34
1 Draft NIT INDEX Name of work :-: C / o Additional Accomodation ( Upgradation existingschool building in to A Type ) K.V. CRPF campus Ganhinagar. SH : Providing Remaining Fans & Fittings In Block- B & Street Lighting etc. SL.NO. CONTENTS PAGE NO. 1. Index 1 2. Press Notice 2 3. Information and instruction for Bidders for e-tendering 3-5 4. CPWD-6 for e-tendering 6-12 5. Integrity pact 13-19 6. Item rate tender for works (Form CPWD-8) i/c Schedule A to F 20-28 7. Annexure – A 29-31 8. Addition condition & Specifications 32-36 9. Schedule of quantities / Works 38 Certified that this NIT contains 37 pages i.e. (1 to pages). Executive Engineer (E) GCED, CPWD, Gandhinagar.

Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

1

Draft NIT

INDEX

Name of work:- :

C / o Additional Accomodation ( Upgradation existingschool building in to AType ) K.V. CRPF campus Ganhinagar. SH : Providing Remaining Fans &Fittings In Block- B & Street Lighting etc.

SL.NO. CONTENTS PAGE NO.

1. Index 1

2. Press Notice 2

3. Information and instruction for Bidders for e-tendering 3-5

4. CPWD-6 for e-tendering 6-12

5. Integrity pact 13-19

6. Item rate tender for works (Form CPWD-8) i/c Schedule A to F 20-28

7. Annexure – A 29-31

8. Addition condition & Specifications 32-36

9. Schedule of quantities / Works 38

Certified that this NIT contains 37 pages i.e. (1 to pages).

Executive Engineer (E)GCED, CPWD,Gandhinagar.

Page 2: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

2

CPWD

NOTICE INVITING e- TENDER

Executive Engineer (E), Gandhinagar Central Electrical Division, CPWD,Gandhinagar, invites on behalf of President of India online Item rate bids fromapproved and eligible contractors of CPWD registered for composite work category

NIT No.- e- 79 /EE/GCED/2015-16

Name of work:- C / o Additional Accomodation ( Upgradation existingschoolbuilding in to A Type ) K.V. CRPF campus Ganhinagar. SH : Providing RemainingFans & Fittings In Block- B & Street Lighting etc.

Estimated Cost : Rs.6,99,850/-

Earnest money : Rs 13,997/--

Time of completion : 2 Months

Last date & time of on line submission of bid : 23/12/2015 3:00 PM

Last date & time of submission of EMD : 28/12/2015 3:00 PM( Physically at Division office )

The bid forms and other details can be obtained from the websitewww.tenderwizard.com/CPWD . The press notice is also available onwww.eprocure.gov.in

Page 3: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

3

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING

FORMING PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE

(Applicable for inviting open bids)

The Executive Engineer (E), GCED, CPWD, Gandhinagar (Ph No. 079-23235071, fax no. 079-23246727, e-mail ID : [email protected] of President of India invites online item rate/percentage rate bids fromapproved and eligible contractors of CPWD registered for composite work category

S.

No.

NIT

No.

Name of work &Location

Esti

mat

ed

cost

p

ut

tote

nd

er

Earn

est

Mon

ey

Per

iod

of c

omp

leti

on

Last dateand time ofsubmissionof bid,EMD, e-tenderprocessingfee & otherdocumentas specifiedin the pressnotice

Periodduringwhich EMD,e-TenderProcessingFees andotherdocumentssubmittedat Divisionoffice

Time & dateof openingof bid

1 2 3 4 5 6 7 81

NIT

No:

e-7

9/

EE/

GC

ED/

20

15

-1

6 C /

o A

dd

itio

nal

Acc

omod

atio

n (

Up

gra

dat

ion

ex

isti

ng

sch

ool

bu

ildin

g

in

to

A

Typ

e )

K.V

.C

RP

F ca

mp

us

Gan

hin

agar

. S

H :

Pro

vid

ing

R

emai

nin

g

Fa

ns

&Fi

ttin

gs

In

Blo

ck-

B&

S

tree

tLi

gh

tin

g e

tc.

Rs.

6,9

9,8

50

/-

Rs

13

,99

7/

--

2M

onth

s

On

.2

3.1

2.2

01

5u

p t

o 1

50

0 H

rs.

On

.2

8.1

2.2

01

5u

p t

o 1

50

0 H

rs.

On

.2

8.1

2.2

01

5u

p t

o 1

53

0 H

rs.

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

2. Information and instructions for bidders posted on website shall form partof bid document.

3. The bid document consisting of plans, specifications, the schedule ofquantities of various types of items to be executed and the set of termsand conditions of the contract to be complied with and other necessarydocuments can be seen and downloaded from websitewww.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.

4. But the bid can only be submitted after depositing processing fee infavour of ITI Limited or without processing fee as per OM No. DG/e-Gov/24 dated 01-04-2015 and uploading the mandatory scanneddocuments such as demand draft or pay order or Banker’s Cheque or

Page 4: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

4

deposit at call receipt or fixed deposit receipts of any Scheduled Banktowards EMD in favour of Executive Engineer (E), GCED, CPWD,Gandhinagar and other documents as specified at clause 9 of CPWD-6. Asper OM No.DG /e-Gov/24 dated 01-04-2015 the contractors alreadyregistered on the e-tendering portal will have option to continue by payingtender processing fee up to one year from the date of registration, or toswitch over to (new) registration without tender processing fee any time.All new registration from 01.04.2015 will be without tender processingfee.

5. Those contractors not registered on the website mentioned above, arerequired to get registered beforehand. If needed they can be impartedtraining on online bidding process as per details available on the website.

6. The intending bidder must have valid Class-III digital signature to submitthe bid.

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

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

9. Contractor must ensure to quote rate of each item. The column meant forquoting rate in figures appears in pink colour and the moment rate isentered, it turns sky blue.In addition to this, while selecting any of the cells a warning appears thatif 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, rateof such item shall be treated as “0” (ZERO).

10.SC/ST contractors enlisted under class V category are exempted fromprocessing fee payable to ITI Limited.

11.The department reserves the right to reject any prospective applicationwithout assigning any reason and to restrict the list of qualifiedcontractors to any number deemed suitable by it, if too many bids arereceived satisfying the laid down criterion.

Page 5: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

5

List of Documents to be scanned and uploaded within the period of bidsubmission:

I. Treasury Challan/ Demand Draft/ Pay Order or Banker’s Cheque/ Deposit atCall Receipt/ FDR/ Bank Guarantee of any Scheduled Bank against EMD, asper clause 9 of PWD-6 enclosed.

