84
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19 OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 1 Addition (A) NIL Deletion (D) NIL Correction (C) NIL Omission (O) NIL AE (P)(C) EE (P) Part-A- TECHNICAL BID NIT No. :- 02/NIT/CE(EZ)II/CPWD/2018-2019 Name of work:- Construction of Workshop cum Class Room & Hostel Building (G+6) for Tool Room & Training Centre i/c Internal Water Supply, Sanitary Installation, Drainage & IEI and other Developments Works like D.G. Set, Lift, Solar PV Panel, Solar Water Heating System, Fire alarm & Fighting System etc. at Patna, Bihar. Sl. No. Description Page No. Part-A (Civil Components TECHNICAL BID, Page 1 to 57) 1 Index 1 to 2 2 Salient Features of Tender 3 to 4 3 Information and Instruction to Contractor for e- Tendering 5 to 9 4 NIT (Form CPWD-6) 10 to 19 5. Percentage rate tender & contract for works (Form CPWD-7) 20 to 35 6. Section I - Brief Particulars of the work 36 to 42 7. Section II - General Guidelines for Bidders 43 to 48 8. Section III - Information regarding Eligibility 49 i) Letter of Transmittal 50 ii) Form DzAdz [Financial Information] 51 iii) Form DzBdz [Solvency Certificate] 52 iv) Form DzCdz [Details of Completed Works] 53 v) Form DzDdz [Performance Report of Works] 54 vi) Form DzEdz [Structure & Organization] 55 vii) Criteria for Technical Bid Evaluation of Contractors 56 Part-B (Civil Components FINANCIAL BID, Page 57 to 127) 9. Particular Specifications & Special Conditions 57 to 73 10. Declaration to Sign Integrity Agreement (IA) & IA 74 to 81 11. List of Approved Makes of Materials (Civil Work) 82 to 84 12. Schedule of Quantities for Civil Components 85 to 127 INDEX

Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 1 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

Part-A- TECHNICAL BID

NIT No. :- 02/NIT/CE(EZ)II/CPWD/2018-2019

Name of work:- Construction of Workshop cum Class Room & Hostel

Building (G+6) for Tool Room & Training Centre i/c

Internal Water Supply, Sanitary Installation, Drainage &

IEI and other Developments Works like D.G. Set, Lift,

Solar PV Panel, Solar Water Heating System, Fire alarm

& Fighting System etc. at Patna, Bihar. Sl. No. Description Page No.

Part-A (Civil Components – TECHNICAL BID, Page 1 to 57)

1 Index 1 to 2

2 Salient Features of Tender 3 to 4

3 Information and Instruction to Contractor for e-

Tendering

5 to 9

4 NIT (Form CPWD-6) 10 to 19

5. Percentage rate tender & contract for works (Form

CPWD-7)

20 to 35

6. Section I - Brief Particulars of the work 36 to 42

7. Section II - General Guidelines for Bidders 43 to 48

8. Section III - Information regarding Eligibility 49

i) Letter of Transmittal 50

ii) Form A [Financial Information] 51

iii) Form B [Solvency Certificate] 52

iv) Form C [Details of Completed Works] 53

v) Form D [Performance Report of Works] 54

vi) Form E [Structure & Organization] 55

vii) Criteria for Technical Bid Evaluation of

Contractors

56

Part-B (Civil Components – FINANCIAL BID, Page 57 to 127)

9. Particular Specifications & Special Conditions 57 to 73

10. Declaration to Sign Integrity Agreement (IA) & IA 74 to 81

11. List of Approved Makes of Materials (Civil Work) 82 to 84

12. Schedule of Quantities for Civil Components 85 to 127

I N D E X

Page 2: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 2 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

Sl. No. Description Page No.

Part-C (Electrical Components – FINANCIAL BID, Page

E-1 to E- 73)

15. Percentage rate tender & contract for works (Form

CPWD-7)

E-1 to E-12

16. Eligibility Condition for Associate Agency for Execution

of EI Works

E-13 to 14

17. Memorandum of Understanding E-15

18. Willingness Certificate E-16

19. Additional Specification for I&EI work (Part-C-1) E-17 to E-20

20. Additional Conditions for DG Set Work (Part-C-2) E-21

21. Commercial & Additional Conditions for Fire Fighting &

Fire Alarm System (Part-C-3)

E-22 to E24

22. Commercial & Additional Conditions for Lifts (Part-C-4) E-25 to E-29

23. Solar PV Generation (Part-C-5) E-30 to E-37

24. Technical Specifications for Solar Water Heater

(Part-C-6)

E-38 to E-39

25. Acceptable Makes (Part-C-1 to Part-C-6) E-40 to E-43

Schedule of Quantities E-44 to E-73

This NIT contains Part-A from Page 1 to Page 56 & Part-B from Page

57 to Page 127 and Part-C from Page E-1 to Page E-73 only including these

two pages.

AE (P) (C)

AE (P) (E)

EE (P)II

SE (E)

SE (P)

NIT amounting to R 31,87,21,316/- is approved by

CE (EZ)II

Page 3: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 3 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

S A L I E N T F E A T U R E S O F T E N D E R D O C U M E N T S

NIT No. 02/NIT/CE(EZ)II/CPWD/2018-2019

Name of work: Construction of Workshop cum Class Room & Hostel Building (G+6) for

Tool Room & Training Centre i/c Internal Water Supply, Sanitary

Installation, Drainage & IEI and other Developments Works like D.G.

Set, Lift, Solar PV Panel, Solar Water Heating System, Fire alarm &

Fighting System etc. at Patna, Bihar.

The tenderer is advised to read and examine the tender documents and the set of

drawings available with Engineer-in-Charge carefully. The tenderer is also advised to inspect

and examine the site etc. and satisfy himself before submitting his tender. The tenderer may

note that this tender is being invited on percentage rate basis on GCC-2014, Form-7. Some

salient highlights of the tender documents are:-

Sl.

No.

Description of Salient Features For details Ref. to

page/conditions No.

1. The Contractor (s) shall quote percentage rates

respectively for Civil & Electrical components in

figures and words (below/above/at par ECPT) on

the last page of the corresponding schedule at page

no. 127 (for Civil) and E-73 (for Electrical) so that

there is no discrepancy in rates written in figures

and words.

Para 4A at page- 6 of GCC- 2014.

2. No conditional rebates/conditions shall be quoted by

tenderers. The tenders of such tenderers who shall

quote any condition or/and conditional rebate shall

be summarily rejected.

Part-A (Para 13 of CPWD-6 at

page no.18 of this tender

document)

3. Time allowed for execution of work is 540 days only.

Payment under clause 10 (CC) will be applicable for

work done during the stipulated period of the

contract including the justified period extended

under the provision of clause-5 of the contract

without any action under clause-2. The security

deposit will be returned only after the satisfactory

maintenance period of 12 months is over.

Part-A (at page-26)

4. The schedule of quantities is given in two parts viz.

Civil Components in Part-B and Electrical

Components in Part-C. It will be obligatory on the

part of Contractor/Tenderer to sign on Part-B as well

as Part-C pages of tender documents.

Part-B (page 85 to 127 of this

tender document for Civil

Components)

Part-C (page E-44 to E-73 of this

tender document for Electrical

Components)

Page 4: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 4 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

Sl.

No.

Description of Salient Features For details Ref. to

page/conditions No.

5. The contractor (s) shall not be entitled to be paid any

interim payment if the gross work to be done

together with net payment/adjustment of advances

for material collected, if any, since the last such

payment is less than R 100 lacs for Civil

Components and R 20 lacs for Electrical

Components.

Part-A (page-27 of this tender

document /Clause-7 of CPWD-

7) &

Part-C (page-E-7 of this tender

document /Clause-7 of CPWD-7)

6. The work pertains to RCC frame structure and

development works. In this connection, the

Contractor(s) shall carefully study the relevant

drawings available with EE/PCD/Patna and also

make a site visit to apprise himself about the scope

of work.

Architectural/Structural

Drawings

7. a) The required quantities of Thermo -

Mechanically Treated (TMT) steel

reinforcement bars shall have to be procured

by the contractor(s) from steel manufactures

or their authorized dealer only.

Para 23.2 at Part-B (pages-68 to

71 of this tender document)

b) The required entire quantities of cement shall

have to be procured from reputed

manufacturers having production capacity of

one million tonnes or more per annum, such as

Ultra tech, ACC, Ambuja, Vikram, Shri Cement,

Century Cement, Jay Pee Cement & J. K.

Cement, Konark Cement etc.

Para 23.1 at Part-B (pages- 66 to

68 of this tender document)

c) The materials procured as such shall have to be

got tested as specified before use.

Part-B (at pages- 66 to 70 of this

tender document)

d) The contractor will have to construct cement

store of adequate capacity as per details given

in General Conditions of Contract 2014 and to

make arrangements for safe storage of steel

bars as per directions of Engineer-in-Charge.

Page- 97 of GCC 2014

8. Particulars of Composite Bid Part-A (page-20 to 35 of this bid

document)

9. The contractor shall make his own arrangement for

electricity and water required for the execution of

work for which nothing extra shall be payable.

