CPWD Cod
CPWD Cod
INDEX
1 INDEX : 1
12 ELIGIBILITY BID : 42
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
in the field of SITC of VRV/VRF 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
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
Replacement of Central AC Plant Price bid
at 15:30 Hours on
52/EE(E)/LKO/2025-26
18.06.2025
18.06.2025
after
03 Months
₹82,51,724/-
₹ 1,65,034/-
at Aliganj, Lucknow.
approval
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 VRV/VRF 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.
C
I NIL
O AE(E)(P)
3
(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.
iv. Certificate of Registration for GST and acknowledgement.
C
I NIL
O AE(E)(P)
4
Form “B-1”
“ 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)”.
(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
Hkkjrljdkj
dsUnzh; yksd fuekZ.k foHkkx
i=kad% 54¼foKkiu½@yoSea@2025&26@1058 fnukad 10-06-2025
1- lgk;d vfHk;Urk ¼oS0½] dkuiqj@y[kuÅ&A] AA ,oa AAA] dsyksfufo] y[kuÅA
2&3uksfVlcksMZ ,oa NIT No. 52 /EE(E)/LKO/2025-26
C
I NIL
O AE(E)(P)
5
Annexure-I.
RECEIPT OF DEPOSITION OF ORIGINAL EMD
(Receipt No. …………………….…………. / date ………….…………)
1. Name of Work: Replacement of Central AC Plant with VRV/VRF System for Auditorium in
G.S.I. Office Bldg. at Aliganj, Lucknow.
………………………….……………………………………………….
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
in the field of SITC of VRV/VRF System in Two bid system i.e eligibility bid and price bid as per
eligibility criteria for following works.
Replacement of Central AC Plant with VRV/VRF System for Auditorium in G.S.I. Office Bldg.
at Aliganj, Lucknow.
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 ₹82,51,724/-. 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
For works estimated to cost above the tendering limit of class -I (Super) 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).
C
I NIL
O AE(E)(P)
7
ds0yks0fu0fo0&6 CPWD - 6
(i) Three similar completed works (SITC of VRV/VRF System) of value not less than 40% of
estimated cost put to tender.
OR
Two similar completed works (SITC of VRV/VRF System) of value not less than 60% of
estimated cost put to tender.
OR
One similar completed works (SITC of VRV/VRF System) of value not less than 80% of
estimated cost put to tender.
(ii) 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 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.
2. 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.
C
I NIL
O AE(E)(P)
8
ds0yks0fu0fo0&6 CPWD - 6
3. The time allowed for carrying out the work will be 03 Months from the date of start as
defined in schedule ‘F’ or from the first date of handing over of the site, whichever is later,
in accordance with the phasing, if any, indicated in the bid documents.
4. (i) The site for the work is available.
OR
The site for the work shall be made available in parts as specified below:
…………………………………………………………………………………….
(ii) The architectural and structural drawing for the work is available
OR
The architectural and structural drawings shall be made available in phased manner, as per
requirement of the same as per approved programme of completion submitted by the
contractor after award of work.
5. The bid document consisting of plans, specifications, the schedule of quantities of various
types of items to be executed and the set of terms and conditions of the contract to be
complied with and other necessary documents except Standard General Conditions of
Contract Form can be seen on website https://etender.cpwd.gov.in/login.html free of cost.
6. After submission of the bid the contractor can re-submit revised bid any number of times but
before last time and date of submission of bid as notified.
7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any
number of times (he need not re-enter rate of all the items) but before last time and date of
submission of bid as notified.
8. When bids are invited in three stage system and if it is desired to submit revised financial bid
then it shall be mandatory to submit revised financial bid. If not submitted then the bid
submitted earlier shall become invalid.
9. Earnest Money in the form of 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
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 18.06.2025
10. The bid submitted shall become invalid and e-Tender processing fee (if applicable) shall not be
refunded if:
(i) The bidder is found ineligible.
C
I NIL
O AE(E)(P)
9
ds0yks0fu0fo0&6 CPWD - 6
(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.
11. 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.
12. The description of the work is as follows: -
Replacement of Central AC Plant with VRV/VRF System for Auditorium in G.S.I. Office
Bldg. at Aliganj, Lucknow.
Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation they
may require and in general shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their bid. A bidders shall be
deemed to have full knowledge of the site whether he inspects it or not and no extra charge
consequent on any misunderstanding or otherwise shall be allowed. The bidders shall be responsible
for arranging and maintaining at his own cost all materials, tools & plants, water, electricity access,
facilities for workers and all other services required for executing the work unless otherwise
specifically provided for in the contract documents. Submission of a bid by a bidder implies that he has
read this notice and all other contract documents and has made himself aware of the scope and
specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc.
will be issued to him by the Government and local conditions and other factors having a bearing on the
execution of the work.
13. The competent authority on behalf of the President of India does not bind itself to accept the lowest or
any other bid and reserves to itself the authority to reject any or all the bids received without the
assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any
condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.
14. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids
submitted by the contractors who resort to canvassing will be liable for rejection.
15. The competent authority on behalf of President of India reserves to himself the right of accepting the
whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.
16. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in
which his near relative is posted a Divisional Accountant or as an officer in any capacity between the
grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the
names of persons who are working with him in any capacity or are subsequently employed by him and
who are near relatives to any gazetted officer in the Central Public Works Department or in the
Ministry of 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.
C
I NIL
O AE(E)(P)
10
ds0yks0fu0fo0&6 CPWD - 6
17. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or Administrative
duties in an Engineering Department of the Government of India is allowed to work as a contractor for
a period of one year after his retirement from Government service, without the prior permission of the
Government of India in writing. This contract is liable to be cancelled if either the contractor or any of
his employees is found any time to be such a person who had not obtained the permission of the
Government of India as aforesaid before submission of the bid or engagement in the contractor's
service.
18. The 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.
19. This notice inviting Bid shall form a part of the contract document. The successful bidders/ contractor,
on acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of
start of the work, sign the contract consisting of: -
(a) The Notice Inviting Bid, all the documents including additional conditions, specifications and
drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the
rates quoted online at the time of submission of bid and acceptance thereof together with any
correspondence leading thereto.
(b) Standard C.P.W.D. Form 7/8 or other Standard C.P.W.D. Form as applicable.
20. For Composite Bids: -
20.1.1 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.
20.1.2 The bid document will include following three components:
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.
20.1.3 The bidders must associate himself, with agencies as per NIT conditions.
20.1.4 The eligible bidders shall quote rates for all items of major component as well as for all items of minor
components of work.
20.1.5 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.
C
I NIL
O AE(E)(P)
11
ds0yks0fu0fo0&6 CPWD - 6
20.1.5 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.
20.1.6 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.
20.1.8 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).
20.1.9 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.
20.1.10 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.
20.1.11 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.
20.1.12A. 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.
20.1.12B. 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.
21. 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.
22. The intending bidders are required to update their profile in CPWD e- tender portal and to upload their
bids well in advance of last date of submission of tender. Any issue related to updating
profile/uploading tender can be resolved through the concerned Executive Engineer/ Assistant
Engineer (Phone no *05222323990 e- mail Id *[email protected]) or ERP helpline no.
18001803286 or e-mail ld [email protected]. The e- tendering bidders are also
advised not to wait to raise any issues till the last date of submission of bid in their own interest.
*To be filled in by NIT approving authority.
23. 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: -
C
I NIL
O AE(E)(P)
12
ds0yks0fu0fo0&6 CPWD - 6
(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
Replacement of Central AC Plant with VRV/VRF System for Auditorium in G.S.I. Office Bldg.
at Aliganj, Lucknow.
(i) To be submitted by 3:00 P.M. hours on 18.06.2025 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 18.06.2025 in the
office of Executive Engineer(E), C.P.W.D., Lucknow.
Issued to ……………………………………………………………………………………..
Designation .…………………………………………………………………………………
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.
C
I NIL
O AE(E)(P)
14
A sum of ₹ 1,65,034/- 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.
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 ……
C
I NIL
O AE(E)(P)
15
(Separated Performa for Civil, Elect. & Hort. Works in case of Composite Tenders)
Name of Work:- Replacement of Central AC Plant with VRV/VRF System for Auditorium in
G.S.I. Office Bldg. at Aliganj, Lucknow.
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: Replacement of Central AC Plant with VRV/VRF System for Auditorium in G.S.I.