II. Valid Electrical contractor LicenseIII. Enlistment order of the contractor.IV. Certificates of Work experience.V. Affidavit as per provisions of clause 1.2.3 of CPWD 6 (if required from non

CPWD and CPWD class II contractors).VI. Two letters from CPWD Class I contractors as specified under clause 1.2.3 of

CPWD6.VII. Certificate of Registration for Sales Tax / VAT and acknowledgement of up to

date filed return if required.VIII. Certificate of Registration for Service Tax and acknowledgement of up to date

filed return, if required as per Notification No. 12/2012- Service Tax dated17.03.2012 of Department of Revenue, M/o Finance (to be decided by theNIT approving authority).

IX. An undertaking that “The physical EMD shall be deposited by me/uswith the EE calling the bid in case I/we become the lowest bidderwithin a week of the opening of financial bid otherwise departmentmay reject the bid and also take action to withdraw my/ourenlistment/ debar me/ us from tendering in CPWD.”

Executive Engineer (E)GCED , CPWD,Gandhinagar.

Page 6: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

6

CPWD – 6 CPWD

CPWD-6 FOR e-TENDERING

Item rate/ percentage rate bids are invited on behalf of President of India fromapproved and eligible contractors of CPWD registered for composite workcategory and those of appropriate list of M.E.S., BSNL, Railway and ……………..State P.W.D. (B&R) or State Govt.’s Department ……………… (strike out as thecase may be) dealing with building and roads, if there is no State PWD (B&R)for the work of :- C / o Additional Accomodation ( Upgradation existingschoolbuilding in to A Type ) K.V. CRPF campus Ganhinagar. SH : Providing RemainingFans & Fittings In Block- B & Street Lighting etc.

The enlistment of the contractors should be valid on the last date of submissionof bids .

In case only the last date of submission of bid is extended, the enlistment ofcontractor should be valid on the original date of submission of bids.

1.1 The work is estimated to cost Rs. 6,99,850/-. This estimate, however, isgiven merely as a rough guide.

1.1.1 The authority competent to approve NIT for the combined cost andbelonging to the major discipline will consolidate NITs for calling the bids. Hewill also nominate Division which will deal with all matters relating to theinvitation of bids.For composite bid, besides indicating the combined estimated cost put tobid, should clearly indicate the estimated cost of each component separately.The eligibility of bidders will correspond to the combined estimated cost ofdifferent components put to bid.

1.2 Intending bidder is eligible to submit the bid provided he has definite prooffrom the appropriate authority, which shall be to the satisfaction of thecompetent authority, of having satisfactorily completed similar works ofmagnitude specified below :-Criteria of eligibility for submission of tender documents.

1.2.1 -Conditions for Non –CPWD contractors only, if tenders are also open to non-CPWD contractors.For works estimated to cost up to Rs. 20 Crore.Three similar works each of value not less than 40% of estimated cost or twosimilar work each of value not less than 60% of estimated cost or one work ofvalue not less than 80% of estimated cost (rounded to nearest Rs. 10 lac) inlast 7 years ending last day of the month previous to the one in which thetenders are invited.

Note:-For works costing above Rs. 5 Crorebut up to Rs. 20 Crore, whentenders are open to non-CPWD contractors also, then class II contractors ofCPWD shall also be eligible if they satisfy the eligibility criteria specified in1.2.1 above.

Page 7: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

7

CPWD – 6 CPWD1.2.2 –Criteria of eligibility for CPWD as well as non-CPWD contractors.

For works estimated to cost aboveRs. 20Crore.Three similar works each of value not less than 40% of estimated cost or twosimilar work each of value not less than 60%of estimated cost or one work ofvalue not less than 80% of estimated cost (rounded to nearest Rs. 10 lac) inlast 7 years ending last day of the month previous to the one in which thetenders are invited.The value of executed works shall be brought to current costing level byenhancing the actual value of work at simple rate of 7% per annum,calculated from the date of completion to the last date of submission of bid.

1.2.3To become eligible for issue of bid, the bidders shall have to furnish anaffidavit as under :-I/We undertake and confirm that eligible similar works(s) has/have not beengot executed through another contractor on back to back basis. Further that, ifsuch a violation comes to the notice of Department, then I/we shall bedebarred for bidding in CPWD in future forever. Also, if such a violation comesto the notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest MoneyDeposit/Performance Guarantee. (Scanned copy to be uploaded at the time ofsubmission of bid)”.

1. Agreement shall be drawn with the successful tenderer on prescribed FormNo. CPWD – 8 (or other Standard Form as mentioned) which is available asa Govt. of India Publication and also available on websitewww.cpwd.gov.in. Bidders shall quote their rates as per various terms andconditions of the said form which will form part of the agreement.

2. The time allowed for carrying out the work will be 2 months from the date ofstart as defined in schedule ‘F’ or from the first date of handing over of thesite, whichever is later, in accordance with the phasing, if any, indicated inthe tender documents.

3. (i) The site for the work is available.ORThe site for the work shall be made available in parts as specified below:-(ii) The architectural and structural drawing for the work is available.

ORThe architectural and structural drawings shall be made available in phasedmanner, as per requirement of the same as per approved programme ofcompletion submitted by the contractor after award of the work.

4. The bid document consisting of plans, specifications, the schedule ofquantities of various types of items to be executed and the set of terms andconditions of the contract to be complied with and other necessarydocuments except Standard General Conditions of Contract 2010 Form canbe seen on website www.tenderwizard.com/CPWD orwww.cpwd.gov.in free of cost.

5. After submission of the bid the contractor can re-submit revised bid anynumber of times but before last time and date of submission of bid asnotified.

Page 8: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

8

CPWD – 6 CPWD7. 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) butbefore last time and date of submission of bid as notified.

8. When bids are invited in two stage system and if it is desired to submit revisedfinancial bid then it shall be mandatory to submit revised financial bid. If notsubmitted then the tender submitted earlier shall become invalid.

9. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order orBanker`s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn infavour of Executive Engineer (E), GCED , C.P.W.D., Gandhinagar) shall bescanned and uploaded to the e-tendering website within the period of bidsubmission.

A part of earnest money is acceptable in the form of bank guarantee also. Insuch 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 bedeposited in shape of Bank Guarantee of any scheduled bank having validity forsix months or more from the last date of receipt of bids which is to be scannedand uploaded by the intending bidders.