Para 14 at Part-B (page- 65 of

this bid document)

10. Details of Milestones – indicating withhold of amount

in not achieving the milestone

Part-A (page-26 of this tender

document)

Page 5: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 5 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR

e-TENDERING FORMING PART OF BID DOCUMENT AND TO BE POSTED ON

WEBSITE

The Executive Engineer, Patna Central Division, Central Public Works

Department, Patna (Telephone No. & Fax No. …….*…….) on behalf of the President of India

invites online percentage rate tenders in two bid system (technical and financial) from CPWD

enlisted Contractors of appropriate class in composite category and firms/contractors of

repute for the following work:-

Sl.

No

.

NIT

No

.

Name of Work &

location

Estimated

cost put

to tender

(ECPT)

Ea

rne

st

Mo

ne

y

Pe

rio

d o

f

Co

mp

leti

on

Last date & time of

submission of bid, copy of

receipt for deposition of

original EMD and other

Documents as specified in the

press notice

Time & date

of opening

of bid

1 2 3 4 5 6 7 8

1

.

02

/N

IT/

CE

(E

Z)II

/ C

PW

D/

20

18

-20

19

Co

nst

ruc

tio

n

of

Wo

rk

sho

p

cu

m

Cla

ss

Ro

om

&

Ho

ste

l B

uil

din

g (

G+

6)

for

To

ol

Ro

om

& T

rain

ing

Ce

ntr

e

i/c

In

tern

al

Wa

ter

Su

pp

ly,

Sa

nit

ar

y

Inst

all

ati

on

, D

ra

ina

ge

&

IE

I a

nd

o

the

r

De

ve

lop

me

nts

Wo

rk

s li

ke

D.G

. S

et,

Lif

t, S

ola

r P

V

Pa

ne

l, S

ola

r W

ate

r H

ea

tin

g S

yst

em

, F

ire

ala

rm

&

Fig

hti

ng

Sy

ste

m e

tc. a

t P

atn

a, B

iha

r.

Pa

rt-

A&

B f

or

Civ

il W

or

k

=

R 2

86

7.1

5 l

ac

s

Pa

rt-

C f

or

Ele

ctr

ica

l W

or

k =

R

32

0.0

6 l

ac

s

To

tal

=

R 3

18

7.2

1 l

ac

s

R

41

.88

la

cs

(Ru

pe

es

fo

rty

on

e d

ec

ima

l e

igh

t si

x l

ac

s) o

nly

54

0 d

ay

s

27.06.2018

03:00 P.M

27.06.2018

03:30 P.M

1. Contractors who fulfill the following requirements shall be eligible to apply. (Joint

ventures are not accepted). :- (This is not applicable for CPWD enlisted

contractors of appropriate class in composite category)

(a) Should have satisfactorily completed the works as mentioned below during the

last Seven years ending previous day of last date of submission of bids.

(i) Three similar works of each costing not less than R 12.75 Cr. or two

similar works each costing not less than R 19.12 Cr. or one similar work

costing not less than R 25.50 Cr.

(*Blanks to be filled by EE/PCD/ Patna)

Page 6: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 6 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

Similar work definition approved by competent authority :-

Similar work shall mean:-

Construction of residential/non-residential building(s) with RCC

framed structure having minimum one building of five storey or

completing balance construction work of one building (i/c structural

work) minimum upto five storey including internal water supply,

sanitary installations, drainage and internal electric installation all

complete executed in India .

Note: 1. Mumty and machine room will not be counted as storey for this

purpose.

2. For this purpose each basement, stilt constructed in the building shall

be considered as a storey.

3. Work of specialized E&M services, if executed under a separate

contract may also be considered for the purpose of assessing the

technical competence only without adding its monetary value for

determining the eligibility criteria.

4. One building of the specified number of storeys, as mentioned in

definition of similar work constructed within one particular work of

the financial magnitude as specified in para 1.2 (a) shall satisfy the

criteria of similar work.

The value of executed works shall be brought to current costing level by

enhancing the actual value of work done at simple rate of 7% per annum;

calculated from the date of completion to previous day of last date of

submission of tenders.

(b) Should have had average annual financial turnover (gross) of R 15.94 Cr. on

Construction works during the last available three consecutive financial years

ending 31st March 2017. Year in which no turnover is shown would also be

considered for working out the average.

(Scanned copy of Audited Balance Sheet by Chartered Accountant to be

uploaded for last three financial year 2014-15, 2015-16 and 2016-17).

(c) Should not have incurred any loss (profit after tax should be positive) in more

than two years during the last five years ending 31st March 2017.

(d) Should have a solvency of R 12.75 Cr.

(Scanned copy of original solvency to be uploaded)

(Solvency not required if application is a class-I (Composite) registered

contractor of CPWD and estimated cost is up to R 25 crore).

Page 7: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 7 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

2. The intending bidders must read the terms & conditions of CPWD-6 carefully. He

should only submit his bid if he considered himself eligible and he is in possession of all

the documents required.

3. The contractor can deposit 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. The contractor shall obtain the receipt of EMD from the concerned

Executive Engineer (including NIT issuing EE/AE) in the prescribed format uploaded

by NIT issuing Executive Engineer. The Bid Document as uploaded can be viewed and

downloaded free of cost by anyone including intending bidder. But the bid can only be

submitted after uploading the mandatory scanned documents such as Demand

Draft/Pay order or Banker s Cheque/Bank Guarantee of any Schedules bank towards

EMD in favour of respective Executive Engineer, copy of receipt of original EMD and

other documents specified in the press notice.

4. But the bid can only be submitted after deposition of original EMD either in the office of

Executive Engineer inviting bids or division office of any Executive Engineer, CPWD

within the period of bid submission and uploading the mandatory scanned documents

such as Demand Draft or Pay order or Banker s 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.

5. It is mandatory to upload scanned copies of all the documents including GST

registration. If these documents are not uploaded, then bid will become invalid and

shall summarily be rejected.

6. Those contractors not registered on the website mentioned above, are required to get

registered themselves beforehand. If needed they can be imparted training on online

tendering 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. Certificate of Financial Turn Over: At the time of submission of bid contractor may

upload Affidavit/Certification from CA mentioning Financial Turnover of last 3 years or

for the period as specified in the bid document and further details if required may be

asked from the contractor after opening of technical bids. There is no need to upload

entire voluminous balance sheet.

11. Contractor must ensure to quote percentage rates (in figure as well as words) at

which he will be willing to execute the work.

12. The Technical bid shall be opened first on due date and time as mentioned above. The

time and date of opening of financial bid of contractors qualifying the technical bid shall

be communicated to them at a later date.

Page 8: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 8 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

13. Pre Bid conference shall be held in the chamber of CE (EZ)II at 18.06.2018 on

11.00 AM to clear the doubt of intending tenderers, if any.

14. The department reserves the right to reject any prospective application without

assigning any reason and to restrict the list of qualified contractors to any number

deemed suitable by it, if too many bids are received satisfying the laid down criterion.

15. GST or any other tax applicable in respect of inputs procured by the contractor for this

contract shall be payable by the contractor and Govt. will not entertain any claim

whatsoever in respect of the same. However, component of GST at time of supply of

service (as provided in CGST Act 2017) provided by the contract shall be varied if

different from that applicable on the last date of receipt of tender including extension if

any.

Executive Engineer

PCD, CPWD, Patna

Page 9: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 9 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

List of Documents to be filled in by the tenderers in various forms as indicated in Section

III, signed, scanned and uploaded within the period of bid submission :-

1. Certificate of Financial Turnover from Chartered Accountant (Form A ).

2. Bank Solvency Certificate (Form B ).

3. Certificates of Works Experience (Form C ).

4. Performance Report of Works (Form D).

5. Structure & Organisation (Form E ).

6. Scanned copy of Audited Balance Sheet by Chartered Accountant to be uploaded for

last three financial year 2015-16, 2016-17 and 2017-18.

7. Certificate of Registration for GST and acknowledgement of upto date filed return.

8. Scanned Copy of Earnest Money Deposit (EMD).

9. Copy of receipt for deposition of original EMD to division office of any Executive

Engineer (including NIT issuing EE/AE, CPWD).

10. Enlistment Order of the eligible CPWD registered contractor (In case of eligible CPWD

registered contractor only).

11. PAN.

12. Letter of Transmittal

Note: CPWD registered contractor of appropriate class in composite category are

required to submit the documents mentioned as sl. no. 7, 8, 9, 10, 11 & 12. CPWD

registered contractor shall upload two separate letters for work experience &

affidavit that these documents are not required to be submitted by them.

Uploading of these two letters is mandatory to clear mandatory field.

Page 10: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 10 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

CPWD-6 CPWD

CPWD -6 for E-TENDERING

1. Item rate/Percentage rate bids are invited on behalf of President of India from

CPWD enlisted Contractors of appropriate class in composite category and

firms/contractors of repute in two bid system (technical and financial) and those of

appropriate list of M.E.S., BSNL, Railway and Bihar State P.W.D. (B&R) or State Govt. s Department …………………... (strike out as the case may be) dealing with building and

roads, if there is no State PWD (B&R) for the work of

Construction of Workshop cum Class Room & Hostel Building (G+6) for

Tool Room & Training Centre i/c Internal Water Supply, Sanitary

Installation, Drainage & IEI and other Developments Works like D.G.

Set, Lift, Solar PV Panel, Solar Water Heating System, Fire alarm &

Fighting System etc. at Patna, Bihar.

Joint ventures are not accepted.

