be allowed in favour of
individual SC/ST contractor only. The above concession shall be allowed only after verification of the individual
contractor's claim of belonging to SC/ST community.

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

CPWD – 7/8 CPWD


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

(A) Tender for the work of:-

Repair/Renovation of staff Training College (STC-1) at Vibhuti Khand Gomti Nagar, Lucknow
(SH:- SITC of Audio / Video System)

(i) To be submitted by 3:00 P.M. hours on 27.02.2025 to Executive Engineer (E), C.P.W.D.,
Lucknow.

(ii) To be opened in presence of tenderers who may be present at 03.30 PM on 27.02.2025 in the
office of Executive Engineer(E), C.P.W.D., Lucknow.

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

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

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

Date of Issue ……………………….

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

I/We hereby tender for the execution of the work specified for the President of India within the time
specified in Schedule ‘F’ viz., schedule of quantities and in accordance in all respect with the
specifications, designs, drawing and instructions in writing referred to in Rule-1 of General Rules and
Directions and in Clause 11 of the Conditions of contract and with such materials as are provided
for, by, and in respect of accordance with, such conditions so far as applicable.

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

GCC2023 AMENDED UPTO DATE.

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

CPWD – 7/8 CPWD


A sum of ₹ 5,89,253/- is hereby forwarded in cash ……………. at liberty to forfeit the said
earnest money absolutely. Further, if I/We fail to commence work as specified, I/We agree
that President of India or the successors in office shall without prejudice to any other right or
remedy available in law, be at liberty to forfeit the said performance guarantee absolutely.
The said Performance Guarantee shall be a guarantee to execute all the works referred to
in the tender documents upon the terms and conditions contained or referred to those in
excess of that limit at the rates to be determined in accordance with the provision contained
in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case of forfeiture of
Earnest Money or Performance Guarantee as aforesaid, I/We shall be debarred for
participation in the re-tendering process of the work.
I/We undertake and confirm that eligible similar work(s) has/have not been got executed
through another contractor on back to back basis. Further that, if such a violation comes to
the notice of Department, then I/We shall be debarred for tendering in CPWD in future
forever. Also, if such a violation comes to the notice of Department before date of start of
work, the Engineer-in-Charge shall be free to forfeit the entire amount of Performance
Guarantee.
I/We hereby declare that I/We shall treat the tender documents drawings and other records
connected with the work as secret/confidential documents and shall not communicate
information/derived there from to any person other than a person to whom I/We am/are authorized to
communicate the same or use the information in any manner prejudicial to the safety of the State.

Dated: Signature of Contractor

Witness: Postal Address


Address:

Occupation:

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

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

(b)

(c)
For & on behalf of President of India

Signature …………………………………

Dated: Designation ………………………………….

GCC2023 AMENDED UPTO DATE.

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

PROFORMA OF SCHEDULES CPWD CPWD

(Separated Performa for Civil, Elect. & Hort. Works in case of Composite Tenders)
Name of Work:- Repair/Renovation of staff Training College (STC-1) at Vibhuti Khand Gomti
Nagar, Lucknow (SH:- SITC of Audio / Video System)

SCHEDULE ‘A’
Schedule of Quantities (as per PWD-3) As per separate sheets attached for Work.

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

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

Name of Work: Repair/Renovation of staff Training College (STC-1) at Vibhuti Khand Gomti
Nagar, Lucknow (SH:- SITC of Audio / Video System)

Estimated cost of work: ₹2,94,62,628/-


Earnest Money : ₹ 5,89,253/-
ii) Performance Guarantee: 5% of tendered value

iii) Security deposit : 2.5% of the tendered value


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

Maximum percentage for quantity


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

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

PROFORMA OF SCHEDULES

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

2(vii) Accepting Authority


Chief Engineer(E), Lucknow,

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


15%
all overheads and profits
2(xi) Standard Schedule of Rates:
Electrical Items of Work: Schedule of rates DSR– 2022 & MR with correction slip
last date previous to date of submission of tenders.

2(xii) Department: Central Public Works Department


9(ii) Standard CPWD contract Form GCC 2023, GCC 2023 for Maintenance work with correction slip
CPWD Form 7/8 as modified & Corrected last date previous to date of submission of tenders.
upto:

Clause 1 i) Time allowed for submission of Performance


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

Clause 2 Authority for fixing Compensation under Chief Engineer, Lucknow


Clause 2

Clause 5 Applicable
(i) Number of days from the date of issue of 10 Days or date of handing over
letter of acceptance for reckoning date of start of site which ever is later.
(ii) Time allowed for execution of work 06 Months
(iii) Mile stones See on Page No. 28

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

C
I NIL
O AE(E)(P)
17
PROFORMA OF SCHEDULES

Authority to decide:

(i) Extension of time Engineering-in-charge of major component of work or successor thereof (The
ultimate authority to decide final extension of time case is Chief Engineer (Lucknow), CPWD,
Lucknow)
(ii) Rescheduling of mile stones Chief Engineer, Lucknow
(iii) Shifting of date of start in case of delay in handing over of site Chief Engineer, Lucknow.

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

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

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


Clause 7

Gross work to be done together with net payment


/adjustment of advances for material collected,
If any, since the last such payment for being
Eligible to interim payment Rs.50/-lacs.

Clause 7A

Whether clause 7A shall be applicable Yes


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

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

Clause 10 C Not Applicable


Clause 10 CC Applicable/Not Applicable : Not
Applicable
Schedule of component of other Material, labour,
etc. for price escalation, Component of Civil (except
Material covered under clause 10CA)/Electrical N.A.
construction value of work
(ii) Component of Lobour:
expressed as percent of total value of component
work.

C
I NIL
O AE(E)(P)
18
PROFORMA OF SCHEDULES

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


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

Clause 11 CPWD specifications for Electrical works Part I Internal –


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

Clause 12

As per GCC-2023 for Maintenance Work with correction slip last date previous to
date of submission of tenders.

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

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

Clause 19C Authority to decide penalty for each default


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

Clause 19G Authority to decide penalty for each default

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

Clause 25
(i) Conciliator : ADG (Lucknow), CPWD, Lucknow

(ii) Arbitrator appointing Authority : Chief Engineer (Lucknow)

(iii) Place of Arbitration : Lucknow

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

PROFORMA OF SCHEDULES

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

Experience
Discipline

Minimum

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

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


Engineer Representative/Billing/Site/Quality years No per month Thousand per
or Engineer or + per person month per person
Diploma 5 1
Engineer years No

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

Clause 38

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

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


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

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


than Rs. 25 lakhs

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

c) Steel reinforcement and structural steel Sections for


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

d) All other materials Nil

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

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


THE RELEVANT CONTRACT OF BEHALF OF CPWD.

INTEGRITY AGREEMENT
This Integrity Agreement is made at………….on this……..day of……………20…..

BETWEEN

President of India represented through Executive Engineer……………………………….,


(Name of Division)
CPWD…………………………………………………………..,(Hereinafter referred as the
(Address of Division)
‘Principal/Owner’, which expression shall unless repugnant to the meaning or context hereof include its
successors and permitted assigns)
AND
………………………………………………………………………………………..
(Name and Address of the Individual/firm/Company)
Through……………………………………………………………….. (Hereinafter to as the
(Details of duly authorized signatory)
“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context hereof include
its successors and permitted assigns)

Preamble

WHEREAS the Principal /Owner has floated the Tender (NIT No………………………......) (hereinafter
referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract for
………………………………………………………………………………………………..
(Name of work)
hereinafter referred to as the “Contact”.

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

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

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

Article 1: Commitment of the Principal/Owner

1) The Principal /Owner commits itself to take all measures necessary to prevent corruption and to
observe the following principles:
a) No employee of the Principal/Owner, personally or through any of his/her family members, will in
connection with the Tender, or the execution of the Contract, demand, take a promise for or
accept, for self or third person, any material or immaterial benefit which the person is not legally
entitled to.

b) The Principal/Owner will, during the Tender process treat all bidder(s) with equity and reason.
The Principal/Owner will, in particular, before and during the Tender process, provide to all
Bidder(s) the same information and will not provide to any Bidder(s) could obtain an advantage in
relation to the Tender process or the Contract execution.