The physical EMD of the scanned copy of EMD uploaded shall be deposited bythe lowest bidder within a week after opening of financial bid failing which thebid shall be rejected and enlistment of the agency shall be withdrawn by theenlisting authority/ the agency shall be debarred from tendering in CPWD.The following undertaking in this regard shall also be uploaded by the intendingbidders:-“The physical EMD shall be deposited by me/us with the EE calling thebid in case I/we become the lowest bidder within a week of theopening of financial bid otherwise department may reject the bid andalso take action to withdraw my/our enlistment/debar me/us fromtendering in CPWD.” ( physical EMD with document has to be submittedas per NIT)

Interested contractor who wish to participate in the bid has also to makefollowing payments within the period of bid submission:

e-Tender Processing Fee Rs. 570/- shall be payable to M/s "ITI Limited"through their e-gateway by credit /debit card, internet banking orRGTS/NEFT facility.

Copy of Enlistment Order and certificate of work experience and otherdocuments as specified in the press notice shall be scanned and uploaded to thee-tendering website within the period of bid submission. However, certifiedcopy of all the scanned and uploaded documents as specified in pressnotice shall have to be submitted by the lowest bidder only along withphysical EMD of the scanned copy of EMD uploaded within a weekphysically in the office of tender opening authority.

Online bid documents submitted by intending bidders shall be opened onlyof those bidders, who has deposited e-Tender processing fee with M/s ITI Limitedand Earnest Money Deposit and other documents scanned and uploaded are foundin order.

Page 9: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

9

CPWD – 6 CPWD

The bid submitted shall be opened at 03:30 PM on 28.12.201510. The bid submitted shall become invalid and e-Tender processing fee shall not be

refunded if:(i) The bidder is found ineligible.(ii) The bidder does not upload all the documents (including service tax

registration, VAT registration/ Sales Tax registration) as stipulated in thebid document including the undertaking about deposition of physical EMD ofthe scanned copy of EMD uploaded.

(iii) If any discrepancy is noticed between the documents as uploaded at thetime of submission of bid and hard copies as submitted physically by thelowest bidder in the office of tender opening authority.

(iv) The lowest bidder does not deposit physical EMD within a week of opening ofbid.

(v) If a tenderer quotes nil rates against each item in item rate tender or does notquote any percentage above / below on the total amount of the tender or anysection/sub head in percentage rate tender,the tender shall be treated asinvalid and will not be considered as lowest tenderer.

11. The contractor whose bid is accepted will be required to furnish performanceguarantee of 5% (Five Percent) of the bid amount within the periodspecified in Schedule F. This guarantee shall be in the form of cash (in caseguarantee amount is less than Rs. 10,000/-) or Deposit at Call receipt of anyscheduled bank/Banker’s cheque of any scheduled bank/ Demand Draft of anyscheduled bank/Pay order of any Scheduled Bank (in case guarantee amount isless than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts orGuarantee Bonds of any Scheduled Bank or the State Bank of India inaccordance with the prescribed form. In case the contractor fails to deposit thesaid performance guarantee within the period as indicated in Schedule ‘F’including the extended period if any, the Earnest Money deposited by thecontractor shall be forfeited automatically without any notice to the contractor.The earnest money deposited along with bid shall be returned after receivingthe aforesaid performance guarantee.

The contractor whose bid is accepted will also be required tofurnish either copy of applicable licences / registrations or proof ofapplying for obtaining labour licenses, registration with EPFO, ESIC andBOCW Welfare Board and Programme Chart (Time and Progress) withinthe period specified in Schedule-F.

12. Intending Bidders are advised to inspect and examine the site and itssurroundings and satisfy themselves before submitting their bids as to thenature of the ground and sub-soil (so far as is practicable), the form and natureof the site, the means of access to the site, the accommodation they mayrequire and in general shall themselves obtain all necessary information as torisks, contingencies and other circumstances which may influence or affect theirbid. A bidder shall be deemed to have full knowledge of the site whether heinspects it or not and no extra charge consequent on any misunderstanding orotherwise shall be allowed. The bidders shall be responsible for arranging andmaintaining at his own cost all materials, tools & plants, water, electricityaccess, facilities for workers and all other services required for executing thework 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

Page 10: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

10

CPWD – 6 CPWDcontract documents and has made himself aware of the scope and specificationsof the work to be done and of conditions and rates at which stores, tools andplant, etc. will be issued to him by the Government and local conditions andother factors having a bearing on the execution of the work.

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

14. Canvassing whether directly or indirectly, in connection with bidders is strictlyprohibited and the bids submitted by the contractors who resort to canvassingwill be liable to rejection.

15. The competent authority on behalf of President of India reserves to himself theright of accepting the whole or any part of the bid and the bidders shall bebound 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) responsiblefor award and execution of contracts, in which his near relative is posted aDivisional Accountant or as an officer in any capacity between the grades ofSuperintending Engineer and Junior Engineer (both inclusive). He shall alsointimate the names of persons who are working with him in any capacity or aresubsequently employed by him and who are near relatives to any gazette officerin the Central Public Works Department or in the Ministry of Urban Development.Any breach of this condition by the contractor would render him liable to beremoved from the approved list of contractors of this Department.

17. No Engineer of gazetted Rank or other Gazetted Officer employed in Engineeringor Administrative duties in an Engineering Department of the Government ofIndia is allowed to work as a contractor for a period of one year after hisretirement from Government service, without the prior permission of theGovernment of India in writing. This contract is liable to be cancelled if either thecontractor or any of his employees is found any time to be such a person whohad not obtained the permission of the Government of India as afore said beforesubmission of the bid or engagement in the contractor’s service.

18. The tender for the works shall remain open for acceptance for a periodofthirty/ forty five/ sixty/ ninety(30/45/60/90)days from the date ofopening of tenders/Ninety (90) days from the date of opening of technicalbidsin case tenders are invited on 2 bid system/one hundred twenty (120) days fromthe date ofopening of technical bids in case tenders are invited for specializedworks on 3 bid system (strike outas the case may be) if any tendererwithdraws his tender before the said period or issue of letter ofacceptance, whichever is earlier, or makes any modifications in theterms and conditions of the tender whichare not acceptable to thedepartment, then the Government shall, without prejudice to any other

Page 11: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

11

CPWD – 6 CPWDright or remedy, be at liberty to forfeit 50% of the said earnest moneyas aforesaid. Further the tenderer shall not be allowed to participate inthe retendering process of the work.