1.1 The work is estimated to cost R 28,67,15,364/- for Civil Components &

R 3,20,05,952/- for Electrical Components, total estimated cost put to

tender (ECPT) being R 31,87,21,316/-. 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 bidder 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 contractors only, if bids are also open to

non-CPWD contractors. For works estimated to cost up to R 30 Crore

(the figure of R 30 Crore may be modified as per bidding limit of

CPWD class I/Group A contractors of respective discipline such as

Electrical, Horticulture and Furniture etc. as the case may be).

Three similar works each of value not less then R …….. lacs or two similar

work each of value not less than R ……. lacs or one similar work of value

not less than R …… lacs (all figures rounded to nearest R 10 lac) in last 7

years ending last day of the month previous to the one in which the bids

are invited.

Page 11: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 11 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

CPWD-6 CPWD

Note :-

For works costing above R 10.50 Crore but up to R 30 Crore, (the figure of

R 10.50 Crore and R 30 Crore may be modified as per bidding limit of

CPWD class II/Group B and CPWD class I/Group A contractors

respectively of respective discipline such as Electrical, Horticulture and

Furniture etc. as the case may be) when bids are open to non-CPWD

contractors also, then class II contractors of CPWD shall also be eligible if

they satisfy the eligibility criteria specified in 1.2.1 above.

1.2.2 Criteria of eligibility.

For works estimated to cost above R 30 Crore (the figure of R 30

Crore may be modified as per bidding limit of CPWD class I/Group A

contractors of respective discipline such as Electrical, Horticulture

and Furniture etc. as the case may be).

[A] Contractors who fulfill the following requirements shall be

eligible to apply. Joint ventures are not accepted. (This is not

applicable for CPWD enlisted contractors of appropriate

class in composite category)

(a) Should have satisfactorily completed the works as

mentioned below during the last Seven years ending

previous day of last date of submission of tenders.

(i) Three similar works of each costing not less than

R 12.75 Cr. or two similar works each costing not

less than R 19.12 Cr. or one similar work costing

not less than R 25.50 Cr.

Similar work shall mean :-

Construction of residential/non-residential

building(s) with RCC framed structure having

minimum one building of five storey or

completing balance construction work of one

building (i/c structural work) minimum upto

five storey including internal water supply,

sanitary installations, drainage and internal

electric installation all complete executed in

India .

Note: 1. Mumty and machine room will not be counted as

storey for this purpose.

2. For this purpose each basement, stilt constructed

in the building shall be considered as a storey.

3. Work of specialized E&M services, if executed

under a separate contract may also be considered

for the purpose of assessing the technical

competence only without adding its monetary

value for determining the eligibility criteria.

Page 12: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 12 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

CPWD-6 CPWD

4. One building of the specified number of storeys, as

mentioned in definition of similar work

constructed within one particular work of the

financial magnitude as specified in para 1.2 (a)

shall satisfy the criteria of similar work.

The value of executed works shall be brought to current

costing level by enhancing the actual value of work done at

simple rate of 7% per annum; calculated from the date of

completion to previous day of last date of submission of

tenders.

(b) Should have had average annual financial turnover (gross)

of R 15.94 Cr. on Construction works during the last

available three consecutive financial years ending 31st

March 2017. Year in which no turnover is shown would

also be considered for working out the average. (Scanned

copy of Audited Balance Sheet by Chartered Accountant to

be uploaded).

(c) Should not have incurred any loss (profit after tax should

be positive) in more than two years during the last five

years ending 31st March 2017 consecutive balance

sheets, duly certified and audited by the Chartered

Accountant.

(d) Should have a solvency of R 12.75 Cr. (Scanned copy of

original solvency to be uploaded) ) (Solvency not required

if application is a class-I (Composite) registered contractor

of CPWD and estimated cost is up to R 25 crore).

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

(or other Standard From as mentioned) which is available as a Govt. of India Publication

and also available on website www.cpwd.gov.in. Bidders shall quote his rates as per

various terms and conditions of the said form which will form part of the agreement.

Page 13: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 13 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

CPWD-6 CPWD

3. The time allowed for carrying out the work will be 540 days 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 the 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 & conditions of the contract to

be complied with and other necessary documents except Standard General Conditions of

Contract Form (CPWD-7) can be seen from website www.tenderwizard.com/CPWD or

www.cpwd.gov.in free of cost.

6. After submission of the bid, the contractor can re-submit revised bid any number of

times but till before last time and date of submission of bid as notified.

7. While submitting the revised bid, contractor can revise the percentage rate quoted by

him 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 Treasury Challan or Demand Draft or Pay order or

Banker s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of

Executive Engineer, PCD, CPWD, Patna) 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.

The receipt shall also be uploaded to the e-tendering website by the intending bidder

upto the specified bid submission date and time.

A part of earnest money (EM) is acceptable in the form of bank guarantee also. In such

cases 50% of earnest money or R 20 Lakh whichever is less, will have to be deposited in

shape prescribed above and balance can be accepted in form of Bank Guarantee issued

by a scheduled bank. The bank guarantee submitted as a part of Earnest Money shall be

valid for a period of six months or more from the last date of submission of bid.

Page 14: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 14 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

CPWD-6 CPWD

Copy of Enlistment Order and certificate of work experience and other documents as

specified in the press notice shall be scanned and uploaded to the e-Tendering website

within the period of bid submission. However, certified copy of all the scanned and

uploaded documents as specified in press notice shall have to be submitted by the

lowest bidder only 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, whose original EMD deposited with any division office of CPWD and other

documents scanned and uploaded are found in order.

The bid submitted shall be opened at 03.30 PM on 27.06.2018.

9(a) The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD

shall have to deposit tender processing fee at existing rates, or they have option

to switch over to the new registration system without tender processing fee any

time.

9(b) The eligibility (Technical) bid shall be opened first, on due date and time as

mentioned above. The time and date of opening of financial bid of contractors

qualifying the eligibility (Technical) bid shall be communicated to them at a later

date.

9(c) Pre bid conference shall be held in the office of CE (EZ)II, CPWD, Patna on

18.06.2018 to clear the doubt of intending tenderers, if any.

10. The bid submitted shall become invalid if:

(i) The bidder is found ineligible.

(ii) The bidder does not deposit original EMD with division office of any Executive

Engineer, CPWD.

(iii) The bidder does not upload all the documents (including GST registration) as

stipulated in the bid document including the copy of receipt for deposition of

original EMD.

(iv) 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.

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 cash (in case guarantee amount is less than R 10000/-)

or Deposit at Call receipt of any scheduled bank/Banker s cheque of any scheduled

bank/Demand Draft of any scheduled bank/Pay order of any scheduled bank (in case

guarantee amount is less than R 1,00,000/-) or Government Securities or Fixed Deposit

Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India 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.

Page 15: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 15 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

CPWD-6 CPWD

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 provision by the sub

contractor, if any engaged by the contractor for the said work and Programme Chart

(Time and Progress) within the period specified in Schedule F.

12. The description of the work is as follows:-

Construction of Workshop cum Class Room & Hostel Building (G+6) for Tool

Room & Training Centre i/c Internal Water Supply, Sanitary Installation, Drainage

& IEI and other Developments Works like D.G. Set, Lift, Solar PV Panel, Solar Water

Heating System, Fire alarm & Fighting System etc. at Patna, Bihar .

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 they shall themselves obtain

all necessary information as to risks, contingencies and other circumstances which may

influence or affect their bid. A bidder 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 bidder 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 assignment of any reason. All bids in which any of the prescribed

conditions 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 bidders 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.

Page 16: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 16 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

CPWD-6 CPWD

16. The bidder shall not be permitted to bid for works in the CPWD Circle (Division in case

of bidders of Horticulture/Nursery category) responsible for award and execution of

contracts, in which his near relative is posted as 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 Urban

Development. Any breach of this condition by the bidder would render him liable to be

removed from the approved list of contractors of this Department.

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 bidder or any of his employees is

found any time to be such a person who has not obtained the permission of the

Government of India as aforesaid before submission of the bid or engagement in the

bidder s service.

18. The bid for the works shall remain open for acceptance for a period of sixty (60) days

from the date of opening of technical bids in case bids are invited on two bid system. If

any bidders withdraws his bid before the said period or issue of letter of acceptance,

whichever is earlier, or makes any modifications in the terms and conditions of the bid

which are not acceptable to the department, then the Government shall, without

prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest

money as aforesaid. Further the bidders shall not be allowed to participate in the

rebidding process of the work.

19. This Notice Inviting Tender shall form a part of the contract document. The successful

bidder/contractor, on acceptance of his bid by the Accepting Authority shall within 15

days from the stipulated date of start of the work, sign the contract consisting of :-

a) The Notice Inviting Tender, 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 as amended upto date or other standard CPWD 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 and Earnest Money will be fixed

with respect to the combined estimated cost put to bid for the composite bid.

Page 17: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 17 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

CPWD-6 CPWD

20.1.2 The bid document will include following three components:

Part A:- CPWD-6, CPWD-7 including schedule A to F for major component of

the work, Standard General Conditions of Contract for CPWD 2014 as

amended/modified up-to-the last date of submission of bid.

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. (SE/EE in charge of

major component shall also be competent authority under clause 2 and clause 5

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 with himself, agencies of the appropriate class

eligible to bid for each of the minor component individually.

20.1.4 The eligible bidders shall quote percentage rate below/above/at par ECPT

for both major as well as minor component 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 bidder 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 EEs/DDH in charge of

minor component. One such signed set of agreement shall be handed over to

EE/DDH in charge of minor component. 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 along with 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 bidder has to associate agency(ies) for minor component(s)

conforming to eligibility criteria as defined in the bid document and has to

submit detail of such agency(ies) to Engineer-in-charge of minor component(s)

within prescribed time. Name of the agency(ies) to be associated shall be

approved by Engineer-in-charge of minor component(s).