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

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

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

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

1) It is required that each Bidder/Contractor (including their respective officers, employees and agents)
adhere to the highest ethical standards and report to the Government/Department all suspected acts of
fraud or corruption or Coercion or Collusion of which it has knowledge or becomes aware, during
the tendering process and throughout the negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent corruption. He
commits himself to observe the following principles during his participation in the Tender process and
during the Contract execution:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise
or give to any of the Principal/Owner’s employees involved in the Tender process or execution of
the Contract or to any third person any material or other benefit which he/she is not legally
entitled to, in order to obtain exchange any advantage of any kind whatsoever during the Tender
process or during the execution of the Contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.

c) The Bidder(S)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further
the Bidder(S)/Contract(s) will not use improperly, (for the propose of completion or personal
gain), or pass on to others, any information or documents provided by the Principal/Owner as part
of the business details, including information contained or transmitted electronically.

d) The Bidder(s)/Contractor(s) of foreign original shall disclose the names and addresses of
agents/representatives of India, if any. Similarly Bidder(s)/Contractor(s) of India Nationality shall
disclose names and addresses of foreign agents/representatives, if any. Either the Indian agent on
behalf of the foreign principal or the foreign principal directly could bid in a tender on behalf of
one manufacturer along with the first manufacturer in a subsequent/parallel tender for the same
item.
e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender as per
Performa enclosed) any and all Payment he has made is committed to or intends to make to agents
brokers or any other intermediaries in connection with the award of the Contract.
3) The Bidder (s)/Contractor (s) will not instigate third persons to commit offences outlined above or be
an accessory to such offences.
4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in fraudulent
practice means a willful misrepresentation or omission of facts or submission of fake/forged
documents in order to induce public official to act in reliance thereof, with the purpose of

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

obtaining unjust advantage by or causing damage t justified interest of other and/or to influence
the procurement process to the detriment of the Government interest.

5) The Bidder (s)/Contractor (s) will not, directly or through any other person or firm use Coercive
Practices (means the act of obtaining something, compelling an action or influencing a decision
through intimidation, threat or the use of force directly or indirectly, where potential or actual injury
may befall upon a person, his/her reputation or property to influence their participation in the
tendering process).

Article 3: Consequences of Breach

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

1) If the Bidder/Contractor(s), either before award or during execution of Contract has committed a
transgression through a violation of Article 2above or in any other form, such as to put his reliability
or credibility in question, the Principal/Owner after giving 14 days notice to the contractor shall have
powers to disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate/determine the
Contract, if already executed or exclude the Bidder/Contractor from future contract award processes.
The imposition and duration of the exclusion will be determined by the severity of transgression and
determined by the Principal/Owner. Such exclusion may be forever or for a limited period as
decided by the Principal/Owner.

2) Performance Guarantee/Security Deposit: If the Principal/Owner has disqualified the Bidder(s)


from the Tender process prior to the award of the Contract or terminated/determine the contract or has
accrued the right to terminate/determine the contract according to Article 3(1), the Principal/Owner,
may in its considered opinion forfeit the entire amount of Earnest Money Deposit, Performance
Guarantee and Security Deposit of the Bidder/Contractor.
3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor,
or of an employee or a representative or an associate of a Bidder or Contractor which constitutes
corruption within the meaning of Indian Penal code IPC/Prevention of Corruption Act, or if the
Principal/Owner has substantive suspicion in this regard, the Principal/Owner will inform the same
law enforcing agencies for further investigation.
Article 4: Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other
Company in any country confirming to the anticorruption approach or with Central Government or
State Government or any other Central/State Public Sector Enterprises in India that could justify his
exclusion from the tender process.

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

3) If the Bidder/Contractor can prove that he has restored/recouped the damage caused by him and has
installed a suitable corruption prevention system, the Principal/Owner may, at its own direction,
revoke the exclusion prematurely.
Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in


conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s) of
the principles laid down in this agreement/Pact by any of its Sub-contractors/sub- vendors.

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

Article 6 Duration of the Pact

This Pact being when both the parties have legally signed it. Expires for the Contractor/Vendor 12
(Twelve) Month after the completion of work under the contract or till continuation of defect liability
period, whichever is more and for all other bidders, till the Contract has been awarded.
If any claims is made/lodged during the time, the same shall be binding and continue to be valid
despite the lapse of this Pacts as specified above, unless it is discharged/determined by the Competent
Authority, CPWD.
Article 7- Other Provisions
1) This pact is subject to Indian Law, place of performance and jurisdiction is the Headquarters of the
Division of the Principal/Owner, who floated the tender.
2) Changes and supplements need to be made in writing. Side agreements have not been made.
3) If the Contractor is a partnership of a consortium, this pact must be signed by all the partners or by one
or more partner holding power of attorney signed by all partners and consortium members. In case of a
Company, the Pact must be signed by a representative duly authorized by board resolution.
4) Should one or several provision of this Pact turn out to be invalid, the reminder of this pact remains
valid. In this case, the parties will strive to come to an agreement to their original intensions.
5) It is agreed term and condition that any dispute or difference arising between the parties with regard to
the terms of this Integrity agreement/Pact any action take by the Owner/Principal in accordance with
this Integrity Agreement/Pact or interpretation thereof shall not be subject to arbitration.
Article 8- LEGAL AND PRIOR RIGHTS
All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies
belonging to such parties under the Contract and/or law and the same shall be deemed to be cumulative and
not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree that
this Integrity Pact will have precedence over the Tender/Contact documents with regard any of the provisions
covered under this Integrity Pact.

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

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

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

WITNESSES:
1. ..............................................
(Signature, name and address)
2. ...............................................
(Signature, name and address)
Place:
Dated :

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

Annexure- ‘A’

FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

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

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

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

The payment so made by us under this bond shall be a valid discharge of our liability for payment
there under and the contractor(s) shall have no claim against us for making such payment.

4. We __________________________ (indicate the name of the bank) further agree that the guarantee
herein contained shall remain in full force and effect during the period that would be taken for the
performance of the said agreement and that it shall continue to be enforceable till all the dues of the
Government under or by virtue of the said agreement have been fully paid and its claims satisfied or
discharged or till engineer-in-charge on behalf of the government certified that the terms and
conditions of the said agreement have been fully and properly carried out by the said contractor(s) and
accordingly discharges this guarantee.

5. We ____________________________ (indicate the name of the bank) further agree with the
Government that The Government shall have the fullest liberty without our consent and without
effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said
agreement or to extend time of performance by the said contractor (s) from time to time or to postpone
for any time or from time to time any of the powers exercisable by the Government against the said
contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement
and we shall not be relieved from our liability by reason of any such variation, or extension being
granted to the said contractor(s) or for any forbearance, act of omission on the part of the Government
C
I NIL
O AE(E)(P)
25

or any indulgence by the Government to the said contractor(s) 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. This guarantee will not be discharged due to the change in the constitution of the Bank or the
contractor(s).

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

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


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

Dated the _______________________ day of _________________________ for


________________________________ (indicate the name of bank).

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

Annexure- ‘B’

AFFIDAVIT

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


(Name of work)

Agreement No._____________________dated_______from_________to____________

(Name of the Bank with full address) _________________________________________

the Assistant Engineer ____________________________________________________

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

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

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

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

engineer-in-charge.

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

guarantee if any.

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

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

ANNEXURE - II

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

2. Chase cutting machines. 2 Nos.

3. Electrical wire drawing equipment. 2 Set.

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

5. Conduit die set. 2 Set.

6. Pipe vice. 1 No.

7. Bench vice. 1 No.

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

9. Tong Tester. 1 No.

10. Multimeter. 1 No.

11. Hydraulically operated & hand 1 No.


operated crimping machine.

12. Earth tester. 1 No.

13. Portable Ordinary drilling machine. 2 Nos.

14. Portable Hammer drilling machine. 2 Nos.

15. Overhead conduit puller. 1 No.

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

Milestones of the Contract

Sl. Description of mile stone Period for Withheld amount


No. completion from for non-
date of start in achievement of
months mile stone.
1 Approval of Technical Data Sheet 15 days 1% of the accepted
and Drawings tendered value.