19. This notice inviting Bid shall form a part of the contract document. Thesuccessful bidder/contractor, on acceptance of his bid by the Accepting Authorityshall within 15 days from the stipulated date of start of the work, sign thecontract 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 thetime of invitation of bid and the rates quoted online at the time of submission ofbid 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( Not Applicable)

20.1.1 The Executive Engineer in charge of the major component will call bids for theComposite work. The cost of bid document and Earnest Money will be fixed withrespect 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 componentof the work, Standard General Conditions of Contract for CPWD 2010 asamended/modified up to .............Part B:- General / specific conditions, specifications and schedule of quantitiesapplicable to major component of the work.Part C:- Schedule A to F for minor component of the work. (SE/EE in charge ofmajor component shall also be competent authority under clause 2 and clause 5asmentioned in schedule A to F for major components), General/specificconditions, specifications and schedule of quantities applicable to minorcomponent(s) of the work.

20.1.3 The bidder must associate himself, with agencies of the appropriate class eligibleto bid for each of the minor component individually.

20.1.4 The eligible bidders shall quote rates for all items of major component as well asfor all items of minor components of work.

20.1.5 After acceptance of the bid by competent authority, the EE in charge of majorcomponent of the work shall issue letter of award on behalf of the President ofIndia. After the work is awarded, the main contractor will have to enter into oneagreement with EE in charge of major component and has also to sign two ormore copies of agreement depending upon number of EE's/DDH in charge ofminor components. One such signed set of agreement shall be handed over toEE/DDH in charge of minor component(s). EE of major component will operatepart A and part B of the agreement. EE/DDH in charge of minor component(s)shall operate Part C along with Part A of the agreement.

Page 12: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

12

CPWD – 6 CPWD20.1.6 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 correspondingto the estimated cost of the respective component of works. The Earnest Moneywill become part of the security deposit of the major components of work.

20.1.8 The main contractor has to associate agency(s) for minor component(s)conforming to Eligibility criteria as defined in the bid document and has tosubmit detail of suchagency(s) to Engineerin- charge of minor component(s) within prescribed time.Name of the agency(s) to be associated shall be approved by Engineer-in-chargeof minor component(s).

20.1.9 In case the main contractor intends to change any of the above agency/agenciesduring The operation of the contract, he shall obtain prior approval of Engineer-in-charge of Minor component. The new agency/agencies shall also have tosatisfy the laid down eligibility criteria. In case Engineer-in-charge is notsatisfied with the performance of any agency, he can direct the contractor tochange the agency executing such items of work and this shall be binding on thecontractor.

20.1.10 The main contractor has to enter into agreement with contractor(s) associatedby him for execution of minor component(s). Copy of such agreement shall besubmitted to EE/DDH in charge of each minor component as well as to EE incharge of major component. In case of change of associate contractor, the maincontractor has to enter into agreement with the new contractor associated byhim.

20.1.11 Running payment for the major component shall be made by EE of majordiscipline to The main contractor. Running payment for minor components shallbe made by the Engineer-incharge of the discipline of minor component directlyto the main contractor.

20.1.12 Final bill of whole work shall be finalized and paid by the EE of majorcomponent. Engineer(s) in charge of minor component(s) will prepare and passthe final bill for their component of work and pass on the same to the EE ofmajor component for including in the final bill for composite contract.

NOTE:- The struck out portions shall be considered as deleted.

Executive Engineer (E)GCED , CPWD,Gandhinagar.

Page 13: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

13

INTEGRITY PACT CPWD

To,

M/s. ………………………..,

………………………..,

………………………..

Sub: NIT No e- /EE/GCED/2015-16

for the work :- C / o Additional Accomodation ( Upgradation existingschoolbuilding in to A Type ) K.V. CRPF campus Ganhinagar. SH : Providing RemainingFans & Fittings In Block- B & Street Lighting etc.

Dear Sir,

It is here by declared that CPWD is committed to follow the principle of transparency,equity and competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the

Bidder will sign the integrity Agreement, which is an integral part of tender/bid documents, failingwhich the tenderer/bidder will stand disqualified from the tendering process and the bid of thebidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of thesame shall be deemed as acceptance and signing of the Integrity Agreement on behalf of theCPWD.

Yours faithfully

Executive Engineer (E)

GCED, CPWD,

Gandhinagar-382010

Page 14: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

14

INTEGRITY PACT CPWD

To,

Executive Engineer (E),

GCED, CPWD,

GANDHINAGAR,

GUJARAT - 382010.

Sub: Submission of Tender for the work of :- C / o Additional Accomodation (Upgradation existingschool building in to A Type ) K.V. CRPF campusGanhinagar. SH : Providing Remaining Fans & Fittings In Block- B & StreetLighting etc.

Dear Sir,

I/We acknowledge that CPWD is committed to follow the principles thereof asenumerated in the Integrity Agreement enclosed with the tender/bid document. I/Weagree that the Notice Inviting Tender (NIT) is an invitation to offer made on thecondition that I/We will sign the enclosed integrity Agreement, which is an integral partof tender documents, failing which I/We will stand disqualified from the tenderingprocess. I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS ANUNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letterand spirit and further agree that execution of the said Integrity Agreement shall beseparate and distinct from the main contract, which will come into existence whentender/bid is finally accepted by CPWD. I/We acknowledge and accept the duration ofthe Integrity Agreement, which shall be in the line with Article 1 of the enclosed IntegrityAgreement.

I/We acknowledge that in the event of my/our failure to sign and accept theIntegrity Agreement, while submitting the tender/bid, CPWD shall have unqualified,absolute and unfettered right to disqualify the tenderer /bidder and reject the tender/bidis accordance with terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

Page 15: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

15

INTEGRITY PACT CPWD

To be signed by the bidder and same signatory competent / authorised to

sign the relevant contract on behalf of CPWD.

INTEGRITY AGREEMENT

This Integrity Agreement is made at ............... on this........... day of ...........20......BETWEEN

President of India represented through Executive Engineer, ................................., CPWD(Name of Division)

......................................................................., (Hereinafter referred as thePrincipal/Owner’, which(Address of Division)‘expression shall unless repugnant to the meaning or context hereof includeits successors and permitted assigns) AND......................................................................................................(Name and Address ofthe Individual/firm/Company)through ................................................................................................ (Hereinafter referredto as the(Details of duly authorized signatory)“Bidder/Contractor” and which expression shall unless repugnant to the meaning or contexthereof include its successors and permitted assigns)PreambleWHEREAS the Principal / Owner has floated the Tender (NIT No. …….................................)(hereinafterreferred to as “Tender/Bid”) and intends to award, under laid down organizational procedure,contractfor.................................................................................................................................................