20.1.9 In case the main bidder 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 minor component. 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 bidder to change

the agency executing such items of work and this shall be binding on the bidder.

Page 18: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 18 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

CPWD-6 CPWD

20.1.10 The main bidder has to enter into agreement with the bidder(s) associated by

him for execution of minor components(s). Copy of such agreement shall be

submitted to EE/DDH in charge of each minor component as well as to EE in

charge of major component. In case of change of associate bidder, the main

bidder has to enter into agreement with the new bidder associated by him.

20.1.11 Running payment for the major component shall be made by EE of major

discipline to the main bidder. Running payment for minor components shall be

made by the Engineer-in-charge of the discipline of minor component directly to

the main bidder.

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.

Page 19: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 19 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

FORM OF EARNEST MONEY (BANK GUARANTEE)

WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the contractor") shall

submitt his tender for the construction of .............................................. (name of work) (hereinafter

called "the Tender")

KNOW ALL PEOPLE by these presents that we ......................................... (name of bank) having our

registered office at ................................... (hereinafter called "the Bank") are bound unto

................................................... (in favour of Executive Engineer, PCD, CPWD, Patna)

(hereinafter called the DDO") in the sum of R ......................... (R in words

.................................................) for which payment well and truly to be made to the said DDO the

Bank binds itself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this ................. day of ................. 20... .

THE CONDITIONS of this obligation are:

(1)

If after tender opening the Contractor withdraws, his tender during the period of validity

of tender (including extended validity of tender) specified in the Form of Tender;

(2) If the contractor having been notified of the acceptance of his tender by the Engineer-in-

Charge:

(a) fails or refuses to execute the Form of Agreement in accordance with the

Instructions to contractor, if required; OR

(b)

fails or refuses to furnish the Performance Guarantee, in accordance with the

provisions of tender document and Instructions to contractor, OR

(c) fails or refuses to start the work, in accordance with the provisions of the contract

and Instructions to contractor, OR

(d)

fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank

Guarantee, against Security Deposit after award of contract.

We undertake to pay to the said DDO either up to the above amount or part thereof upon

receipt of his first written demand, without the said DDO or the Engineer-in-Charge having to

substantiate his demand, provided that in his demand the said DDO or the Engineer-in-Charge

will note that the amount claimed by him is due to him owing to the occurrence of one or any of

the above conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date* ............. after the deadline for

submission of tender as such deadline is stated in the Instructions to contractor or as it may be

extended by the said DDO or the Engineer-in-Charge, notice of which extension(s) to the Bank

is hereby waived. Any demand in respect of this Guarantee should reach the Bank not later

than the above date.

DATE ............. SIGNATURE OF THE BANK

WITNESS ..................

SEAL

(SIGNATURE, NAME AND ADDRESS)

*Date to be worked out on the basis of validity period of 6 months from last date of receipt of

tender.

Page 20: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 20 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

CPWD-7 CPWD

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

Percentage Rate Bid & Contract for Works (A) Bid for the work of:-

Construction of Workshop cum Class Room & Hostel Building (G+6) for

Tool Room & Training Centre i/c Internal Water Supply, Sanitary

Installation, Drainage & IEI and other Developments Works like D.G.

Set, Lift, Solar PV Panel, Solar Water Heating System, Fire alarm &

Fighting System etc. at Patna, Bihar.

(i) To be uploaded by 15.00 hours on 27.06.2018 at www.tenderwizard.com/cpwd.

(ii) To be opened in presence of bidders who may be present at 15.30 hours on

27.06.2018 in the office of Executive Engineer, PCD, CPWD, Patna.

# Issued to ………………………………*…………………………………………………..

# Signature of officer issuing the documents …………………*………………………

# Designation .……………………………………*…………………………………………

# Date of Issue …………*………………

# Not applicable for e-tendering.

COMPOSITE BID

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 bid document for

the work.

I/We hereby bid 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.

* Blanks to be filled by EE/PCD/Patna

Page 21: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 21 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

CPWD-7 CPWD

We agree to keep the bid open for sixty (60) days from the date of opening of technical bid

and not to make any modification in its terms and conditions.

Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker s

Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of Executive

Engineer, PCD, CPWD, Patna) 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 in the office of Executive Engineer, CPWD within

the period of bid submission. The EMD receiving Executive Engineer 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. The receipt shall also be uploaded to the e-tendering website

by the intending bidder upto the specified bid submission date and time. If I/We, fail to

furnish the prescribed performance guarantee within prescribed period, I/We agree that the

said President of India or his successors, in office shall without prejudice to any other right or

remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to

commence work as specified, I/We agree that President of India or the successors in office

shall without prejudice to any other right or remedy available in law, be at liberty to forfeit

the said the performance guarantee absolutely. The said Performance Guarantee shall be a

guarantee to execute all the works referred to in the bid 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 Clauses 12.2 and 12.3 of the bid

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-bidding process of the work.

I/We undertake and confirm that eligible similar work(s) has/have not been got executed

through another bidder on back to back basis. Further that, if such a violation comes to the

notice of Department, then I/We shall be debarred for biding 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

Deposited/Performance Guarantee.

Page 22: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 22 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

CPWD-7 CPWD

I/We hereby declare that I/We shall treat the bid documents drawings and other records

connected with the work as secret/confidential documents and shall not communicate

information/derived therefrom to any person other than a person to whom I/We am/are

authorized to communicate the same or use the information in any manner prejudicial to the

safety of the State.

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

Witness: **

Address: ** Postal Address **

Occupation: **

ACCEPTANCE The above bid (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 R .………*…………….. (Rupee……………………………………………………………*……………………………………………………… . The letters referred to below shall form part of this contract agreement:-

(a) *

(b) *

(c) *

Dated: ……*……..

For & on behalf of President of India

Signature …………………*……………………

Designation ………………*………………….

* Blanks to be filled by EE/PCD/Patna

** To be filled by Contractor

Page 23: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 23 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

PROFORMA OF SCHEDULES CPWD

PROFORMA OF SCHEDULES

(Separate Proforma for Civil and Electrical Works in case of Composite Bids) (Operative

Schedules to be supplied separately to each intending bidder)

SCHEDULE A Schedule of quantities (as per PWD-3) : Page no. 85 to 127

SCHEDULE 'B'

: NIL

SCHEDULE 'C'

: NIL

SCHEDULE D Extra schedule for specific

requirements/document for the work, if any

: NIL

SCHEDULE E Reference to General Conditions of Contract : General Condition of Contract

2014 with amendments upto

the last date of submission of

bids.

Name of Work : Construction of Workshop cum Class Room & Hostel

Building (G+6) for Tool Room & Training Centre i/c

Internal Water Supply, Sanitary Installation, Drainage & IEI

and other Developments Works like D.G. Set, Lift, Solar PV

Panel, Solar Water Heating System, Fire alarm & Fighting

System etc. at Patna, Bihar.

Estimated cost of work

(a) Civil Component : R 28,67,15,364/- (b) Electrical Component : R 3,20,05,952/- Total : R 31,87,21,316/-

(i) Earnest Money : R 41.88 lacs (to be returned after

receiving the performance guarantee)

(ii) Performance Guarantee : 5% of tendered value

(iii) Security Deposit : 2.5% of tendered value

Page 24: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 24 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

PROFORMA OF SCHEDULES CPWD

SCHEDULE 'F' GENERAL RULES & DIRECTIONS : Officer inviting bid : Executive Engineer, Patna

Central Division, CPWD, Patna

Definitions : 2(v) Engineer-in-Charge : Executive Engineer, Patna

Central Division, CPWD, Patna

2(viii) Accepting Authority : Chief Engineer (EZ)II, CPWD,

Patna

2(x) Percentage on cost of materials and

Labour to cover all overheads and

profits:

:

15%

2(xi) Standard Schedule of Rates : DSR 2016 + 34.31% Cost Index.

2(xii) Department : CPWD

9(ii) Standard CPWD Contract Form : CPWD Form 7 and GCC 2014

modified & Corrected upto the

last date of submission of bids.

Clause 1 (i) Time allowed for submission of

Performance Guarantee, Programme

Chart (Time and Progress) and

applicable labour licenses,

registration with EPFO, ESIC and

BOCW Welfare Board or proof of

applying thereof from the date of issue

of letter of acceptance

: 15 days

(ii) Maximum allowable extension with late

fee @0.1% per day of Performance

Guarantee amount beyond the period

provided in (i) above

: 15 days

Clause 2 Authority for fixing compensation under

clause 2 : Superintending Engineer, Patna

Central Circle, CPWD, Patna

Clause 2A Whether Clause 2A shall be applicable : Yes/No

Page 25: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 25 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

PROFORMA OF SCHEDULES CPWD

Clause 5 Number of days from the date of issue of

letter of acceptance for reckoning date of

start

: 30 days

Schedule of handing over of site

Part Portion of site Description Time period for handing

over reckoned from date

of issue of letter of intent

Part A Portion without any

hindrance -- Available

Part B Portions with

encumbrances -- N. A.

Part C Portions dependent on

work of other agencies -- N. A.