2 Supply of Audio/Video materials 90 days 2% of the accepted


including Video Wall tendered value.

3 Installation of Audio-Video System 150 days 1% of the accepted


tendered value

4 Testing and commissioning of 180 days 1% of the accepted


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

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

Terms & Conditions

1. All the work shall be carried out as per CPWD General specifications for Electrical & Civil works, amended
upto date and should also comply with relevant provisions of the Indian Electricity Rules and Acts as
applicable amended upto date.
2. The contractor is advised to visit the site & understand the scope of works before participate the bid. He
shall go through the technical as well as general terms & condition of NIT before finalize the bid.
3. All repairs & patch work shall be neatly carried out to match with the original finish & all damages
caused to the building installation during the execution of work shall have to be made good by the
contractor immediately at his own cost to the entire satisfaction of Engineer-In-Charge. In case
contractor fails to comply with the instructions of the Engineer-in-charge, Engineer-in-charge shallbe
at liberty to get the work done by any third agency and recover such amount paid from the bill(s)of the
contractor.
4. The contractor shall make his own arrangement for storing the material at site. Watch and ward of
material shall be responsibility of the contractor till the work is completed and installation is handed-
over to the department.
5. Contractor shall provide ploythene/ PVC plastic cover for all SDBs/ meter boards so as to protect them
rust/ damages during execution stage.
6. All debris/malba resulting due to electrical work shall be removed on daily basis and completion of the
work shall only be accepted after the site has been cleaned of all malba.
7. Makes of all items which are not covered in the schedule of work/additional specifications shall conform
to relevant Indian Standard/ International standards as applicable.
8. The contractor shall ensure that the staff employed by him for executing the elect. work possess the
valid elect. License issued by competent authority. Consequences arising due to the fault of the
contractor not complying with the above conditions will be the responsibility of the contractor.
9. Earthing lugs shall be provided for terminating copper wire /Aluminum cable/GI earth wire to all switch
board for which nothing extra shall be paid.
10. All concealed work and earthing shall have to be done in the presence of the Engineer-in-charge or his
authorized representative.
11. The schematic diagram/ dimensional drawings of the various electrical equipments/ switch boards/
cubical panel/ any other material shall be got approved from the engineer-in-charge and the same
shall be supplied accordingly.
12. The work shall be carried out according to drawing approved by the Engineer-in-charge. The layout once
approved can only be changed by the Engineer-in-charge as per requirement at site or to suit conditions.
It shall be the responsibility of the contractor to plan the layout and get the approval from the Engineer-
in-charge before execution of work.
13. The contractor shall check the site order book for any instructions of the Engineer-in-Charge or his
authorized representative and sign the site order book and ensure compliance with the instructions
recorded therein.
14. Nothing shall be paid on account of cartage.
15. No octroi exemption certificate will be issued by department.
16. The contractor will submit the drawing for approval by the department before dispatch of material.
17. The firm should have valid registration with GST and up to date GST return shall be filed.
18. Firm shall be registered with ESI & EPF scheme of Govt. of India.
19. The staff deployed on the work shall be the employees of the contractor. The contractor shall pay the
employees deployed on the work the Minimum wages and other admissible allowances as notified by
Govt. of Delhi from time to time through Bank or ECS or online transfer. Any increase in these rates
during the currency of the contract shall be borne by the contractor.
20. The contractor should provide the guarantee for the whole works for a period of 60.5 months from
the date of supply and should be responsible for safe working of whole installation for the 60 months
from the date of completion of agreement.

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

21. TERMS OF PAYMENTS


The following percentage of contract rates for the items included in the contract shall be payable
against the stage of work as per below criteria-
1. 70% of the contract value, of the sub work, on initial inspection and delivery of materials at site, in good
condition, on pro-rata basis.
2. 20% on completion of installation of the equipments and accessories pro-rata basis.
3. 10% on testing, commissioning, and handing over to the department.
22. GUARANTEE/WARRANTEE
The installation will be handed over to the department after necessary testing and commissioning. All
installations pertaining to complete Works as per contract shall be guaranteed for a period of 12 months
from the date of taking over the installation by the department, against unsatisfactory performance and/or
break down due to defective design, workmanship of material. The material shall include all material that is
required for the successful completion of the work. The equipments or components, or any part thereof, if
found defective during warrantee period shall be forthwith rectified/ repaired or replaced free of cost, to the
satisfaction of the Engineer-in-Charge. In case it is felt by the department that undue delay is being caused
by the contractor in doing this, the same will be got done by the department at the risk and cost of the
contractor. The decision of the engineer-in-charge in this regard shall be final & building on the contractor.
During the warrantee period, the contractor to whom the original work is awarded shall carry out
the routinemaintenance through Manufacturer / Authorised Service Agencies.
23. DISCREPANCY BETWEEN THE NOMENCLATURE OF ITEMS, SPECIFICATIONS, AND
/OR THE DRAWINGS
The following specifications are applicable for the work. In case of discrepancy between the nomenclature
of items, specifications, and /or the drawings or in case no specifications are specified (Refer clause 28 of
the General Conditions of the Contract amended up to date) the following order of preference shall be
observed:
i) Nomenclature of items including the scope of work as given in Schedule of Quantities of thistender.
ii) Technical / Particular Specifications, Special Conditions and other provisions of this tender.
iii) Drawings.
iv) CPWD Specifications (latest edition) with upto date correction slips issued upto the last date of the
month prior to month of submission of tender.
v) BIS Codes with latest revisions issued upto the last day of the month prior to month of submission of
tender.
vi) International standards and accepted international practices as approved and directed by Engineer- in-
Charge.
vii) Sound Engineering Practice as per directions of the Engineer-in-Charge.
If there are varying or conflicting provisions made in any document forming part of the contract, the
Engineer-in-Charge shall be the deciding authority about the intention/interpretation of the tender and his
decision shall be final and binding on the contractor.
24.The contractor shall submit the relevant test certificate from OEM at the time of supply of equipment.
25.The successful tenderer would be required to submit the following drawings after award of work for
approval before commencement of installation. Cost of these drawing deemed to be included in the rates
and nothing extra shall be paid on this account-
a. All general arrangement drawings.
b. Details of the equipment’s/ component hardware’s, software’s, single line diagram, installation drawings,
weight details i/c mounting/hanging arrangement, electrical load requirements, copy of standards and
compliance standards, data’s of power and communication cables, location details etc. of various
assembled equipment as may be needed for purpose of their work.

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

c. Complete layout dimensions with location of equipments for every unit/group of units with
dimensions required for erection purposes.
d. Any other drawing/information not specifically/mentioned above but deemed to be necessary
for the job by the contractor.
26. The successful tenderer should furnish well in advance three copies of detailed instructions and manuals
of manufactures for all items of equipments regarding installation, adjustments, operation and
maintenance including preventive maintenance and troubleshooting together with all the relevant data
sheets, spare parts catalogue and workshop procedure for repairs, assembly and adjustment etc all in
triplicate.
27. DURING INSPECTION AND TESTING
27.1 All major equipments shall be offered for initial inspection by the engineer-in-charge or officer
authorized by him at manufacturer’s works in India. The department may or may not inspect the
material at its discretion. The contractor will intimate the date of testing of equipments at the
manufacturer’s works before dispatch. Contractor shall make all arrangements for inspection of material
at works. The department reserves the right to get the equipment inspected by third party inspection
also. Such inspection shall be of following categories:

(a) Inspection of materials/ equipments to be witnessed at the manufacturer’s premises/ at its authorized
works in India, in accordance with relevant BIS/ Agreement Inspection Procedure.
(b) To receive material at site with manufacturer’s Routine & Type Test certificates.
(c) To inspect material at the authorized dealer’s go-down to ensure delivery of genuine material.
(d) To receive material after physical inspection at site.
27.2 Adequate care to ensure that only tested and genuine materials of proper quality are used in work
shall be ensured by firm. The firm shall ensure that:

(a) Material will be ordered and delivered at site only with the prior approval of the department. The
contractor shall, however, be responsible for timely delivery of material.