(Name of work) : C / o Additional Accomodation ( Upgradation existingschoolbuilding in to A Type ) K.V. CRPF campus Ganhinagar. SH : Providing RemainingFans & Fittings In Block- B & Street Lighting etc.

hereinafter referred to as the “Contract”.

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 itsBidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into thisIntegrity

Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions ofwhich shall also be read as integral part and parcel of the Tender/Bid documents and Contractbetween the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties herebyagree as follows and this Pact witnesses 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 apromise for or accept, for self or third person, any material or immaterial benefit which theperson is not legally entitled to.

Page 16: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

16

INTEGRITY PACT CPWD

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity andreason. The Principal/Owner will, in particular, before and during the Tender process, provideto all Bidder(s) the same information and will not provide to any Bidder(s) confidential /additional information through which the Bidder(s) could obtain an advantage in relation to theTender 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 acriminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act)or is in violation of the principles herein mentioned or if there be a substantive suspicion in thisregard, the Principal/Owner will inform the Chief Vigilance Officer and in addition can alsoinitiate 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 andagents) adhere to the highest ethical standards, and report to the Government / Departmentall suspected acts of fraud or corruption or Coercion or Collusion of which it hasknowledge or becomes aware, during the tendering process and throughout the negotiation oraward of a contract.

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to preventcorruption. He commits himself to observe the following principles during his participation inthe 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 orexecution of the Contract or to any third person any material or other benefit which he/she isnot legally entitled to, in order to obtain in exchange any advantage of any kind whatsoeverduring 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 agreementor understanding, whether formal or informal. This applies in particular to prices,specifications, certifications, subsidiary contracts, submission or non-submission of bids orany 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 purpose of competition orpersonal gain), or pass on to others, any information or documents provided by thePrincipal/Owner as part of the business relationship, regarding plans, technical proposals andbusiness details, including information contained or transmitted electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses ofagents/representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationalityshalldisclose names and addresses of foreign agents/representatives, if any. Either the Indianagent on behalf of the foreign principal or the foreign principal directly could bid in a tenderbut not both.Further, in cases where an agent participate in a tender on behalf of onemanufacturer, he shall not be allowed to quote on behalf of another manufacturer along withthe first manufacturer in a subsequent/parallel tender for the same item.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments 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 aboveor be an accessory to such offences.

Page 17: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

17

INTEGRITY PACT CPWD

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge infraudulent practice means a willful misrepresentation or omission of facts orsubmission offake/forged documents in order to induce public official to act inreliance thereof, with the purpose of obtaining unjust advantage by or causingdamage to justified interest of others and/or to influence the procurement processto the detriment of the Government interests.

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

Article 3: Consequences of Breach

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

1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract hascommitted a

transgression through a violation of Article 2 above or in any other form, such as to put hisreliability or credibility in question, the Principal/Owner after giving 14 days notice to thecontractor shall have powers to disqualify the Bidder(s)/Contractor(s) from the Tender processor terminate/determine the Contract, if already executed or exclude the Bidder/Contractorfrom future contract award processes. The imposition and duration of the exclusion will bedetermined by the severity of transgression and determined by the Principal/Owner. Suchexclusion may be forever or for a limited period as decided by the Principal/Owner.

2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner hasdisqualified the Bidder(s) from the Tender process prior to the award of the Contract orterminated/determined the Contract or has accrued the right to terminate/determine theContract according to Article 3(1), the Principal/Owner apart from exercising any legal rightsthat may have accrued to the Principal/Owner, may in its considered opinion forfeit the entireamount of Earnest Money Deposit, Performance Guarantee and Security Deposit of theBidder/Contractor.

3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder orContractor or of an employee or a representative or an associate of a Bidder or Contractorwhich constitutescorruption within the meaning of IPC Act, or if the Principal/Owner hassubstantive uspicion in this regard, the Principal/Owner will inform the same to law enforcingagencies for further investigation.

Article 4: Previous Transgression

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

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

3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by himandhas installed a suitable corruption prevention system, the Principal/Owner may, at its owndiscretion, revoke the exclusion prematurely.

Page 18: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

18

INTEGRITY PACT CPWD

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 anyviolation(s) of the principles laid down in this agreement/Pact by any of itsSubcontractors/sub-vendors.

2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and

Contractors.

3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact betweenthe

Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage ofthe

Tender process, from the Tender process.

Article 6- Duration of the PactThis Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor

12months after the completion of work under the contract or till the continuation of defect liability

period,whichever is more and for all other bidders, till the Contract has been awarded.If any claim is made/lodged during the time, the same shall be binding and continue to be valid

despitethe lapse of this Pacts as specified above, unless it is discharged/determined by the CompetentAuthority, CPWD.Article 7- Other Provisions1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head quarters

ofthe Division of the Principal/Owner, who has 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 or 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 consortiummembers. In case of a Company, the Pact must be signed by a representative duly authorizedby board resolution.

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pactremains valid. In this case, the parties will strive to come to an agreement to their originalintensions.

5) It is agreed term and condition that any dispute or difference arising between the parties withregard to the terms of this Integrity Agreement / Pact, any action taken by theOwner/Principal inaccordance with this Integrity Agreement/ Pact or interpretation thereof shall not besubject 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 rightsand remedies belonging to such parties under the Contract and/or law and the same shall bedeemed to be cumulative and not alternative to such legal rights and remedies aforesaid. Forthe sake of brevity, both the Parties agree that this Integrity Pact will have precedence overthe Tender/Contact documents with regard any of the provisions covered under this IntegrityPact.

Page 19: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

19

NTEGRITY PACT CPWD

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place anddate

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 :

Page 20: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

20

CPWD – 8 CPWD

CPWD-8GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

Percentage Rate Tender / Item Rate Tender & Contract for Works

Tender for the work of : C / o Additional Accommodation ( Up gradation existingschool building in to A Type ) K.V. CRPF campusGanhinagar. SH : Providing Remaining Fans & FittingsIn Block- B & Street Lighting etc.