Office Bldg. at Aliganj, Lucknow.
C
I NIL
O AE(E)(P)
16
PROFORMA OF SCHEDULES
Definitions:
2(v) Engineer-in –Charge Executive Engineer(E), Lucknow,
CPWD,Lucknow.
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 03 Months
(iii) Mile stones Nil
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 Executive Engineer (E) 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.
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 7A
Clause 10 B (ii)
Whether clause 10-B (ii) shall be applicable. NO
C
I NIL
O AE(E)(P)
18
PROFORMA OF SCHEDULES
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
Clause 25
(i) Conciliator : ADG (Lucknow), CPWD, 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
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
C
I NIL
O AE(E)(P)
20
INTEGRITY AGREEMENT
This Integrity Agreement is made at………….on this……..day of……………20…..
BETWEEN
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:
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
C
I NIL
O AE(E)(P)
21
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) 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.
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.
C
I NIL
O AE(E)(P)
22
4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in fraudulent
practice means a willful misrepresentation or omission of facts or submission of fake/forged
documents in order to induce public official to act in reliance thereof, with the purpose of
obtaining unjust advantage by or causing damage 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).
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.
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
C
I NIL
O AE(E)(P)
23
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’
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
C
I NIL
O AE(E)(P)
25
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
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.
C
I NIL
O AE(E)(P)
26
Annexure- ‘B’
AFFIDAVIT
Agreement No._____________________dated_______from_________to____________
(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.
C
I NIL
O AE(E)(P)
28
C
I NIL
O AE(E)(P)
29
Termination switchgears however, shall be provided by the contractor. Further extension if required
shall be done by the contractor.
ii) The contractor shall use the power supply for any other purpose than that for which it is intended for.
No major fabrication work shall be done at site. Power supply shall be used only for welding/ cutting
works. Power supply shall be disconnected in case of such defaults and the contractor shall then have
to arrange required power supply at his cost.
safety requirement would make the tenderer liable for penalty of Rs. 50/- for each default. In addition, the
department will be at liberty to make arrangement for the safety requirements at the cost of tenderer and recover
the cost thereof from him.
1.15. Indemnity:
The successful tenderer shall at all times indemnify the department, consequent on this works contract. The
successful tenderer shall be liable, in accordance with the Indian Law and Regulations for any accident
occurring due to any cause and the contractor shall be responsible for any accident or damage incurred or claims
arising there from during the period of erection, construction and putting into operation the equipment’s and
ancillary equipment under the supervision of the successful tenderer in so far as the latter is responsible. The
successful tenderer shall also provide all insurance including third party insurance as may be necessary to cover
the risk. No extra payment would be made to the successful tenderer on account of the above.
manufacturer’s works implies the manufacturer of respective items mentioned in the list of acceptable
make not the manufacturer’s vendors works.
ii) The department also reserves the right to inspect the fabrication job at factory and the
successful tenderer has to make arrangements for the same.
iii) The materials duly inspected by Engineer-in-Charge or his authorized representative shall be
dispatched to site by the contractor.
iv) Copies of all documents of routine and type test certificates of the equipment’s carried out at
the manufacturer works shall be furnished to Engineer-in-charge and consignee.
v) No additional payment shall be made to the contractor for initial inspection / testing at the
manufacturer’s works by the representative of the Engineer-in-Charge. However, the department will
bear the expenses of its representative deputed for carrying out initial inspection / testing.
(b) Final Inspection and Testing
Upon completion of work the performance test shall demonstrate the following among other things:
i) Equipment installed complies with specification in all respects and is of the correct rating for the duty and
site conditions.
ii) All items operate efficiently and quietly to meet the specified requirements as per the warranty /guaranty.
iii) All circuits are correctly protected /modify as per the site protective devices are properly coordinated.
iv) All non-current carrying metal parts are properly and safely grounded in accordance with the
specifications and appropriate codes of practice.
v) The contractor shall provide all necessary instruments and labour for testing. He shall make adequate
records of test procedures and readings and shall repeat any tests requested by the Engineer in charge. Test
certificate duly signed by authorized person shall be submitted for scrutiny.
vi) If it is proved that the installation or part thereof is not satisfactorily carried out, then the contractor shall be
liable for the rectification and retesting of the same as called for by the Engineer in charge. All tests shall be
carried out in the presence of representative of Engineer in charge.