(b) As and when the order is placed for the items, it shall be endorsed to the engineer-in-charge along with
details of Agency, model no. and other delivery details including bills and challans.
28. COMPLIANCE WITH REGULATIONS AND INDIAN STANDARDS
Nothing in this specification shall be construed to relieve the successful tenderer of his responsibility for the
design, manufacture and installation of the equipment with all accessories in accordance with currently
applicable statutory regulations and safety codes.

29. SITE MAINTENANCE


The Contractor shall maintain the Sites in good order during the whole construction period. It is strictly
prohibited to bury any kind of waste materials, solid or liquid, in the ground. In the event of accidental
discharge of polluting materials, the Contractor shall take immediate mitigating action and shall
immediately inform the Client and the appropriate authorities.
30. PERSONAL PROTECTIVE EQUIPMENTS (PPEs)
30.1. The contractor shall provide required PPEs to workmen to protect against safety and/orhealth
hazards.
Primarily PPEs are required for the following protection.
i. Head Protection (Safety helmets)

C
I NIL
O AE(E)(P)
32

ii. Foot Protection (Safety footwear, Gumboot, etc.)


iii. Body Protection (High visibility clothing (waistcoat/jacket), Apron, etc)
iv. Personal fall protection (Full body harness, Rope-grap fall arrester, etc)
v. Eye protection (Goggles, Welders glasses, etc)
vi. Hand protection (Gloves, finger coats, etc.)
vii. Respiratory Protection (Nose mask, SCBAs, etc.) viii.Hearing protection (Ear plugs, Ear
muffs, etc)
ix. Protection from electricity
The PPEs and safety appliances provided by the contractor shall be of the standard as prescribed by
Bureau of Indian Standards (BIS). If materials conforming to BIS standards are not available the
contractor as approved by the Engineer-in-charge shall procure PPE and safety appliances
30.2. All construction workers should be provided with high visibility jackets with reflective tapes confirming
to the requirement specified under BS EN 471: 1994. The conspicuity of workmen at all times shall be
increased so as to protect them from speeding vehicular traffic.
The contractor shall provide safety helmet, safety shoe and high visibility clothing for all employee
including workmen, traffic marshal and other employees who are engaged for any work under this
contract as per the following requirement.
30.3. In addition to the above any other PPE required for any specific jobs like, welding and cutting,
working at height, tunneling etc shall also be provided to all workmen and also ensure that all workmen
use the PPEs properly while on the job. The contractor shall not pay any cash amount in lieu to PPE to
the workers/sub- contractors and expect them to buy and use during work. The contractor shall at all
time maintain a minimum of 10% spare PPEs and safety appliances and properly record and show to
the Engineer-in-charge during the inspections. Itis always the duty of the contractor to provide required
PPEs for all visitors. towards this required quantity of PPEs shall be kept always at the security post.
31. VISITORS TO SITE
No visitor is allowed to enter the site without the permission of the Engineer-in-charge. All authorized
visitors should report at the site office and contractor shall provide visitor’s helmet (White helmet with
visitor sticker) and other PPEs like safety shoe, reflective jacket, and respiratory protection etc. as per
requirement of the site.
All visitors shall be accompanied at all times by a responsible member of the site personnel. The
contractor shall be fully responsible for all visitors’ safety and health within the site.
32. EMPLOYER’S RISK
a) In the event of any such loss or damage happening from any of the excepted risks defined in GCC 2020
(Construction) pertaining to permanent works, as in combination with other risks, the contractor shall, if
so required by the Engineer-in-charge, rectify the loss or damage. An addition to the contract price shall
be determined treating the work done to rectify the loss or damage as variation/ extra/ substituted
item, as given in the relevant clauses.
b) Whenever any event as mentioned above occurs, the contractor will notify the Engineer-in- charge,
within 14 days and provide a forecast cost of repairs / rectifications of damages / losses. As soon as
information demonstrating the effect of such event is available, the Engineer-in- charge shall assess the
cost of repairs/ rectifications to be paid. In case contractor’s forecast is deemed unreasonable, the
Engineer-in-charge shall adjust the contract price and/ or extend the
c) During execution of work if any damage of false ceiling, paint, floors has arisen contractor
has to repair the same without any extra payment from the department.
d) Failing which a recovery minimum 3% of tendered amount (non refundable) shall be made
from the final bill.

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

33. The work shall have to be carried out entirely to the satisfaction of Engineer-in-Charge.
34. Defect liability period for entire work would be 1 year from date of completion.
35. Documents to be provided on Completion of work: Three sets of following documents shall be
furnished to the department by the contractor on completion of work.
a) Completion drawing.
b) 3 sets of manufacturer’s technical catalogues of all equipment and accessories.
c) Operation and maintenance manual of all major equipment’s, detailing all adjustments, operations
and maintenance procedure.
36. Completion of Period:
The completion period indicated in the tender documents is for the entire work of planning,
designing, supplying, installation, testing, commissioning and handing over of the entire job to the
satisfaction of the Engineer-in-charge.
37. A suggestive/indicative sketch/SLD has been attached as Annexure at P. No.- 32 to 35 to understand
the work only.

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

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

C
I NIL
O AE(E)(P)
36

C
I NIL
O AE(E)(P)
37

C
I NIL
O AE(E)(P)
38

APPROVED MAKE LIST


S.No. Description Make
1 4K UHD Display Panel Samsung/ Barco/ Sony/ Christe
2 4K UHD Touch Interactive Display Panel Samsung/ Barco/ Sony/ Christe
3 Cable Cubby Logic/ Altenix/ Magnum/ panara
4 Digital Interactive Podium AHA/ Uni/ TECOM
5 Direct LED Video Wall Barco/ Christe/ Samsung
6 Recording, Streaming & Webcasting Hardware Lumens/ Extron/ Crestron/ Mediapoint
7 Video conference Camera Vaddio/ Sony/ Clearone/ Panasonic
Universal Switcher with HDMI 2.0 and USB-C Lightware/ Extron/ RGB Spectrum/ AMX/
8
connectivity Clearone

9 HDMI 2.0 Compatible Full 4K Matrix Switcher Lightware/ Extron/ RGB Spectrum/ AMX

Lightware/ Extron/ RGB Spectrum/ AMX/


10 HDMI 2.0 Extender (Transmitter)
Clearone
Lightware/ Extron/ RGB Spectrum/ AMX/
11 HDMI 2.0 Extender (Recieve)
Clearone

12 Digital Wireless Lapel Mic Clearone/ Revolab/ Panasonic/ seenheiser

13 Digital Wireless Handheld Mic Clearone/ Revolab/ Panasonic/ seenheiser

14 Wireless Gooseneck Microphone Clearone/ Revolab/ Panasonic/ seenheiser

15 Ceiling Microphone Clearone/ Yamaha/ Panasonic/ Sennheiser

Tannoy/ QSC/ Renkus Heinz/ Bose/ Clearone/


16 Column, Array, stage monitor Loudspeakers
JBL
Tannoy/ QSC/ Renkus Heinz/ Bose/ Clearone/
17 Ceiling Speaker
JBL
18 Digital Signal Processor Clearone/ Symmatrix/ Audac
Labgruppen/ QSC, Bose/ Extron/ Crown/
19 Power Amplifer
Clearone

20 Audio, Video and Control (AV&C) Processor Clearone/Biamp/ Symetrix/ Extron/ AMX

21 Network Audio I/O Expander Clearone/Biamp/ Symetrix/ Extron/ AMX

22 Network Control I/O Expander Clearone/Biamp/ Symetrix/ Extron/ AMX

23 Managed Switch Netgear/ Cisco/ HP/ TPlink


Lightware/ Manhattan/ Belden/ Extron/
24 USB Full-Featured Type-C cable
stecker

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

Lightware/ Manhattan/ Belden/ Extron/


25 HDMI 2.0 Cable
stecker
Lightware/ Manhattan/ Belden/ Extron/
26 Active Copper HDMI Cables
stecker
USB 3.1 Gen1 SuperSpeed Active Extension Lightware/ Manhattan/ Belden/ Extron/
27
Cable stecker
Lightware/ Manhattan/ Belden/ Extron/
28 Microphone Cable
stecker/ Polycab
Lightware/ Manhattan/ Belden/ Extron/
29 Speaker Cables
stecker/ Polycab
Lightware/ Manhattan/ Belden/ Extron/
30 Category 6 Cable
stecker/ commscope
31 Equipment Rack Valrack/ Godrej/ WQ/ Comrack