(i) To be submitted by 3:00 Hours on 23.12.2015_ to The ExecutiveEngineer (E), GCED, CPWD, Gandhinagar (Ph No. 079-23235071, fax no. 079-23246727.

(ii) bid to be opened in presence of tenderers who may be present at 3:30hours on 28.12.2015in the office of The Executive Engineer (E),GCED, CPWD, Gandhinagar.

The time and date of opening of the price bid shall be intimated lateron by Executive Engineer (E), GCED, CPWD, Gandhinagar,

Issued to ……………

Signature of officer issuing the documents ……..

Designation : Executive Engineer (E), GCED, CPWD, Gandhinagar.

Date of Issue: - ……………………….

Page 21: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

21

CPWD – 8 CPWD

TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F Specificationsapplicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses ofcontract, Special conditions, Schedule of Rate & other documents and Rules referred to in theconditions 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 thetime specified in Schedule ‘F’ viz., schedule of quantities and in accordance in all respect with thespecifications, designs, drawing and instructions in writing referred to in Rule-1 of General Rulesand Directions and in Clause 11 of the Conditions of contract and with such materials as areprovided for, by, and in respect of accordance with, such conditions so far as applicable.

We agree to keep the tender open for thirty/ forty five/ sixty/ ninety (30/45/60/90) days from thedue date of its opening /Ninety(90) days from the date of opening of technical bid in case tendersare invited on 2 envelop/bid system/ One hundred twenty(120) days from the date of opening oftechnical bid in case bids are invited on 3bid system for specialized work (strike out as the casemay be) and not to make any modification in its terms and conditions.

A sum of Rs. 13,997/-is hereby forwarded in cash/receipt treasury challan /deposit at call receiptof a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduledbank/bank guarantee(as per clause 9 of PWD-6) issued by a scheduled bank as earnest money. IfI/We, fail to furnish the prescribed performance guarantee within prescribed period. I/We agreethat the said President of India or his successors, in office shall without prejudice to any otherright or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail tocommence work as specified, I/We agree that President of India or the successors in office shallwithout prejudice to any other right or remedy available in law, be at liberty to forfeit the saidperformance guarantee absolutely. The said Performance Guarantee shall be a guarantee toexecute all the works referred to in the tender documents upon the terms and conditions containedor referred to those in excess of that limit at the rates to be determined in accordance with theprovision contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case offorfeiture of Earnest Money or Performance Guarantee as aforesaid, I/We shall be debarred forparticipation in the re-tendering process of the work.

I/We undertake and confirm that eligible similar work(s) has/have not been got executed throughanother contractor on back to back basis. Further that, if such a violation comes to the notice ofDepartment, then I/We shall be debarred for tendering in CPWD in future forever. Also, if such aviolation comes to the notice of Department before date of start of work, the Engineer-in-Chargeshall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.

I/We hereby declare that I/We shall treat the tender documents drawings and other recordsconnected with the work as secret/confidential documents and shall not communicateinformation/derived there from to anyperson other than a person to whom I/We am/are authorized to communicate the same or use theinformation in any manner prejudicial to the safety of the State

Dated: -

Signature of ContractorWitness: -Postal Address: -Address: -Occupation: -

Page 22: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

22

CPWD – 8 CPWD

ACCEPTANCE

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

(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 ………………………………….

Page 23: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

23

CPWD – 8 CPWD

PROFORMA OF SCHEDULES

SCHEDULE ‘A’Schedule of quantities (as per PWD-3) As per schedule of quantities & terms

& conditions attached.SCHEDULE 'B'

Schedule of materials to be issued to the contractor: -

S. No. Description of item Quantity Rates in figures &words at whichthe material willbe charged to thecontractor

Place of issue

1 2 3 4 5

SCHEDULE 'C'Tools and plants to be hired to the contractor: -

S. No. Description Hire charges per day Place of issue1 2 3 4

NIL

SCHEDULE ‘D’

Extra schedule for specific requirements/document for the work, if any: -

Special Conditions, Technical Specifications for Lifts, Terms & Conditions Enclosed.

SCHEDULE ‘E’

Reference to General Conditions ofcontract: : GCC-2014 modified up to last dateof submission

: of bid.

Name of Work C / o Additional Accomodation ( Upgradationexistingschool building in to A Type ) K.V.CRPF campus Ganhinagar. SH : ProvidingRemaining Fans & Fittings In Block- B &Street Lighting etc.

Estimated cost of work : Rs. 6,99,850/-

(i) Earnest Money : Rs: 13,997/-

(ii) Performance Guarantee : 5% of tendered value

(iii) Security Deposit : 2.5% of tendered value.

NIL

Page 24: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

24

PWD – 8 CPWD

SCHEDULE ‘F’

GENERAL RULES & DIRECTIONS

Officer inviting tender : Executive Engineer (E), GCED, CPWD,Gandhinagar.

Maximum percentage for quantity of items ofwork to be executed beyond which rates areto be determined in accordance withClauses 12.2 & 12.3. : See below.

Definitions

2(v) Engineer -in- Charge : Executive Engineer (E), GCED, CPWD,Gandhinagar.

2(viii) Accepting Authority : Competent authority as per delegation offinancial powers.

2(x) Percentage on cost of materials andLabour to cover all overheads andprofits

: 15%

2(xi) Standard Schedule of Rates : CPWD DSR (E&M)- 2014 & Market Rates..

2(xii) Department : Central Public Works Department.

9(ii) Standard CPWD Contract Form : GCC 2014, CPWD Form 8 modified & Correctedup to last date of submission of bid.

Clause 1

(i) Time allowed for submission ofPerformance Guarantee, Programme Chart(Time and Progress) and applicable labourlicenses, registration with EPFO, ESIC andBOCW Welfare Board or proof of applyingthereof from the date of issue of letter ofacceptance: : 15 days

(ii) Maximum allowable extension withlate fee @0.1% per day of P.G. amountbeyond the period provided in (i) above

: 07 days

Clause 2

Authority for fixing compensation underClause- 2

: Superintending Engineer (P cum GCEC),CPWD, Gandhinagar

Clause 2A

Whether Clause 2A shall be applicable : No

Clause 5

Number of days from the date of issue ofletter of acceptance for reckoning date of

: From 22 days after the date of issue of letterfor commencement of work

Page 25: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

25

start

CPWD – 8 CPWD

Mile stone(s) as per table given below:-

Sr.No.