Final Inspection and testing will be done by the Engineer-in-Charge or his representative as per details indicated
in relevant section of Technical Specifications.
Sl.
No. Stage of Work
1. After initial inspection (wherever specified) and delivery at 75%
site in good condition on pro-rata basis.
C
I NIL
O AE(E)(P)
32
iii) Deduction of security deposit shall be governed by standard / relevant clause of the CPWD 7/8.
1.26. Tender Drawings, Drawings for Approval and Completion Drawings Tender Drawings
TECHNICAL SPECIFICATION
General
1. The scope of this section comprises the design, supply erection, testing and commissioning of inverter
technology-based Scroll Type VRF type system of air conditioning conforming to these specification/
Explanatory Note and in accordance with the requirements of Drawing and Schedule of Quantities. The
prices quoted shall include all the equipment ancillary material as specified and all such items whatsoever
and which may be required to fulfill the intent and purpose as laid down in the specification and the
approved drawings. The contractor shall calculate equipment capacity based upon design parameters
specified for the system design & verify all the quantities and sizes of refrigerant pipe, fitting, cables,
control cable, pipes, insulation, indoor units, and outdoor units etc. before installation to avoid any
shortfall or surplus. The tenderer shall also include all necessary civil work MS frame work for installation
of outdoor and indoor units in VRF based air condition system. The cost quoted by tenderer shall also
C
I NIL
O AE(E)(P)
33
include the refrigerant gas & its charging for proper & specified functioning of air conditioning system. Civil
work/ MS frame work for indoor and outdoor units related to VRF / Split AC equipments, all cuttings
should be properly finished as existing surrounding. The installation of outdoor unit on the floor/ terrace of
building should be checked up structurally & their mounting should be structurally safe for the outdoor unit
to ensure in such a way that after installation.
a) Cutting of walls and floors/ ceiling.
b) Making holes.
c) Sleeves.
d) Foundation
2. The scope in the tender schedule also covers detailed designing of complete air-conditioning system
based on inverter technology based Scroll VRF air conditioner with air cooled outdoor units system
capable of cooling and heating (reverse cycle) as per individual or season requirement suitable for
operation on 415 V, 3 Phase, 50 Hz AC electric supply. The outdoor units shall have both cooling & heat
pump mode, consisting of one / multiple outdoor unit with single circuit of refrigerant piping and multiple in
door units of various types. Each indoor unit should have capability to cool or heat as per seasonal
weather changes. This shall also include complete capacity calculation for indoor and outdoor units
complete with CAD drawing, designing & layout of following.
(i) Outdoor units.
(ii) Indoor units.
(iii) Refrigerant piping
(iv) Condensate water piping & disposal.
(v) Power & Control Cables between Outdoor units & Indoor units.
3. While designing the system care should be taken to select outdoor units of suitable capacity based on
design data provided below & to economize on available floor area for installation of outdoor units as
well as optimum utilization of outdoor units and type of indoor unit taken into considerations. The indoor
units should be designed based upon the heat load calculations for individual rooms / areas to be air-
conditioned and over capacities should be avoided.
The design should also specifically take care of disposal of condensate drain water so that there is no
leakage of condensate water inside the room as well in the route of condensate water pipe line. The
layout of refrigerant piping is to be designed in such a way so that it should not disturb the aesthetic of
the building/ room, inadvertent damage in the route of pipe should not occur in future & optimum length
of pipe line for efficient air conditioning.
4. After completion of the work four sets of ‘as erected/ commissioned drawing’ of activities listed above
shall be submitted. The work of air-conditioning outdoor and indoor units as specified in schedule of work
is required to be carried out at GSI Office building, Lucknow. The specified design parameters are
only tentative in nature, however, all efforts shall be made to achieve the following specified design
parameters and if at any design stage need for higher capacity outdoor HP is required, necessary
approval shall be accorded based on design analysis and discussions on the subject. In case of any
deviation from the parameters specified below, the technical issues involved shall be brought to the
notice of Engineer-in-charge for seeking necessary approvals to achieve these parameters. Engineer-in-
charge, however, reserves the right to permit any deviations from the parameters as specified.