Schedule of issue of Designs

Part Portion of Design Description Time period for issue of

design reckoned from date

of receipt of tenders

Part A Portion already included in

NIT -- --

Part B-1 Portions of Architectural

Designs to be issued All drawings 60 days

Part B-2 Portions of Civil Design to

be issued All drawings 60 days

Part B-3 Portions of E&M Designs to

be issued All drawings 90 days

Clause 5.2

Nature of Hindrance Register (either

Physical or Electronic)

: Physical

Clause 5.4

Schedule of rate of recovery for day in

submission of the modified programme in

terms of delay days

:

Sl. No. Contract Value Recovery (R)

I. More than R 20 crore 50000

Page 26: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 26 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

PROFORMA OF SCHEDULES CPWD

Milestone(s) as per table given below:-

S.

N

o.

Description of Milestone (Physical) Time allowed

in months

(from date of

start)

Amount to be with-

held in case of non

achievement of

mile stone

1. Setting up field laboratory, cement store &

reinforcement stacking platform, setting up

concrete batch mix plant, approval of design

mix concrete & initial pile load test.

75 days

@ 1% (one percent)

of the tender value

will be withheld for

each milestone

subjected to

maximum 5% of

tendered amount.

2. Completion of foundation work upto plinth

level in 90% of foundation area of buildings

150 days

3. a) Completion of RCC works in

superstructure upto 50% of plinth

area of all buildings

225 days

b) Completion of brick work in

superstructure in 80% of plinth area

c) Construction of one sample room &

one sample toilet block in building

d) Order placement for procurement of

full quantity of doors/windows

4. a) Completion of 100% of structure

works i/c 80% brick work

300 days

b) Fixing of 75% doors/windows frames

and completion of 60% plastering

work of plinth area of buildings

c) Completion of flooring in 25% of floor

area

5. a) Completion of flooring and plastering

in 90% of plinth area of buildings

375 days

b) Completion of internal electrical

installation

6. Completion of building in all aspect and

handing over

540 days

Time allowed for execution of work 540 days

Authority to decide: (i)

Extension of time : Executive Engineer, Patna

Central Division, Patna

(ii) Rescheduling of mile stones : Superintending Engineer, Patna

Central Circle, CPWD, Patna

(iii) Shifting of date of start in case of delay in

handing over of site : Superintending Engineer, Patna

Central Circle, CPWD, Patna

Page 27: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 27 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

PROFORMA OF SCHEDULES CPWD

Clause 6, 6A

1. For work having estimated cost more than R 15 lacs Clause 6A

Clause 7

Gross work to be done together with net payment /adjustment of

advances for material collected, if any, since the last such payment

for being eligible to interim payment

R 100 lacs

Clause 7A

Whether clause 7A shall be applicable : Yes

No Running Account Bill

shall be paid for the work

till the applicable labour

licenses, registration with

GST, EPFO, ESIC and BOCW

Welfare Board, whatever

applicable as submitted by

the Bidder to the

Engineer-in Charge.

Clause 8B

(i) This shall not apply for maintenance or upgradation contracts not

involving any services.

(ii) For other works, the limit shall be as below:

Sl. No. Contract Value Limit R

I. More than R 20 crore 50000

Clause 10A List of testing equipment s to be

provided by the agency at site lab

: List attached as Appendix-I

Clause 10B(ii)

Applicable

Clause 10C Not Applicable

Component of labour expressed as percent of value of work 25%

Page 28: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 28 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

PROFORMA OF SCHEDULES CPWD

Clause 10CA ---- Applicable

S.

No.

Material covered

under this clause

Nearest Materials (other

than cement,

reinforcement bars and

the structural steel) for

which All India

Wholesale Price Index to

be followed

Base Price and

corresponding period of all

Materials covered under

clause 10 CA

(Month of April 2018)

With GST Without GST

1 Cement PPC

conforming to IS:1489

(Part-I)

1. ………………… R 6,000/-

Per MT

R 4,688/-

Per MT

2 Steel Reinforcement

TMT bars of all dia

Primary Manufacturer

2. …………………... R 55,653/-

Per MT

R 47,163/-

Per MT

3 Structural steel Section 3. …………………... R 52,870/-

Per MT

R 44,805/-

Per MT

Clause 10CC ---- Applicable

Clause 10 CC to be applicable in contracts with stipulated period of completion exceeding the period shown in next column

12 (twelve) months

Schedule of component of other Materials, Labour, POL etc. for

price escalation. –

Nil

Component of materials for Civil Component but except materials

covered under clause 10CA/Electrical construction value of

work)

Xm

40%

Component of Labour –

expressed as percent of total value of work.

Y

25%

Clause 11

Specifications to be followed for

execution of work CPWD Specifications 2009 volume – I & II

with corrections of slips upto the last date

of submission of bid.

Page 29: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 29 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

PROFORMA OF SCHEDULES CPWD

Clause 12 Type of work Original work

12.2. &

12.3

Deviation limit beyond which clauses 12.2 & 12.3

shall apply for building work

30% (Thirty percent)

12.5 (i) Deviation limit beyond which clauses 12.2

& 12.3 shall apply for foundation work

(except items mentioned in earth work sub-

head in DSR and related items)

30% (Thirty percent)

(ii) Deviation limit for items mentioned in

earth work subhead of DSR and related items

100% (Hundred percent)

Clause 13

The Engineer-in-charge shall take prior approval from NIT approving authority before

deciding to abandon or reduce the scope of work in this regard.

Clause 16 Competent Authority for deciding reduced rates:- Superintending Engineer, PCC,

CPWD, Patna

Clause 17 Defects liability period shall be 12 months after declaring the original

construction work completed by the competent authority i.e. Superintending

Engineer or his successor.

Clause 18 List of mandatory machinery, tools & plants to be deployed by the bidder at site:-

List as per Annexure-II

Clause 25 Constitution of Dispute Redressal Committee:-

A] For total Claims more than R 25 lacs

Chairman - CE (EZ)I, CPWD, Kolkata or his successor thereof

Member - SE (TLCQA), CPWD, Kolkata DW (ER) will act as member

in absence of SE (TLCQA) Member - SE (P), EZII, CPWD, Patna

Member - SE (E), PCEC, CPWD, Patna

Page 30: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 30 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

PROFORMA OF SCHEDULES CPWD

B] For total Claims upto R 25 lacs

Chairman - SE (TLCQA), CPWD, Kolkata

Member - EE (P)I, EZII, CPWD, Patna

Member - EE, EZII, CPWD, Patna (Other than EE under whose

jurisdiction the work falls)

Member - EE (E), PCED, CPWD, Patna

Place of arbitration : Kolkata

Clause 36 (i)

Requirement of Technical Representative(s) and recovery Rates are as below

S.

No.

Minimum

Qualification

of Technical

Representative

DIS

CIP

LIN

E

Designation

(Principal

Technical/

Technical

Representative)

Minimum

Experience

(Years)

Nu

mb

er

Rate at which

recovery shall

be made from

the bidder in

the event of not

fulfilling

provision of

clause 36(i) 1. Graduate

Engineer Civ

il

Project Manager 20 (and

having

experience of

one similar

nature of

work)

1

R 1,00,000/-

(Rupees one lacs

only) p.m.

2. Graduate

Engineer

Civ

il

Deputy Project

Manager

12 (and

having

experience of

one similar

nature of

work)

1

R 50,000/-

(Rupees fifty

thousand only)

p.m. per person

3. Graduate

Engineer

or

Diploma

Engineer

Civ

il

Project/Site

Manager

5

or

10

respectively

1

+

1

R 40,000/-

(Rupees forty

thousand only)

p.m. per person

Page 31: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 31 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

PROFORMA OF SCHEDULES CPWD

S.

No.

Minimum

Qualification

of Technical

Representative

DIS

CIP

LIN

E

Designation

(Principal

Technical/

Technical

Representative)

Minimum

Experience

(Years)

Nu

mb

er

Rate at which

recovery shall

be made from

the bidder in

the event of not

fulfilling

provision of

clause 36(i) 4. Graduate

Engineer

or

Diploma

Engineer

Civ

il

Ele

ctri

cal

Project

Planning/Quality/

Billing Engineer

2

or

5

respectively

1

Civil/

1

Elect

+

1

Civil/

1

Elect

R 40,000/-

(Rupees forty

thousand only)

p.m. per person

Assistant Engineers retired from Government services that are holding Diploma will be treated

at par with Graduate Engineers.

Diploma holder with minimum 10 year 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 42

(a) Schedule/statement for determining theoretical

quantity of cement & bitumen on the basis of Delhi

Schedule of Rates

: Delhi Schedule of

Rates 2016 with

amendments upto

date of submission of

bid Variations permissible on theoretical quantities:

(a) Cement For works with estimated cost put to

bid more than R 5 lacs. 2% (Two

percent)plus/minus.