Description of Milestone(Physical)

Time Allowed inDays (from date of

start)

Amount to be with-held incase of non achievement of

mile stone1 Submission of drawing of conduit

layout in AutoCAD as per siterequirement & submission of makesand models of items for approval.

15 Days 0.5 %

Submission of labour relateddocument & PTR /TR

2 Bringing materials to site , conduitlaying , wire drawing and installationof fans & fitting etc.

45 days 1.0 %

3 Testing ,commissioning & submissionof test report & completion plan

60 Days 1.5 %

Page 26: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

26

CPWD – 8 CPWD

Time allowed for execution of work : 2(Two months )

Authority to decide

(i) Extension of time : Executive Engineer (E), GCED, CPWD, Gandhinagar.

(ii)Rescheduling of mile stones

(iii)Shifting of date of start in case ofdelay in handing over of site

:

:

Superintending Engineer(P cum GCEC), CPWD,Gandhinagar

Superintending Engineer(P cum GCEC), CPWD,Gandhinagar

Clause 6, 6A

Clause applicable - (6 or 6A) : 6A

Clause 7Gross work to be done together withnet payment /adjustment of advancesfor material collected, if any, since thelast such payment for being eligible tointerim payment

Clause 7 A :Whether Clause 7 A shall be applicableNo Running Account Bill shall be paidfor the Work till the applicable labourlicences, registration EPFO and ESICand BOCW Welfare Board,whateverapplicable are submitted by thecontractor to the Engineer-in-Charge

:

:

Rs.1,00,000/-

Yes –As per annexure “A’ on page 28,29.

Clause 10A

List of testing equipment to beprovided by the contractor at sitelab.

: Not Applicable

Clause 10B (ii)

Whether Clause 10 B (ii) shall beapplicable

: NO

Clause 10C

Component of labour expressed aspercent of value of work

: 25 %

Clause 10CA Whether Clause 10CAshall be applicable

: N.A.

S. No. Material coveredunder this clause

Nearest Materials (other than cement,reinforcement bars and the structuralsteel) for which All India WholesalePrice Index to be followed

Base price of allmaterials coveredunder clause 10 CA*

Not Applicable

Page 27: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

27

Clause 10 CC: Not Applicable

Clause 10 CC to be applicable in contracts withstipulated period of completion exceeding theperiod shown in next column : 4 months

Schedule of component of other Materials, Labour,POL etc. for price escalation. Component of civil(except materials covered under clause 10CA)/Electrical construction Materials expressed aspercentage of total value of work.

: X m NIL %

Component of Labour

Expressed as percent age of total value ofwork. : Y NIL%

Component of P.O.L.

Expressed as percentage of total value ofwork. : Z NIL %

Clause 11

Specifications to be followed for execution ofwork

: As per CPWD General Specifications for ElectricalWorks, Part-I Internal (2013), Part-II (External-1994), and amended upto last date of submissionof bid..

Clause 12 :- Type of work : Construction

12.2. & 12.3

Deviation Limit beyond which clauses12.2 &12.3 shall apply for building work / lifts : 30% (Fifty percent)

12.5

Deviation Limit beyond which clauses12.2 &12.3 shall apply for foundation work : N.A.

Clause 16

Competent Authority for deciding reducedrates

: Superintending Engineer ,(P cum GCEC), CPWD, Gandhinagar.

Clause 18

List of mandatory machinery, tools & plantsto be deployed by the contractor at site

:1- As ASAs per requirement at site and as perinstruction of Engineer-in-charge.

Page 28: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

28

CPWD – 8 CPWD

Clause 25

Constitution of Dispute Redressal Committee(DRC) Competent Authority to appoint DRC

DRC shall constitute one Chairman and twomembers, as below-

Chief Engineer or Additional Director General ifthere is no Chief Engineer.

Name of Division Designation of thecommittee

Total claim up to Rs. 25lakh

Total claim above Rs25 lakh

EE GCED Chairman Director (W cum TLQA) CE, WZ-IIIMember EE (P)(E), o/o WZ-I Director(WcumTLQA)Member EE(P), o/o ADG(WR)-I SE(P), WZ-IIIPresenting Officer EE-in-charge SE-in-charge

Clause 36 (i)Requirement of Technical Representative(s) and recovery Rate: -

S.No

Qualification Designation Minimumexperience(years)

Number Rate at which recoveryshall be made from thecontractor in the eventof not fulfillingprovision of clause 36(i)

Figures Words1 Graduate

EngineerOrDiplomaEngineer

PrincipalTechnicalRepresentative(ProjectPlanning/Site/billing Engineer)

2 years

5 years

One No.

One No.

15,000/-P.M.

15000/-P.M.

Fifteenthousandonly

Fifteenthousandonly

Assistant Engineers retired from Government services that are holding Diploma will be treatedat par with Graduate Engineers.

Clause 42 :- N/A.

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION: -

S. No. Description Rates in figures and words at which recoveryshall be made from the contractorExcess beyondpermissible variation

Less use beyondpermissible variation

NIL/ N.A.

Executive Engineer (E)GCED ,CPWD,Gandhinagar

Page 29: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

29

Annexure-“A”

Page 30: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

30

Page 31: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

31

Page 32: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

32

ADDITIONAL CONDITIONS

Name of work:- C / o Additional Accomodation ( Upgradation existingschoolbuilding in to A Type ) K.V. CRPF campus Ganhinagar. SH : Providing RemainingFans & Fittings In Block- D & Street Lighting etcThe specifications given below pertain to the internal electrical installation work to be carried out in theGandhinagar1. The work shall be generally carried out in accordance with tender specifications and the following

specification rulesa) CPWD General Specification for electrical work 2013 Internal – Part- I & External-II 1995 and

as amended up to date.b) Indian Electricity Act 2003 amended up to datec) National Electrical Coded) Indian Electricity Rule 1956 amended up to datee) National Building Code 2005 .

2. All materials required to be used on works shall be got approved from the Engineer-in-chargewell in advance.

3. No T & P shall be provided.4. Earthing, cement concrete works and testing of the installation shall be done in presence of the

Engineer -in-charge or his authorized representative.5. On completion of work the contractor shall test the installation and produce test certificate in

accordance with the CPWD specification failing which a recovery @ 2.5% of Estimated costsubject to a ceiling of Rs. 15000/- shall be made from the bill of the contractor.

6. Water and electricity shall be arranged by contractor for installation at site of work. However, oncompletion of the work, the Department shall provide electricity for the testing and final handingover of the installation.