C
I NIL
O AE(E)(P)
34
5. The project of VRF air-conditioning of GSI Office Building, Lucknow is required to be executed in
time bound and professional manner. The equipment’s involved in air-conditioning are complex in nature
comprising of instrumentation, control and central management system. The job, therefore calls for
highest order of technical expertise and also requirement of experience of air-conditioning installation with
proven performance.
6. OUTDOOR UNIT
(i) The outdoor unit shall be factory assembled, weather proof casing (Material of construction of casing
shall be vendor’s standard design), constructed from heavy gauge GI sheets steel panels and coated
with baked enamel finish. The outdoor unit shall be completely factory wired, tested with all necessary
controls & filled with first charge of refrigerant before delivering at site.
(ii) The inverter technology based Scroll type VRF equipment should be capable so that refrigerant piping
between indoor units and outdoor unit shall be extendable upto 165 m of equivalent length with
maximum height difference between outdoor & indoor unit of 50m & level difference between two indoor
units shall be maximum upto 15m. All the outdoor units comprising of multiple modules should have at
least one inverter type compressor in each module.
(iii) The outdoor unit shall be factory tested and filled with first charge of refrigerant R-410A before
delivering at site.
(iv) It should also be provided with duty cycling for Scroll compressors capable of changing the rotating
speed of compressor by inverter controller to follow variation in cooling & heating loads & switching
starting sequence for better stability and prolonging equipment life or similar features if available in
Scroll will also be accepted.
(v) The unit shall be provided with its own microprocessor control panel with provision for integration with
the building management system for Air-conditioning system if required.
(vi) The machine must have a sub cool feature to use coil surface more effectively through proper circuit /
bridge so that it prevents the flushing of refrigerant from long piping due to this effect thereby achieving
energy savings.
(vii) The outdoor unit should be fitted with low noise level and should not be more than 67 db(A) at normal
operation when measured at a point 1 mtr. In front of the unit at a height of 1.5 mtrs.
(viii) The outdoor unit should be fitted with low noise aero spiral design fan with aero fitting grill for spiral
discharge airflow to reduce pressure loss and should be fixed with DC/AC fan motor for better efficiency.
(ix) In case of trouble occurs in an indoor units (s), the continuous operation of system should be possible.
(x) The unit shall be designed in such as way that cleaning of drain Pan should be easy & inspection/
replacement of compressor should be easy.
(xi) The condensing unit shall be designed to operate safely when connected to multiple fan coil units.
7. Refrigerant Circuit
The refrigerant circuit shall include liquid and gas shut-off valves and a solenoid valves at condenser end.
The equipment must have inbuilt refrigerant stabilization control for proper refrigerant distribution. All
necessary safety devices shall be provided to ensure the safe operation of the system.
8. Heat Exchanger
The heat exchanger shall be constructed with copper tubes mechanically bonded to aluminum fins to
form a cross fin coil. The aluminum fins shall be covered by anti-corrosion resin film. The unit shall be
provided with necessary number of direct driven low noise level propeller type fans arranged for vertical
discharge. Each fan shall have a safety guard.
9. Safety Devices
All necessary safety devices shall be provided to ensure safe operation of the system. Whatever safety
devices are required shall be part of outdoor unit - high pressure switch, fuse, fan drive overload
protector, fusible plug, crankcase heater, over load relay, overload protection for inverter based
technology.
The outdoor roof mounted units shall be provided in such a fashion that these do not affect the overall
aesthetics and ambience of the building. If required these units shall be suitably camouflaged to give
C
I NIL
O AE(E)(P)
35
good aesthetic look. These provisions, however, shall be discussed, if required, at a later date and the
prices for the same shall be worked out separately as extra item.
10. INDOOR UNITS
All indoor units as specified shall have; in general, noise levels less than 46 db. For critical applications
noise levels below these limits may, however, be specified during design stage.
(i) Each unit shall have electronic control valve to control refrigerant flow rate respond to load variation
of the room.
(ii) The address of the indoor unit shall be set automatically or through central controller in case of
individual and group control.
(iii) The fan shall be dual suction, aerodynamically designed, Turbo, multi blade type, statically &
dynamically balanced to ensure low noise and vibration free operation of the system. The fan shall be
direct driven type, mounted directly on motor shaft having support from housing.