(b) Bitumen All Works 2.5% plus only &

nil on minus side

Page 32: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 32 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

PROFORMA OF SCHEDULES CPWD

(c) Steel Reinforcement and structural steel sections for each

diameter, section and category

2% (Two percent)

plus/minus

(d) All other materials Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S. No. Description of Item Rates in figures and words at

which recovery shall be made from

the Bidder

Excess

beyond

permissible

variation

Less use beyond

permissible

variation

1. Cement PPC conforming to IS 1489 (Part I) Nil Not permitted

2. Steel Reinforcement TMT Bar of all dia

whether from manufacturers listed in the

list of JPC Kolkata

Nil Not permitted

3. Structural steel Sections Nil Not permitted

Page 33: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 33 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

Appendix-I

ESTABLISHING SITE LABORATORY AND TESTING OF MATERIALS

All necessary equipment for conducting all necessary tests shall be provided at the

site laboratory by the contractor at his own cost. The following minimum laboratory

equipments shall be set up at site office laboratory:-

Sl. No. Equipment Numbers (Minimum)

1. Cube testing machine (electric driven) 1

2. Slump cone 2

3. Vicats apparatus with Desk pot 2

4. Megger & earth resistance tester 4

5. Pumps and pressure gauges for hydraulic testing

of pipes

4

6. Weighing scale platform type 100 Kg capacity 4

7. Graduated glass cylinder As per requirement

8. Sets of sieves for coarse aggregate [40; 20; 10;

4.75mm]

1 set

9. Sets of sieves for fine aggregate [4.75; 2.36; 1.18;

600; 300 & 150 micron]

1 set

10. Core cutter for soil compaction with accessories 2

11. Cube moulds size 70mmx70mmx70mm 6

12. Cube moulds size 150mmx150mmx150mm 24

13. Moisture content rapid moisture meter standard 1

14. Hot air oven temp. Range 50oc to 300oc 1

15. Electronic balance 600gx0.1g. 10kg and 50 kg 2

16. Physical balance weight upto 5 kg 1

17. Digital thermometer upto 150oc 2

18. Poker thermometer (concrete road) 0oc to 50oc

& 150oc

2 Each set of each size

19. Measuring jars 100ml, 200ml, 500ml 2 Nos. each size

20. Gauging trowels 100mm & 200mm with wooden

handle

4 Nos. Each size

21. Sptula 100mm & 200mm with long blade

wooden handle

2 Nos. Each size

22. Vernier calipers 12 & 6 size 2

23. Digital PH motor least count 0.01mm 1

Page 34: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 34 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

Sl. No. Equipment Numbers (Minimum)

24. Digital Micrometer least count. 0.01mm 1

25. Digital paint thickness meter for steel 500

micron range

2

26. GI tray 600x450x50mm, 450x300x40mm,

300x250x40mm

2 Each

27. Electric Motor mixer 0.25 cum capacity 1

28. Rebound hammer test digital rebound hammer 1

29. Screw gauge 0.1mm-10mm, least count 0.05 2

30. Water testing kit 2

31. Aggregate impact value testing machine with

blow counter

As per requirement

32. Crushing valve apparatus As per requirement

33. Thickness gauge for measuring flakiness index As per requirement

34. Elongation gauge As per requirement

35. Measuring cylinder 3, 5, 10 & 15 liter cylinder As per requirement

36. Pycnometer 2

37. Motorized sieve shaker 2

38. Any other equipment for site tests as outlined in

BIS and as directed by the Engineer-in-charge.

As per requirement

Page 35: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 35 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

Annexure– II

PLANT AND EQUIPMENT REQUIRED TO BE OWNED / TAKEN ON LEASE BY THE

CONTRACTOR AT SITE

Sl. No. Equipment Numbers (Minimum)

1. Hydraulic Mixer with Diesel Engine/Electrically

Operated with Digital inbuilt weigh batching. 2

2. Batching plant electrically operated with

automatic load cell weigh batching system (30

cum capacity per hour).

1

3. Mobile tower crane (wheel mounted). 1

4. Tower hoist with winch machine (750kg gross

load and height upto 110ft.) 1

5. Excavator cum loader (JCB 3D model or

equivalent). 1

6. DG sets of adequate capacity. As per requirement

7. Any other machinery as required for completion

of the work. As per requirement

8. Transit mixer. As per requirement

9. Concrete pump (30 cum/Hr. min capacity & lift

50M). 1

10. Vibrators. 10

11. Dumper. As per requirement

12. Reinforcement bending machine (electric) 1

13. Reinforcement cutting machine (electric) 1

14. Total station. 1

15. Auto level & staff. 2

16. Tractor with trolley. As per requirement

17. Water tanker. As per requirement

Note: 1. The above list is only indicative and not exhaustive. The bidder may be required to

deploy more T&P as per requirement at site. 2. All the above plants & equipments are to be deployed as and when required or as

directed by Engineer-in-Charge.

Page 36: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 36 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

SECTION I

BRIEF PARTICULARS OF THE WORK

(Civil Components)

Page 37: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 37 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

SECTION-I

BRIEF PARTICULARS OF THE WORK

(Civil Components)

1. Salient feature of the work for which bid are invited as under:-

1) Sl.

No.

Name of Work Estimated Cost Period of

Completion

1. Construction of Workshop cum

Class Room & Hostel Building

(G+6) for Tool Room & Training

Centre i/c Internal Water

Supply, Sanitary Installation,

Drainage & IEI and other

Developments Works like D.G.

Set, Lift, Solar PV Panel, Solar

Water Heating System, Fire

alarm & Fighting System etc. at

Patna, Bihar.

R 31,87,21,316/- 540 days

2. The work is situated at Patliputra at Patna.

3. General features and major component (Civil Component) of the work are as under :-

I] For Workshop cum Class Room:-

1. FOUNDATIONS: i) The foundation shall be pile foundation as specified in the structural drawings.

ii) Lean Concrete: C.C. 1:4:8 (1 cement : 4 coarse sand : 8 graded stone aggregate 40mm

nominal size) of specified thickness shall be provided below the RCC as per

approved structural drawings and below the pavement.

iii) Reinforced Cement Concrete foundation & Columns: RCC shall be in design mix M25

or mix as specified with TMT bars/reinforcement of Fe 500D grade conforming to IS

1786-2008 as per structural drawings.

iv) Brick work: 250mm thick in cement mortar 1:6 (1 cement: 6 coarse sand) with class

designation 7.5 common burnt clay FPS (non-modular) bricks as per architectural

drawings.

2. SUPERSTRUCTURE i) Reinforced Cement Concrete in Columns, Slabs, Lintels, Beams and Staircase, Facias,

Shelves: R.C.C shall be of design mix M25 or mix as specified with TMT bars

reinforcement of Fe 500D grade conforming to IS 1786-2008 as per approved

structural drawings.

Page 38: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 38 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

ii) Brick work in walls:

a) 250mm thick in cement mortar 1:6 (1 cement : 6 coarse sand) with non

modular fly ash bricks conforming to IS:12894 class designation 10 as per

approved structural drawings.

b) 125mm thick in cement mortar 1:4 (1 cement : 4 coarse sand) with non

modular fly ash bricks of class designation 10.

3. DOORS, WINDOWS & GLAZING: i) DOORS

a) All door frames (except bath & WC) shall be of second class teak wood.

b) 35mm thick flush door shutters non-decorative type core of block board with 1st

class hard wood to be provided in all rooms except bath & WC.

c) 30mm thick solid PVC door shutter with PVC door frame in toilets.

d) Door/window hardwares shall be of aluminium brass fittings.

ii) WINDOWS

a) All windows and ventilators made of powder coated aluminium (minimum

thickness of powder coating 50 micron) shall be provided.

b) M. S. grill in windows & ventilators shall be provided as per the drawing.

iii) GLAZING

a) Float Glass panes of 5.50mm thickness shall be provided in all glazed windows.

b) Entrance glazing provided with float glass panes of 8mm thickness in frames of

powder coated aluminium.

c) Entrance glass door gate provided with 12mm thick toughened glass.

4. FLOORING i) 62mm thick C.C. flooring with concrete hardener provided in Ground Floor

workshop.

ii) 25mm thick Kota Stone Slab flooring over 20mm average thick base of cement

mortar 1:4 shall be provided in main entrance, corridor, store, technician room of

Ground Floor & First Floor, in First Floor workshop & ramps.

iii) Granite flooring in Second Floor & Third Floor corridors, staircases and lift lobby.

iv) Second Floor class room & Third Floor laboratories provided with double charged

vitrified floor tiles of size 600mmx600mm.

v) Ceramic glazed tiles flooring shall be provided in toilets.

5. SKIRTING i) 150mm high skirting shall be provided matching to the floor finish in all the

rooms/other places.

6. DADO i) Ceramic glazed wall tiles shall be provided in W.C & Bath rooms upto a height of

2100mm.

ii) Granite wall cladding with 18mm thick granite shall be provided around lift portion

upto ceiling height.

Page 39: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 39 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

7. ROOFING i) Unplasticized PVC Rain Water pipe of 110mm diameter shall be provided for

drainage of rain water.

8. FINISHING i) Internal Surface:

a) 12mm/ 15mm thick plaster in cement mortar 1:6 (1 cement : 6 coarse sand).

b) 6mm thick plaster in cement mortar 1:3 (1 cement : 3 fine sand) in ceiling and

on RCC surfaces.

c) All ceiling & internal walls shall be finished with acrylic distemper of approved

brand over 1mm thick cement based putty at all places.

ii) External Surface:

a) 12mm/15mm thick plaster with cement mortar 1:6 (1 cement : 6 coarse sand)

as required.

b) All exterior finishes shall be finished with premium acrylic smooth paint of

exterior grade.

c) Textured painting, dry cladding with red sand stone & structural glazing shall

be provided as per drawing.