6. G.I. pipes shall be medium class as per ISI specification & shall be of single piece without any7. joints.8. All debris at site shall have to be removed by the contractor before handing over the installation

to the department.9. General arrangement of the drawing of switch board shall be got approved from Engineer-in-

charge before commencement of its fabrication.10. The successful tenderer shall make his own arrangement for storage and watch and ward of

materials whether the same brought by him or supplied by the department. He shall remainresponsible for watch and ward of installation and other fittings till these are commissioned andhanded over to the department.

11. Cement required for the work shall have to be procured by the Contractor himself. ElectricalContractor will make recess in brick work by cutting chases for provision of conduits and metalboxes according to the elevation drawings for electrical services. Electrical contractor will fix theconduits and boxes and there after close the chases up to the surface of masonary work incement mortar 1:4 (1 cement :4 sand). Thereafter surface of chases shall be plastered andfinished by the contractor to ensure smooth and even surface. Nothing extra shall be paid tothe contractor for above operations irrespective of whether the chases are carried out beforeor after plastering of the wall

12. Contractor is advised to visit the site of work to have an idea for the execution of work, failure todo so will not absolve him of responsibility to do the work as specified in agreement.

13. All the light and fans points should be properly earthed with 1.5 sq. mm, FRLS PVC insulatedcopper wire.

14. Termination of wiring inside the DB's and main board should be done by crimped Copper lugsconnections, for which no extra payment will made.

15. Ceiling rose shall be provided for all point wiring.16. All metallic parts must be properly bonded to the earth. Earthing lugs shall be provided to all

copper earth wires and shall be fixed whenever required by means of anodized bolts and nuts.17. Any damage made to wall ceiling etc. of the building made by the contractor shall have to be

made good up to the original finish as per requirement within the tendered amount. Nothingextra will be paid on this account.

18. The quoted rate should be inclusive of all taxes, levies, works contract taxes, duties etc.19. Concealed metal boxes & modular accessories shall be of same make.

Page 33: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

33

20. Number of inspection boxes for conduit should be barest minimum, rather theseshould be avoided.

21. Steel Fish wire of proper gauge shall be drawn in the conduit while laying in the slab or on wall.

22. The shop drawing shall be got approved from the Engineer-in-charge before start of work.

23. Modular accessories shall be of same make.24. Size of conduit shall be suitable for provision for insulated copper wire for earthing.

25. Before starting the fabrication, the contractor shall prepare drawings of the Main Boardshall be got approved from the Engineer-in-Charge.

26. The Panel Board shall be fabricated with sheet metal of thickness as specified in the schedule ofquantity with powder coated painting.

27. The panel / Feeder Pillars shall be provided with M.V. danger notice / plates.

28. Lifting hooks and suitably louvers shall be provided in the panels.

29. The panel / feeder pillar is to be got fabricated from C.P.R.I. approved fabricator.

30. Any damage made to wall / ceiling etc of the building by the contractor shall have to be madegood in the original finish within the tendered amount.

31. The contractor shall use any of the following makes for use in the work as below afterobtaining the approval of the Engineer-in-charge.

32. Contractor shall warrantee for LED fittings for any manufacturing defect for aperiod of 1 year & Guarantee for driver & LED for a period of 5 years from thedate of installation.

33. Contractor shall submit the LED fitting test report compliance applicablestandard test IES LM 79 & LM80 for Models supplied at site.

34. The total system luminous efficacy ( LM / Watt ) shall not less then 80.

35. Contractor shall submit all the test results as per CPWD Specification along withcompletion certificate.

36. Completion plan to be submitted in triplicate.

37. The contractor must deploy Engineer and electrical Supervisor having propercertificate as per I.E. rule.

38. The contractor must submit labour license (if applicable) and ESI, EPF etc. aslabour laws to the office before start of work.

39. All materials brought to site should be got approved from the Engineer-in-Chargebefore being used. Test reports of all the materials should be given. Departmentreserve the right to check the genuineness of the materials.

40. Labour laws as per the GCC 2014 must be strictly complied to.

Executive Engineer (E)GCED ,CPWD,Gandhinagar.

Page 34: Draft NIT INDEX4.imimg.com/data4/JM/DU/HTT-1530/1530_2015-12-14... · 12/14/2015  · .12.2015 up to 1500 Hrs. On. 28.12.2015 up to 15 3 0 Hrs. 1. The intending bidder must read the

34

ACCEPTABLE MAKES OF MATERIALS

1 FRLS PVC Wire : Polycab /Havells / R R Kabel /Plaza / Anchor

2 MCBDB/Loose Wire Box : Legrand /L&T /ABB / C&S / Indo Asian / Havells

3 MCB/RCCB : Legrand /L&T /ABB / C&S / Indo Asian / Havells

4 Modular Switch/Socket/TVSocket/Telephone socket/ Box

: Legrand ( Myrius ) / MK (Blenze) / Crabtree (Athena)

5 MCCB : Legrand /L&T /ABB / C&S / Havells /indo Asian

6 GI/MS Pipe (ISI Marked) : TATA / Jindal (Hisar) / Asian

7 PVC Conduit and accessories (ISImarked)

: Asian /Precision / Finolex /Polycab /BLP/ Modi

8 Ceiling fan : Crompton- Olga / Bajaj-Ultima / Usha –Striker/ Havells –SS350

9 Surface 11 -15 watt ,circular LEDDown lighter

GE make GDS01256S2-12watt orWipro Model no LD-101-XXX-60-SM orPhilips DN170C LED10S-6500 PSU WH

10 1 x 36 watt Fluorescent light fixture PHILIPS-Mirolta/C&S-LTDC012HFA/ Surya model No. sub136 EB PP L.E.W/ Havells model No. LHDF 21136025

11 Exhaust fan / Fresher Air Fan : Crompton / Usha / Almonard

12 LED type Street lighting luminariessuitable for 36-40

GE model No. GSPO 36.56P2 Wipro LRO2-441-XXX-57XX-40W / Philips :Model No.BRP409 LED CW 036 MRFG S1 PSU GR Surya Model No. SLEUL 40 W Ip 66 GXT

13 XLPE Aluminum U.G cable Havells / RR cable / Ravin / Plaza / Avocab14 HDPE Pipe Dura line / Rex / Gemini15 Panel / Feeder Pillar (CPRIapproved) Neptune/ P & I/ Horizon Microtech/ A.D. enterprise

Executive Engineer (E)GCED ,CPWD,Gandhinagar.