(iv) The cooling coil shall be made out of seamless copper tubes and having continuous aluminum fins.
The fins shall be spaced by collars forming an integral part. The tubes shall be staggered in the
direction of airflow. The tubes shall be hydraulically/ mechanically expanded for minimum thermal
contact resistance with fins. Each coil shall be factory tested at 21 kg/sq.m air pressure under water.
(v) Indoor unit shall have cleanable type filter fixed to an integrally moulded / moulded plastic frame. The
filter shall be slide in and neatly insertable type. It shall be possible to clean the filters either with
compressed air or water.
11. Refnet Joints/ Header Joints
Supply & installation of the Y-Joint/Ref-net separation refrigeration pipe joints and header in the
appropriate orientation to enable correct distribution of refrigerant. The Distribution Joints should be
factory insulated with close cell nitrile rubber tubular sections of class O fire ratting.
(ii) After completion of installation of the refrigerant piping, the refrigerant piping system shall be
pressure tested using nitrogen gas at a suitable pressure as specified by OEM (Original
Equipment Manufacturer). Pressure shall be maintained in the system for 48 hours. The system
shall then be evacuated to vacuum of not less than 700 mm Hg and held for 24 hours.
(iii) The supplier of air-conditioning system shall choose sizes as designed and erect proper
interconnections of the complete refrigerant circuit. The thickness of copper piping shall not be
less than 18 SWG for pipes upto 19.1 mm and 16 SWG for larger dia.
(iv) The suction line pipe size and the liquid line pipe sizes shall be selected according to the
manufacturer’s specified diameter. All refrigerant pipes shall be properly supported and anchored
to the building/structure using steel hangers, fasteners, brackets and supports which shall be fixed
to the building/structure by means of inserts or expansion shields or anchor fasteners of adequate
size and number to support the load imposed thereon.
(v) The refrigerant piping should be laid in such a way that it should not distort the interior of the room,
wherever the refrigerant pipe has to be laid across the room, it should be laid in a concealed
manner by making appropriate boxing arrangement matching with the interior of the room. All
associated minor Civil Engineering works (like chasing on wall, ceiling & re-plastering & repainting
etc.) related with the above items are included in the scope of work. The above scope does not
include false ceiling wherever required.
(vii) Entire liquid and suction refrigerant pipe lines including all fittings, valves and strainer bodies, etc.
shall be insulated with electrometric nitrile rubber as specified in BOQ.
(viii) For proper drainage of condensate U trap shall be provided in the drain piping wherever required.
All pipe supports shall be prefabricated and pre-painted slotted angle support, properly installed
C
I NIL
O AE(E)(P)
36
with clamps. The condensate drain pipe arrangement for disposal of condensate water be made in
such a way that there should not be any leakages of condensate water inside rooms as well in the
route of drain water pipe line & water should be discharged at the location jointly decided with
Engineer-in-Charge of work. All associated Civil Engineering works as per requirement at site in
above connection like making chase in the wall & restoring it original shape by re-plastering &
repainting, etc. are included in the scope of work. The arrangement of drain-pipe shall be made in
such a way that it should not affect the aesthetic of the building as well as is maintenance friendly
& easily accessible.
C
I NIL
O AE(E)(P)
37
SCHEDULE OF WORK
N/W:- Replacement of Central AC Plant with VRV/VRF System for Auditorium in G.S.I. Office Bldg. at
Aliganj, Lucknow.
C
I NIL
O AE(E)(P)
38
C
I NIL
O AE(E)(P)
39
C
I NIL
O AE(E)(P)
41
(a) 20 mm
40 Mtr. 132.00 Mtr. 5,280.00
(b) 25 mm
80 Mtr. 150.00 Mtr. 12,000.00
C
I NIL
O AE(E)(P)
42
ELIGIBILITY BID
NIT No.:-52 /EE(E)/LKO/2025-26
Name of Work:- Replacement of Central AC Plant with VRV/VRF System for Auditorium in G.S.I. Office Bldg. at Aliganj, Lucknow.
Estimated Cost:- ₹82,51,724/- Time Allowed :- 04 Months EMD ₹ 1,65,034/-
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 “SITC of VRV/VRF 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
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.
1 2 3 4 5 6 7 8 9 10 11 12
C
I NIL
O AE(E)(P)