9. SANITARY & WATER SUPPLY i) All the sanitary pipes & fittings shall be made of 100mm dia. Hubless Centrifugally

cast (spun) iron. All internal pipes inside the building shall be concealed.

ii) Water supply pipe lines shall be of G.I. pipes as per the nomenclature of items. All

internal water supply pipe lines shall be concealed.

iii) PVC water storage tank shall be provided over the roof top. The internal distribution

of water supply line in the unit will be as per approved plan.

iv) All exposed sand cast iron pipes shall be painted with paint of shade matching with

the shade painted on the wall.

10. FIXTURES i) Indian type W. C., European W. C. Pan with flushing cistern and Wash basins of

specified size shall be provided as per architectural drawings. Provision for One toilet

for disable person at each floor has been kept in this estimate.

11. WATER PROOFING TREATMENT i) Integral water proofing treatment overlaid with 40mm thick impervious

polyurethane foam for roof insulation and top with kota stone has been taken in the

estimate.

12. MISCELLANEOUS i) Plinth protection 50mm thick with 1:3:6 (1 cement : 3 coarse sand : 6 graded stone

aggregate 20mm nominal size) over 75mm thick dry brick ballast well rammed

compacted with fine sand.

ii) Manhole shall be provided as per nomenclature of items & direction of Engineer-in-

charge.

iii) S. S. stair railing in staircase, and S. S. hand rail in corridors shall be provided as per

approved Architectural Drawings.

Page 40: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 40 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

13. DEMOLITION OF LOAD BEARING STRUCTURE The following structures are to be demolished and has been incorporated under item

no.21.1 as one job in lump sum basis for which survey report has been approved for

R 34235/-.

i) 2 nos. single storey Load bearing structures (approx plinth area-91 sqm).

ii) Toilet unit (approx plinth area-5 sqm).

iii) Boundary Wall- 44 metre long.

II] For Hostel Building (G+6) :-

1. FOUNDATIONS: i) The foundation shall be pile foundation as specified in the structural drawings.

ii) Lean Concrete: C.C. 1:4:8 (1 cement : 4 coarse sand : 8 graded stone aggregate 40mm

nominal size) of specified thickness shall be provided below the RCC as per approved

structural drawings and below the pavement.

iii) Reinforced Cement Concrete foundation & Columns: RCC shall be in design mix M25

or mix as specified with TMT bars/reinforcement of Fe 500D grade conforming to IS

1786-2008 as per structural drawings.

iv) Brick work: 250mm thick in cement mortar 1:6 (1 cement: 6 coarse sand) with class

designation 7.5 common burnt clay FPS (non-modular) bricks as per architectural

drawings.

2. SUPERSTRUCTURE i) Reinforced Cement Concrete in Columns, Slabs, Lintels, Beams and Staircase, Facias,

Shelves: R.C.C shall be of design mix M25 or mix as specified with TMT bars

reinforcement of Fe 500D grade conforming to IS 1786-2008 as per approved

structural drawings.

ii) Brick work in walls:

a) 250mm thick in cement mortar 1:6 (1 cement : 6 coarse sand) with non

modular fly ash bricks conforming to IS:12894 class designation 10 as per

approved structural drawings.

b) 125mm thick in cement mortar 1:4 (1 cement : 4 coarse sand) with non

modular fly ash bricks of class designation 10.

3. DOORS, WINDOWS & GLAZING: i) DOORS

a) All door frames (except bath & WC) shall be of Sal wood.

b) 35mm thick flush door shutters non-decorative type core of block board with 1st

class hard wood to be provided in all rooms except bath & WC.

c) 30mm thick solid PVC door shutter with PVC door frame in toilets.

d) Door/window hard wares shall be of aluminium brass fittings.

ii) WINDOWS

a) All windows and ventilators made of powder coated aluminium (minimum

thickness of powder coating 50 micron) shall be provided.

b) M. S. grill in windows & ventilators shall be provided as per the drawing.

Page 41: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 41 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

iii) GLAZING

a) Float Glass panes of 5.50mm thickness shall be provided in all glazed windows.

b) Entrance glass door gate provided with 12mm thick toughened glass.

4. FLOORING i) 25mm thick Kota Stone Slab flooring over 20mm average thick base of cement

mortar 1:4 shall be provided in Kitchen, store portion i/c their corridor.

ii) Granite flooring in Main entrance, lobby, corridor, Stairs, etc at all floors.

iii) Vitrified floor tiles of size 800x800 mm (Double charged) provided in all rooms,

dining hall, etc at all.

iv) Ceramic glazed tiles flooring shall be provided in toilets.

5. SKIRTING i) 200mm high skirting shall be provided matching to the floor finish in all the

rooms/other places.

6. DADO i) Ceramic glazed wall tiles shall be provided in W.C & Bath rooms upto a height of

2100mm.

ii) Granite wall cladding with 18 mm thick granite shall be provided around lift portion

up to ceiling height.

7. ROOFING i) Un-plasticized PVC Rain Water pipe of 110mm diameter shall be provided for

drainage of rain water.

8. FINISHING i) Internal Surface:

a) 12mm/ 15mm thick plaster in cement mortar 1:6 (1 cement : 6 coarse sand).

b) 6mm thick plaster in cement mortar 1:3 (1 cement : 3 fine sand) in ceiling and

on RCC surfaces.

c) All ceiling & internal walls shall be finished with acrylic distemper of approved

brand over 1mm thick cement based putty at all places.

ii) External Surface:

a) 12mm/15mm thick plaster with cement mortar 1:6 (1 cement : 6 coarse sand)

as required.

b) All exterior finishes shall be finished with premium acrylic smooth paint of

exterior grade.

c) Textured painting, dry cladding with red sand stone & structural glazing shall

be provided as per drawing.

9. SANITARY & WATER SUPPLY i) All the sanitary pipes & fittings shall be made of 100mm dia. Hubless Centrifugally

cast (spun) iron. All internal pipes inside the building shall be concealed.

ii) Water supply pipe lines shall be of G.I. pipes as per the nomenclature of items. All

internal water supply pipe lines shall be concealed.

iii) PVC water storage tank shall be provided over the roof top. The internal distribution

of water supply line in the unit will be as per approved plan.

Page 42: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 42 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

iv) All exposed sand cast iron pipes shall be painted with paint of shade matching with

the shade painted on the wall.

10. FIXTURES i) Indian type W. C., European W. C. Pan with flushing cistern and Wash basins of

specified size shall be provided as per architectural drawings. Provision for One toilet

for disable person at each floor has been kept in this estimate.

11. WATER PROOFING TREATMENT i) Integral water proofing treatment overlaid with 40mm thick impervious

polyurethane foam for roof insulation and top with kota stone has been taken in the

estimate.

12. MISCELLANEOUS i) Plinth protection 50mm thick with 1:3:6 (1 cement : 3 coarse sand : 6 graded stone

aggregate 20mm nominal size) over 75mm thick dry brick ballast well rammed

compacted with fine sand.

ii) Manhole shall be provided as per nomenclature of items & direction of Engineer-in-

charge.

iii) S. S. stair railing in staircase, and S. S. hand rail in corridors & near ramp for disable

person shall be provided as per approved Architectural Drawings.

13. DEMOLITION OF LOAD BEARING STRUCTURE

The following structures are to be demolished and has been incorporated under item

no. 21.1 as one job in lump sump basis.

i) 01 no. Generator room (Approx plint area-21 sqm).

ii) Toilet with corridor and Workshop building having partly RCC roof and partly AC

sheet over MS truss (approx plinth area-467 sqm)

Work shall be executed according to General Condition of Contract for Central P.W.D.

works available separately at printer s outlets. The bidder may obtain the address of the

outlet from the Executive Engineer, PCD, CPWD, Patna.

Page 43: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 43 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

SECTION II

INFORMATION AND INSTRUCTION TO

BIDDERS

Page 44: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 44 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

SECTION II

INFORMATION AND INSTRUCTIONS FOR BIDDERS

1.0 GENERAL:

1.1 Letter of transmittal and forms for deciding eligibility are given in Section III.

1.2 All information called for in the enclosed forms should be furnished against

the relevant columns in the forms. If for any reason, information is

furnished on a separate sheet, this fact should be mentioned against the

relevant column. Even if no information is to be provided in a column, a nil

or no such case entry should be made in that column. If any

particulars/query is not applicable in case of the bidder, it should be stated

as not applicable . The bidders are cautioned that not giving complete

information called for in the application forms or not giving it in clear terms

or making any change in the prescribed forms or may result in the bid being

summarily disqualified. Bids made by telegram or telex and those received

late will not be entertained.

1.3 The bid should be type written. The bidder should sign each page of the

application.

1.4 Overwriting should be avoided. Correction, if any, should be made by neatly

crossing out, initiating dating & rewriting. Pages of the eligibility criteria

document are numbered. Additional sheets, if any added by the contractor, should

also be numbered by him. They should be submitted as a package with signed

letter of transmittal.

1.5 References, information and certificates from the respective clients certifying

suitability, technical knowledge or capability of the bidder should be signed by an

officer not below the rank of Executive Engineer or equivalent.

1.6 The bidder may furnish any additional information which he thinks is necessary

to establish his capabilities to successfully complete the envisaged work. He is,

however, advised not to furnish superfluous information. No information shall be

entertained after uploading of eligibility criteria document unless it is called for by

the Employer.

2.0 DEFINITIONS:

2.1 In this document the following words and expressions have the meaning hereby

assigned to them:

2.2 EMPLOYER: Means the President of India, acting through the Executive Engineer,

PCD, CPWD, Patna.