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

SCHEDULE OF WORK
Name of Work:- Repair/Renovation of staff Training College (STC-1) at Vibhuti Khand Gomti Nagar, Lucknow
(SH:- SITC of Audio / Video System)

S.N. DESCRIPTION QTY UNIT Rate Amount


1 SITC of P2.5 Pixel Pitch Active LED Video Wall of
Size 4.8m x 2.7m, 3-in-1 SMD, 960x540 (WxH)
Cabinet size, >800 Nits Brightness, 5000:1 contrast
ratio, 150/150 deg Viewing Angle, 3840 Hz or
higher Refresh Rate, 1920x1080 pixels resolution,
IP20 (Front & BACK), with OEM Supplied Mounting
structure, front servicable with auto color
calibration, Same OEM Supplied LED controller and
interconnection cables, Certifications: CE, FCC, UL
and BIS (for LED Wall & Controller both), OEM must
have ISO 9001:2015, ISO 14001, ISO 45001 and
service facility at client location etc as required. 1 No 3340764.00 33,40,764.00

-
2 SITC of 65" Professional Ultra HD Display Panel, 4K
UHD (3840x2160) Resolution, Brightness 440 Nits
or better, Contrast Ratio: 1200:1 or better,
Dynamic Contrast Ratio: 300000:1, Viewing angle
(horizontal / vertical): 178 / 178 degree, backlight
type: Direct LED, Inbuilt OS: Windows/ Android,
Connectivity: Video Input: 4 HDMI 2.3, 2 USB 2.0,
Audio In, Audio Out, Control: RS232, Ethernet,
Wireless Presentation : Wireless presentation
option through chromecast & Airplay for seamless
experience, 2x10W Built-in speakers, color gamut
92%, inbuilt Memory:16GB, wireless LAN
integrated, CE, FCC, BIS Certified etc all complete
wall mounting arrangement etc. 3 No 135473.00 4,06,419.00

-
3 SITC of 85" Professional Ultra HD Display Panel, 4K
UHD (3840x2160) Resolution, Brightness 440 Nits
or better, Contrast Ratio: 5000:1 or better,
Dynamic Contrast Ratio: 300000:1, Viewing angle
(horizontal / vertical): 178 / 178 degree, backlight
type: Direct LED, Inbuilt OS: Windows/ Android,
Connectivity: Video Input: 4 HDMI 2.3, 2 USB 2.0,
Audio In, Audio Out, Control: RS232, Ethernet,
Wireless Presentation : Wireless presentation
option through chromecast & Airplay for seamless
experience, 2x10W Built-in speakers, color gamut
92%, inbuilt Memory:16GB, wireless LAN
integrated, CE, FCC, BIS Certified etc all complete
wall mounting arrangement etc. 2 No 328937.00 6,57,874.00

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

-
4 SITC of Interactive Digital Board having Screen Size-
85/86" or higher, resolution-3840 x 2160 (UHD),
Brightness-Minimum 350cd/m2, 4000:1, contrast
ratio, Viewing Angle (H x V)-178 x 178, response
time 6ms or less, 10Wx2 inbuilt speakers, surface
treatment-anti-glare treatment, Min Input ports:
HDMI-2, DP-1, USB -2, OPS Slot-1, LAN- 1 or higher,
Min Output Ports : HDMI, Audio-1, external control
: touch input, RS-232, RJ 45, Protection Glass with
Heat Semi-Strengthened Glass and Thickness :3T
(AntiGlare), IR Touch, touch response time -7 ms or
less, Multi touch point: Min 20 Points or Higher,
Passive Pen with Magnet, Document reader (MS
Word, Excel, PDF etc), Airplay, Pen/Brush Mode,
Interactive Features: White Board, Writing, Pen,
Palm Eraser, Save, Screen Capture, Storage, Tool
Bar, Air Class etc., Panel System on Chip : Internal
Memory-16GB, cashe 2MB, Quad Core CA72,
1.7GHz or equivalent processor, DDR -3GB, Wi-Fi,
Media share : Screen Share/Mira cast to Connect
TAB/Mobile, Android and Apple, Multiview support
upto 50 users, Power Supply: 100-240V, 50Hz,
Nominal Power Consumption: 300W or less
complete etc. as required. 1 No 385473.00 3,85,473.00

-
5 Supply of 98" 4K Professional Display, resolution
3840X2160, Brightness 700 nits or more, 16:09
aspect ratio, Direct full array LED Bcaklight, Android
OS, Builtin Memory 32 GB, quad core Processor,
Contrast Ratio 5000:1 or more, 178/178 Viewing
Angle (Horizontal : Vertical), 6.5ms or less
Response Time, chromecast and apple airplay
inbuilt, Wireless LAN, Wifi certified, down firing
and Side back speakers of 10+10+10+10W, input
sources HDMIx4, USBx2, Audio, RS-232, RJ45. all
complete with OEM wall mounting arrangement
etc 4 No 950833.00 38,03,332.00

-
6 SITC of Cable Cubby with flip top, cover and multi-
format cables, 2 Universal Power, 2 USB Charger, 1
HDMI, 1 USB, 1 Ehternet Cable, etc all complete as
approved by client. 2 No 15419.00 30,838.00

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

7 SITC of Digital Interactive Podium in Metallic Frame


and Wooden Top with 21 inch Full HD
(Electromagnetic + Capacitive) Interactive Display
with Electromagnetic Pen, with Motorized Tilting of
the Interactive Panel, with one Gooseneck
Microphone connection, Interactive panel,
Keyboard Tray and space to store AV equipment,
Interactive display with full HD resolution of
1920x1080, Technology IPS LCD, Aspect ratio16:9,
Brightness 250 cd/m2, Contrast ratio1000:1, Pen
Type shall be Pressure-sensitive and cordless. Top
connectivity plate with HDMI, 2 USB-A, USB-C and
Power socket for external Laptop connectivity with
space for housing a switcher inside etc all complete 5 No 244647.00 12,23,235.00

-
8 Supply, Installation Testing & Commissioning of
minimum Optical Zoom : 20X or better, Digital
Zoom : 16X, Resolution : 2160p30 or better, Video
S/N: ≥55dB, Supports PoE or better, Compatible
with applications such as WebEx, Microsoft Teams,
Zoom, GoToMeeting or any link based application
& should have UVC: 1.1 compliant, Pan range: +/-
170 degrees, Tilt Speed Range: 1.7° – 69.9°/S,
Number of Presets: 255 or more, Video Interface :
1 x HDMI, Camera control : Visca over IP & 1 x LAN
Port, Ceiling / wall mount : Included, Minimal
Illumination: 0.5 lux or better, Video Output on
HDMI, IP, USB or more, IP streaming: H.265 or
better, Audio interface: 1 X line In, 1X Mic In, 1 X
line out, USB: 1X USB 3.0 and 1X USB 2.0, Support
Protocols: TCP/IP, HTTP, RTSP, RTMP, Onvif, DHCP,
Multicast, or more, 1-Ch 3.5mm Audio Interface,
Line In, 1-Ch 3.5mm Audio Interface, Mic In, 1-Ch
3.5mm Audio Interface, Line Out, USB: 1 x USB 3.0:
type B female jack, 1 x USB 2.0: type A female jack,
Audio Bit Rate: 96 Kbps, 128 Kbps, 256 Kbps and
USB can be able to use for local recording, etc
complete as per technical specification. 10 No 224064.00 22,40,640.00

-
9 SITC of Recording, Streaming & Webcasting
Hardware simultaneously, Built-in 4x HDMI & IP
Inputs, 2x HDMI Outputs, Can record upto any
four inputs simultaneously in a single frame and as
well as individual sources simultaneously, Should
have minimum 1TB inbuilt storage, Should be able
to support minimum 3 unicast streams. OEM
should be CE, FCC, RoHS & BIS Certified etc all
complete 5 No 406007.00 20,30,035.00

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

-
10 Supply, Installation, testing and commissioning of
media bar with Auto Framing, automatically frames
meeting participants. Resolution:4Kp30,
Automatically tracks the active speaker, 4x digital
zoom, Progressive Scanning, Lens: Focus: f=2.1mm,
HFOV: 110°, Minimal Illumination: 50 lux, White
Balance: Auto / Manual /One push, Backlight
Compensation: Supported, Digital Noise Reduction:
2D &3D, Horizontal Angle of View:110°, Remote
control, USB (UVC): supported, > Integrated 4-
element microphone array with 360° omni-
directional voice pick-up and intelligent DSP for
Acoustic Echo Cancellation (AEC) and Automatic
Noise Reduction, Pair with your smartphone or
tablet with Bluetooth connectivity, Automatic Gain
Control, · Pickup Distance minimum: 15 feet,
speaker output : 20watt or more, USB interface:
1xUSB 3.0: Type B, female, 1 x Powerinterface,
Security lock slot, etc complete required as per
specifications. 2 No 136200.00 2,72,400.00

-
11 SITC of Joystick for PAN/Tilt/Zoom and Focusing, IP
& RS232C/RS455 Communication Interfaces, High
Brightness OLED Display, Auto Backlit Keys, Should
be able to control minimum 100 Cameras on IP &
10 Cameras through RS232/422, Should support
PoE. OEM should be CE,RoHS & FCC Certified
1 No 128491.00 1,28,491.00

-
12 Supply of Conference connectivity and transport kit
included transmitter and receiver, Transmitter
with 1 HDMI, 1 DP, 1 USB-C inputs, 3xUSB 2.0
(device connection), 2x USB Host, 2xLAN, RS 232
device control, and 1 HDBaseT output up to 70
meters or more for 4K signal, Receiver should have
input i.e. 1 or more HDMI, 3xUSB Device, 2xUSB
Host, 1xHDMI Out, Audio Out and RS 232c
Control. Complete Plug and Play, The switcher
supports resolutions up to HDMI 2.0,
4K/60Hz/4:4:4 8bit deep color, HDBaseT outputs
supports resolutions up to HDMI 2.0b,
4K/60Hz/4:2:0 8bit deep color, Data Rate 18gbps,
Auto Switching with selectable signal sense or 5v
sense modes or manual switching via front panel,
WebGUI, or API/3rd party control, HDCP2.2
Compliant, EDID management per input, change
input when source is detected using stored RS232
commands or CEC. 3 No 230461.00 6,91,383.00
C
I NIL
O AE(E)(P)
44

-
13 Supply of Conference connectivity and transport kit
included transmitter and receiver, Transmitter
with 1 HDMI, 1 DP/HDMI, 1 USB-C inputs, 1x USB
Host, 1xMicro USB, 1xRJ45, and 1 HDBaseT output
support upto 40 meters or more for 4K signal, 70
meter at 1080p, Receiver should have 1 HDMI out,
1xUSB Device, 1xMicro USB, IR Out, RS 232 & Relay
control, Audio Out. Complete Plug and Play, The
switcher supports resolutions up to HDMI 2.0,
4K/60Hz/4:4:4 8bit deep color, HDBaseT outputs
supports resolutions up to HDMI 2.0b,
4K/60Hz/4:2:0 8bit deep color, AV Link Data Rate
10.2 gbps, Auto Switching with selectable signal
sense or manual switching via front panel or
supplied Button Panel for controlling, WebGUI, or
API/3rd party control, HDCP2.2 Compliant, EDID
management per input, etc as required. 3 No 153367.00 4,60,101.00

-
14 SITC of 4 Input and 4 output HDMI Matrix Switcher,
full 4k60 input and outputs, support HDMI 2.0,
HDCP 2.2, HDR and 36 bit per pixel Deep color,
Onboard audio de-embedding, multiple control
options i.e. Open API Control over IP, Serial and
front panel buttons, 4x Analog stereo output, EDID
Management, 18Gbps Data Rate, CEC etc as
required 1 No 149255.00 1,49,255.00

-
15 SITC of HDMI 2.0 Extender (Transmitter) , Supports
HDMI 4K signal formats (4K UHD @60Hz RGB 4:4:4,
up to 10 Gbps or more), Bi-directional PoC remote
powering/External Power adapter, Extends HDMI
2.0, audio, Ethernet, USB 2.0 and RS-232 up to 80
meter for 4K and 100m for FHD Signal over one
CATx cable, HDR and Low Latency Dolby Vision
support, Bi-directional RS-232 extension (pass-
through),HDCP 2.2 compliant, CE, FCC, NRTL, RoHS,
compliance etc all complete 5 No 61079.00 3,05,395.00

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

16 SITC of HDMI 2.0 Extender (Reciever) , Supports


HDMI 4K signal formats (4K UHD @60Hz RGB 4:4:4,
up to 10 Gbps or more), Bi-directional PoC remote
powering/External Power adapter, Extends HDMI
2.0, audio, Ethernet, USB 2.0 and RS-232 up to 80
meter for 4K and 100m for FHD Signal over one
CATx cable, HDR and Low Latency Dolby Vision
support, Bi-directional RS-232 extension (pass-
through),HDCP 2.2 compliant etc all complete 5 No 61079.00 3,05,395.00

-
17 SITC of 4K HDMI to USB Capture Device, Shall
support HDMI video input resolutions up to
4096×2160p@60 4:4:4, HDR, and 10-bit per
channel Deep Color and outputs resolutions up to
3840×2160p@30fps (NV12, I420) or
1920×1080p@60fps (YUY2, P010). Shall support
Embedded Audio; etc. 3 No 80384.00 2,41,152.00

-
18 Supply, Installation, testing and commissioning of
wireless lavalier transmitter, frequency band: UHF,
polar pattern: omnidirectional / Cardioid / Super
Cardioid, Battery: rechargable, USB charging option
should be built in for emergency, multicolour
lighting indications, battery perfor time: minimum
12hr or better, built in audio Preamp with an
adjustable gain of -20, -10, 0 to +31 dB for better
audio quality, Low-Cut filter (75 Hz), etc complete
required as per specifications. 8 No 77181.00 6,17,448.00

-
19 Supply, Installation, testing and commissioning of
wireless handheld transmitter, frequency band:
UHF, polar pattern: Cardioid / Super Cardioid,
Battery: rechargable, USB charging option should
be built in for emergency, multicolour lighting
indications, battery perfor time: minimum 12hr or
better, built in audio Preamp with an adjustable
gain of -20, -10, 0 to +31 dB for better audio
quality, Low-Cut filter (75 Hz), etc complete
required as per specifications. 10 No 65779.00 6,57,790.00

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

20 Supply, Installation, testing and commissioning of


wireless microphone receiver with 8no. channel
through single transmitter, channel: 330 or
more,frequency range: UHF, switching
bandwidth/tunning range: 150MHz or more, built
in Dante & PoE both, security: AES-256 and FIPS
both, ethernet connectivity, shall be wall or ceiling
mountable, certifications: BIS, FCC, IC and CE etc
complete required as per specifications. 6 No 301808.00 18,10,848.00

-
21 Supply, Installation, testing and commissioning of
wireless microphone charging / docking station
with ethernet connectivity, charging capacity: 8no.
multicolour lighting indication, should be control,
monitor and perform update over network, should
be built in provision to charge the batteries of
required wireless microphone, Power: PoE, dual
ethernet port with RJ-45 connectivity, etc complete
required as per specifications. 6 No 156009.00 9,36,054.00

-
22 Supply, Installation, testing and commissioning of
wireless gooseneck transmitter, frequency band:
UHF, polar pattern: Cardioid / super cardioid,
Battery: rechargable, USB charging option should
be built in for emergency, multicolour lighting
indications, battery perfor time: minimum 12hr or
better, built in audio Preamp with an adjustable
gain of -20, -10, 0 to +31 dB for better audio
quality, Low-Cut filter (75 Hz), mute unmute
button, detachable microphone, selectable
gooseneck microphone option: 6inch or 18inch, etc
complete required as per specifications. 10 No 72613.00 7,26,130.00

-
23 Supply, Installation, testing and commissioning of
Ceiling microphone tile with built in 120no. or
more Mems microphone, beamforming
technology, coverage pattern: customize,
Beamforming Range: 100 Hz to 20 kHz, Beam
Pointing Accuracy: 0.2 dB or better, Dynamic
Range: 20 Hz to 20 kHz, Number of Beams: Up to
10 or more, built in Acoustic Echo Cancellation,
Noise Cancellation, Automatic Level Control, Gain
Adjust, Mute On/Off, built-in: 4 or more, wattage:
15watt or more per channel, built in Dante/P-Link
for communication protocol, PoE built in, built in
camera tracking funtionality, with requried PoE
from the same OEM etc complete required as per
specifications. 6 No 346889.00 20,81,334.00
C
I NIL
O AE(E)(P)
47

-
24 Supply, Installation, testing and commissioning of
90 Watt PoE++ Injector, 2 x 25 ft CAT6 cables from
the same make of Ceiling Microphone. 6 No 31699.00 1,90,194.00

-
25 SITC of Wired Dynamic Vocal Microphone, Dual
shock mount microphone capsule, Super cardioid
vocal microphone, Audio frequency bandwidth:70 -
20000 Hz, Sensitivity2.6 mV/Pa, Electrical
impedance: 600 Ohms, Recommended load
impedance: 2000 Ohms, XLR Connector. 4 No 16789.00 67,156.00

-
26 Supply of Wall Mountable with 14 mid/high drivers
in an articulated array for wide dispersion. The
louspeaker shall meet the following performance
criteria: Usable Frequncy Range (-10 dB) of 80Hz -
20 kHz. Long term power handling of 300 Watts or
better. The Loudspeaker shall have a Max. SPL
(Peak) of >=120 dB with a norminal dispersion of
40° V. The loudspeaker system shall be comprised
of a Powder-coated steel grille; fourteen 2-inch
mid/high frequency drivers and and a norminal
impedence of 8 ohms andl 70/100V transformer
module with tap settings of 120W shall be
available. 4 No 79246.00 3,16,984.00

-
27 SITC of Dual 6.5-inch Powered Line Array
Loudspeaker, Frequency Range (-10 dB): 63 Hz-17
kHz, Frequency Range (-3 dB): 70 Hz-15 kHz,
Coverage Pattern (-6 dB) Horizontal: 120 degrees
nominal (500 Hz-16 kHz), Vertical: Varies with array
size and configuration, Max SPL 134 dB, 2 x 6.5" LF
Driver, 1 x 1.5" HF Driver, Input Type : Balanced
line level, Connectors : (2) Neutrik XLR (IN/OUT),
Nominal Input Sensitivity : +6 dBu, Maximum Input
Level : 21 dBu, Input Impedance : 100 kΩ, Class D
Amplifier, Number of Channels: 2, Continuous
Power : 600 Watts (LF: 400 Watts | HF: 200 Watts),
Peak Power : 880 Watts (LF: 580 Watts | HF: 300
Watts), Sample Rate : 48 kHz, Bit Depth : 24 bit,
LCD screen, encoder, Back button, (4) LED
Indicators (3 single, 1 bi-color), TCP/IP Network,
Speed : Dual 100 Mbps ports, Enclosure :
Polypropylene, four integral recessed handholds,
IP Rating : IP54, EU & EN63000:2018 certified etc
as required 4 No 268632.00 10,74,528.00

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

-
28 SITC of 18-inch Powered Subwoofer, Frequency
Range (-10 dB): 35 Hz-90 Hz, Frequency Range (-
3 dB): 45 Hz-80 Hz, Coverage Pattern
Omnidirectional or Cardioid, Max SPL 134 dB,
Input Type : Balanced line level, Connectors :
(2) Neutrik XLR (IN/OUT), Nominal Input
Sensitivity : +6 dBu, Maximum Input Level : 21 dBu,
Input Impedance : 100 kΩ, Class D Amplifier,
Number of Channels : 1, Continuous Power : 1100
Watts, Peak Power : 2500 Watts, Sample Rate :
48 kHz, Bit Depth : 24 bit, LCD screen, encoder,
Back button, (4) LED Indicators (3 single, 1 bi-
color), TCP/IP Network, Speed : Dual 100 Mbps
ports, Enclosure : 18 mm plywood, IP Rating :
IP54, EU & EN63000:2018 certified etc as required 2 No 252514.00 5,05,028.00

-
29 SITC of Compact and lightweight design Array
Frame for above speakers, should support upto
16 array 2 No 43845.00 87,690.00

-
30 SITC of Front fill 2-Way Loudspeaker, Shall have
Frequency Range: 58 Hz - 20 kHz (-10 dB),
Frequency Response: 68 Hz – 19 kHz (±3 dB) ,
Coverage Pattern- 120° x 60° , System Sensitivity
(dB-SPL, 1W @ 1m)-92 dB, Maximum SPL: 113 dB,
Nominal Impedance: 8 Ohms, Power Handling
(Programme):500W etc as required 2 No 61205.00 1,22,410.00

-
31 Supply, Installation, testing and commissioning of
ceiling speaker, type: 2-way, with built can,
Frequency Range: 65 Hz to 20 kHz, Power
Handling: 60 Watts RMS, 120 Watts Peak, Nominal
Sensitivity: 88 dB, 1W @ 1m, Nominal Impedance:
8 Ohms, Transformer Taps: 100V, 30W, 15W,
7.5W, 3.8W, Woofer: 6.5”, Tweeter: ¾", Overload
Protection: Full range power limiter with the 8 ohm
direct input only, protecting the tweeter, woofer
and crossover, etc complete in pair as required as
per specifications. 32 No 13911.00 4,45,152.00

C
I NIL
O AE(E)(P)
49

32 SITC of Stage Monitor 10-inch Powered PA


Speaker with Bluetooth, Freq Range -10 52Hz -
20kHz, Freq Range -3 65Hz - 20kHz, Impedence LF
4 ohm rated, HF 8ohm rated, Max SPL 125dB, Hor
Dispersion 110°, Vert Dispersion 60°, LF Driver 10",
Tweeter Size 1", Power Rating 1300W peak / 650
RMS, AC Power Input 100V-120V or 220V-240V,
Cooling Passive, LED Indicators 1 Power LED, 1
Limit LED, 1 Front LED, 2 Signal/SSM LEDs,
Input Impedence 50k/100k un-balanced/ balanced,
Input Gain -∞ to +36db, Crossover Freq 2 kHz, I/O
2 XLR Combo Jacks / BT, 1 XLR M Thru, Handles 1,
Cable channel on bottom, suspension/Mount: 4
M10 Suspension points, 36mm Pole Socket,
universal yoke bracket holes 2 No 69077.00 1,38,154.00

-
33 SITC of dual channel Digital Network Based Power
Amplifier with 600W - 650W or more per channel
@ 8 Ohms power output; Should have 70Vrms and
100Vrms output on all output channels; Should be
THD 0.35% or better; Should support Cooling
Continuously variable speed forced air; Voltage
Gain 34dB ormore; Digital audio bus compatibility
up to 8 or more audio channel; Should have 2
digital audio bus RJ45 port, 1 Ethernet RJ45 port
for monitoring and configuration; Should have DSP
build-in for the required input processing; Analog
Input Signal to Noise Ratio (ref. rated power,
100V,20Hz - 20kHz): >104dB; Damping Factor
(20Hz to 100Hz) : >1000; Crosstalk (below rated
power, 20Hz to 1kHz) : >80dB; Should be
controllable from front-panel display; etc. 4 No 139401.00 5,57,604.00

-
34 Supply, Installation, testing and commissioning of
amplifier Inputs: 4 Channel, Outputs: 4 Channel,
Input Sensitivity: 20Hz – 22kHz @ 0dBu, Output
Modes: 4/8W and 70.7V/100V, Max Rated Output:
4 x 60W @ sensitivity, in 4/8Ω & 70.7V/100V
modes, Max Rated Output, Bridged: 2 x 120W @
sensitivity, in 4/8Ω mode, Max Rated Output,
Bridged: 2 x 120W @ sensitivity, in 70.7V/100V
mode, Frequency Response: 20Hz - 22KHz (+/-
1dB), THD+N: 20Hz – 22kHz @ rated power, 4/8W,
<0.08%, Dynamic Range: 20Hz – 20kHz @ 0dB,
>100dB, 8W, unweighted, Potentiometer
Adjustable: 0 to max @ rated power, SIGNAL
PRESENT: Signal indicator Blue light indicates signal
is present or passing out, etc complete required as
per specifications. 5 No 103020.00 5,15,100.00
C
I NIL
O AE(E)(P)
50

-
35 Supply, installation, testing and commissioning of
digital signal processor with P-Link / Dante: 16X16,
input: 4 or more with AEC, output: 8 or more, C
Link: 150 or more channel bus, USB audio should
be built in for software based video conference,
VOIP, telephone connectivity, GPIO port for
Chairman priority, RS-232 and Ethernet over IP,
camera tracking and camera connectivity, built in
third party control module, can be controllable and
monitorable through PC/Phone and for any central
control room, built in noise cancellation, Dynamic
Range: 20 Hz – 20 kHz @ 0 dB, Crosstalk (Mic/Line):
Channel to Channel, stimulus at 20 dBu to receptor
at -56 dBu, 1 kHz, < -98 dB, Maximum Input Level: -
65 dBu to 20 dBu, Frequency Response: 20 Hz – 22
kHz, front panel should have lighting indications,
Sensor Type: Capacitive Touch Button, etc
complete requried as per specifications. 5 No 283023.00 14,15,115.00

-
36 SITC of 8 Port POE+ Managed Switch, 10/100
Mbps, 1000 Mbps, Gigabit Copper etc all complete 5 No 14391.00 71,955.00

-
37 SITC of 2 Meter USB Full-Featured Type-C cable for
USB 3.1 Gen2, 100Watt / 5A charging and eMarker,
4 Lane Displayport Alt mode (4K60FPS Video and
Audio), USB 3 Gen2 10Gbps SuperSpeed (4K
Webcam, SSD storage) etc all complete 6 No 106.00 636.00

-
38 SITC of 1 Meter Premium High Speed HDMI 2.0b
flexy cable, Bandwidth up to 18Gbps, Thin and
Flexible, Enables transmission of High Dynamic
Range (HDR10), Dolby Vision and Hybrid log–
gamma (HLG) video, Up to 4096x2160@60Hz at
RGB 4:4:4 video resolution etc all complete 6 No 2111.00 12,666.00

-
39 SITC of 2 Meter Premium High Speed HDMI 2.0b
flexy cable, Bandwidth up to 18Gbps, Thin and
Flexible, Enables transmission of High Dynamic
Range (HDR10), Dolby Vision and Hybrid log–
gamma (HLG) video, Up to 4096x2160@60Hz at
RGB 4:4:4 video resolution etc all complete 15 No 2782.00 41,730.00

C
I NIL
O AE(E)(P)
51

40 SITC of 7.5 Meter Copper 18Gbps HDMI Cables,


support 4K60 HDR, Colour Depth: Up to 16 bits, Up
to HDCP 2.2 supported, Consumer Electronic
Control (CEC), Auto Lip-Sync Correction, Audio
Return Channel (ARC), Enhanced Audio Return
Channel (eARC), High Dynamic Range (HDR) 3 No 9114.00 27,342.00
41 SITC of 10 Meter Active Copper 18Gbps HDMI
Cables, support 4K60 HDR, Colour Depth: Up to 16
bits, Up to HDCP 2.2 supported, Consumer
Electronic Control (CEC), Auto Lip-Sync Correction,
Audio Return Channel (ARC), Enhanced Audio
Return Channel (eARC), High Dynamic Range (HDR) 4 No 11033.00 44,132.00
42 SITC of 12.5 Meter Active Copper 18Gbps HDMI
Cables, support 4K60 HDR, Colour Depth: Up to 16
bits, Up to HDCP 2.2 supported, Consumer
Electronic Control (CEC), Auto Lip-Sync Correction,
Audio Return Channel (ARC), Enhanced Audio
Return Channel (eARC), High Dynamic Range (HDR) 1 No 17810.00 17,810.00
43 SITC of 10 meter long USB 3.1 Gen1 SuperSpeed
Active Extension Cable TypeA/male to
TypeA/female, Native USB2/USB1 and USB3
extension, Supports 4K Webcam, SSD storage, PC,
Mac, and Linux compatible etc all complete 5 No 24752.00 1,23,760.00
44 SITC of 22 AWG 2 core ATC Copper Conductor,PVC
Insulated, 90% ATC Copper Braid Shielded, PVC
Sheathed Microphone Cable complete etc as
required. (as per actual) 200 mtr 79.00 15,800.00
45 SITC of 1.5 Sqmm x 2 core(14AWG) ATC copper
Conductor, Insulated Cores,PVC Sheathed Speaker
Cables complete etc as required. (as per actual) 500 mtr 71.00 35,500.00
46 SITC of 2.5 Sqmm x 2 core(14AWG) ATC copper
Conductor, Insulated Cores,PVC Sheathed Speaker
Cables complete etc as required. (as per actual) 150 mtr 102.00 15,300.00
47 SITC of Category 6 Cable, 4 Pair, STP, PVC jacket (as
per actual) etc all complete 300 Mtr 58.00 17,400.00
48 SITC of 16U, Equipment Rack, with Front & Side
doors, 4 No Fan Assembly, on Top of the Rack, 4
Caster wheels, 2 no Shelfs to mount the
equipments which are not rack mounted, 8X2, 5/6
Amp. Power Distribution Unit, Cable Manager &
Sufficient Rack hardwares etc all complete 4 No 25424.00 1,01,696.00

TOTAL
2,94,62,628.00

C
I NIL
O AE(E)(P)
52

ELIGIBILITY BID
NIT No.:-175 /EE(E)/LKO/2024-25
Name of Work:- Repair/Renovation of staff Training College (STC-1) at Vibhuti Khand Gomti Nagar, Lucknow (SH:- SITC of Audio / Video System)
Estimated Cost:- ₹2,94,62,628/- Time Allowed :- 06 Months EMD ₹ 5,89,253/-
Completion certificate of specialized agency / OEM in support of Similar work criteria :-
(i) Three similar completed work of value not less than 40% of estimated cost put to tender.
OR
(ii) Two similar completed work of value not less than 60% of estimated cost put to tender.
OR
(iii) One similar completed work of value not less than 80% of estimated cost put to tender.
Similar work shall means work of “STIC of Audio / Video System”. The values of executed work shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum, calculated from the date of
completion to the last date of receipt of application for tender.
Sr. Name of the Financial :- Net worth certificate : Net worth certificate of

Turnover: Average annual financial turnover on above works

during the immediate last three consecutive financial years.


document shall be issued from the place in which the office

experience from client department for " STIC of Audio / Video


division office of any Executive Engineer, CPWD (The EMD

Completion certificate of specialized agency / OEM in support of

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


Copy of receipt for deposition of original EMD issued from

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


Cheque/Deposit at Call Receipt/FDR/Bank Guarantee of

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


Certificate of Registration for GST and acknowledgement.

during available last five consecutive balance sheet, duly


No. agency / minimum 10% of the estimated cost put to
Treasury Challan/Demand Draft/Pay order or Banker’s

any Scheduled bank against EMD. (drawn in favour of

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

Wheather the agency / firm has uploaded the work

audited and certified by the Chartered Accountant.


Executive Engineer (E), LCED, CPWD, Lucknow)

Accountants as per form B-1:-


(a) Financial Analysis :- Details to be furnished duly Form “B-1”
of receiving division office is situated).

supported by figures in balance sheet/ profit & loss FORM FOR CERTIFICATE OF NETWORTH
account for the last five years duly certified by the FROM CHARTERED ACCOUNTANT
Chartered Accountant, as submitted by the applicant “ It is to certify that as per the audited
to the Income Tax Department. ( Copies to be balance sheet and profit & loss account
Similar work criteria :-
Copy of PAN Card.

attached) during the financial year…………………….,


the Networth of M/s …………………..(Name
Financial & registered Address of
System”

year individual/Firm/company), as on ……………


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

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

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

C
I NIL
O AE(E)(P)

You might also like