2.3 BIDDER: Means the individual, proprietary firm, firm in partnership, limited

company (private or public) or corporation.

2.4 Year means Financial Year unless stated otherwise.

3.0 METHOD OF APPLICATION:

3.1 If the bidder is an individual, the application shall be signed by him above his full

type written name and current address.

Page 45: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 45 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

3.2 If the bidder is a proprietary firm, the application shall be signed by the proprietor

above his full type written name and the full name of his firm with its current

address.

3.3 If the bidder is a firm in partnership, the application shall be signed by all the

partners of the firm above their full type written names and current address, or,

alternatively, by a partner holding power of attorney for the firm. In the later case

a certified copy of the power of attorney should accompany the application. In

both cases a certified copy of the partnership deed and current address of all the

partners of the firm should accompany the application.

3.4 If the bidder is a limited company or a corporation, the application shall be signed

by a duly authorized person holding power of attorney for signing the application

accompanied by a copy of the power of attorney. The bidder should also furnish a

copy of the Memorandum of Articles of Association duly attested by a Public

Notary.

4.0 FINAL DECISION MAKING AUTHORITY

The employer reserves the right to accept or reject any bid and to annul the process

and reject all bids at any time without assigning any reason or incurring any liability to

the bidders.

5.0 PARTICULARS PROVISIONAL

The particulars of the work given in Section I are provisional. They are liable to change

and must be considered only as advance information to assist the bidders.

6.0 SITE VISIT

The bidder is advised to visit the site of work, at his own cost, and examine it and its

surroundings to himself collect all information that he considers necessary for proper

assessment of the prospective assignment.

7.0 CRITERIA FOR ELIGIBILITY (TECHNICAL BID)

7.1

(i)

The Bidder should have satisfactorily completed works during the last seven

years ending previous day of last date of submission of bid. For this purpose

cost of work shall mean gross value of the completed work. This should be

certified by an officer not below the rank of Executive Engineer/Project

Manager or equivalent

Three similar works each costing not less than R 12.75 Cr. or completed two

similar works each costing not less than R 19.12 Cr. or completed one

similar work costing not less than R 25.50 Cr.

Similar work shall mean :-

Construction of residential/non-residential building(s) with RCC

framed structure having minimum one building of five storey or

completing balance construction work of one building (i/c

structural work) minimum upto five storey including internal

water supply, sanitary installations, drainage and internal electric

installation all complete executed in India .

Page 46: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 46 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

Note: 1. Mumty and machine room will not be counted as storey for this

purpose.

2. For this purpose each basement, stilt constructed in the building

shall be considered as a storey.

3. Work of specialized E&M services, if executed under a separate

contract may also be considered for the purpose of assessing the

technical competence only without adding its monetary value for

determining the eligibility criteria.

4. One building of the specified number of storeys, as mentioned in

definition of similar work constructed within one particular work

of the financial magnitude as specified in para 1.2 (a) shall satisfy

the criteria of similar work.

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 date of submission of

tenders.

7.2 The bidder should have had average Annual Financial Turn Over (gross) of

R 15.94 Cr. on Construction works during the last available three

consecutive financial years balance sheet duly audited by Chartered

Accountant. Year in which no turnover is shown would also be considered for

working out the average.

7.3 The bidder should not have incurred any loss (Profit after tax should be

positive) in more than two years the available last five consecutive balance

sheets, duly certified and audited by the Chartered Accountant.

7.4 The bidder should have a solvency of R 12.75 Cr. Certified by his Bankers.

(Not required if applicant is a class-I Composite registered contractor of

CPWD).

7.5 The bidder should have sufficient number of Technical and Administrative

employees for the proper execution of the contract. The bidder should submit a

list of these employees stating clearly how these would be involved in this work

within 15 days of award of work.

8.0 EVALUATION CRITERIA FOR TECHNICAL QUALIFCATION

8.1 The details submitted by the bidders will be evaluated in the following manner.

8.1.1 The criteria for eligibility prescribed in para 7.0 above in respect of

experience of eligible similar works completed, loss solvency and

financial turn over etc. will first be scrutinized and the bidder s eligibility

for the work be determined.

8.1.2 The bidders qualifying the criteria for eligible as set out in para 7.0 above

will be evaluated for following criteria by scoring method on the basis of

details furnished by them:

Page 47: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 47 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

(a) Financial strength

(Form A & B )

Maximum 20 Marks

(b) Experience in eligible similar nature of

Work during last seven years (Form C )

Maximum 20 Marks

(c) Performance on works (Form D ) – Time

over run

Maximum 20 Marks

(c1) Performance on works (Form D ) Quality Maximum 40 Marks ………………………. Total 100 Marks ………………………. NOTE- I

1) To become eligible for short listing, the bidder must secure at least

fifty percent marks in each (section a, b, c & d) and sixty percent

marks in aggregate.

2) The department, however, reserves the right to restrict the list of

such qualified contractors in technical bid evaluation to any number,

as deemed suitable by it.

NOTE-II

The average value to performance of works for time overrun and quality

shall be taken on the basis of performance report of the eligible similar

works.

9.0 FINANCIAL INFORMATION

Bidder should furnish the following financial information:- Annual Financial

Statement for the last five years (in Form A ) and Solvency Certificate (in Form B ).

10.0 EXPERIENCE IN WORKS HIGHLIGHTING EXPERIENCE IN SIMILAR WORKS

10.1 Bidder should furnish the following:

(a) List of all eligible similar nature of works successfully completed during

the last seven years (in form C ).

11.0 ORGANISATION INFORMATION

Bidder is required to submit the following information in respect of his organization in

Forms E .

12.0 LETTER OF TRANSMITTAL

The bidder should submit the letter of transmittal attached with the document.

13.0 OPENING OF THE FINANCIAL BID

After evaluation of applications, a list of short listed agencies qualified in technical

evaluation will be prepared. Thereafter, the financial bids of only the qualified and

technically acceptable bidders shall be opened at the notified time, date and place in

the presence of the qualified bidders or their representatives. The bid shall remain for

a period of 60 days from the date of opening of the Eligibility Bid.

Page 48: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 48 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

14.0 AWARD CRITERIA

14.1 The employer reserves the right, without being liable for any damages or

obligation to inform the bidder, to:

(a) Amend the scope and value of contract to the bidder.

(b) Reject any or all of the applications without assigning any reason thereof.

14.2 Any effort on the part of the bidder or his agent to exercise influence or to

pressurize the employer would result in rejection of his bid. Canvassing of any

kind is prohibited.

Page 49: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 49 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

SECTION III

INFORMATION REGARDING ELIGIBILITY

(TECHNICAL BID)

Page 50: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 50 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

LETTER OF TRANSMITTAL

From:

To

The Executive Engineer

Patna Central Division,

CPWD, Patna

Subject:- Submission of bids for the work of Construction of Workshop cum Class

Room & Hostel Building (G+6) for Tool Room & Training Centre i/c Internal

Water Supply, Sanitary Installation, Drainage & IEI and other Developments

Works like D.G. Set, Lift, Solar PV Panel, Solar Water Heating System, Fire

alarm & Fighting System etc. at Patna, Bihar .

Sir,

Having examined the details given in Press – Notice and Bid document for the above

work, I/we hereby submit the relevant information.

1. I/We hereby certify that all the statement made and information supplied in the

enclosed forms A to E and accompanying statement are true and correct.

2. I/We have furnished all information and details necessary for eligibility and have no

further pertinent information to supply.

3. I/We submit the requisite certified solvency certificate and authorize the Executive

Engineer, PCD, CPWD, Patna to approach the Bank issuing the solvency certificate to

confirm the correctness thereof. I/We also authorize Executive Engineer, PCD, CPWD,

Patna to approach individuals, employers, firms and corporation to verify our

competence and general reputation.

4. I/We submit the following certificates in support of our suitability, technical knowledge

and capability for having successfully completed the following eligible similar works:

Name of Work Certificate from

Certificate: It is certified that the information given in the enclosed eligibility bid are

correct. It is also certified that I/we shall be liable to be debarred,

disqualified/cancellation of enlistment in case any information furnished by

me/us found incorrect.

Enclosures:

Date of submission

Seal of bidder

SIGNATURE(S) OF BIDDER(S)

Page 51: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 51 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

FORM A

FINANCIAL INFORMATION

I. 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).

YEARS

2012-13 2013-14 2014-15 2015-16 2016-17

i) Gross Annual turnover

on construction works.

ii) Profit/Loss

II. Financial arrangements for carrying out the proposed work.

III. Solvency Certificate from Bankers of bidder in the prescribed Form B

SIGNATURE OF BIDDER(S)

Signature of Chartered Accountant with Seal

Page 52: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 52 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

FORM B

FORM OF BANKERS SOLVENCY CERTIFICATE

FROM A SCHEDULED BANK

This is to certify that to the best of our knowledge and information that

M/s./Shri……………………………………… having marginally noted address, a customer of

our bank are/is respectable and can be treated as good for any engagement upto a

limit of R…………… Rupees…………………………………… .

This certificate is issued without any guarantee or responsibility on the bank or

any of the officers.

(Signature)

For the Bank

NOTE: 1) Bankers certificate should be on letter head of the Bank addressed to the

tendering authority.

2) In case of partnership firm, certificate should include names of all partners as

recorded with the Bank.

Page 53: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 53 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

FORM C

DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS

COMPLETED DURING THE LAST SEVEN YEARS ENDING

PREVIOUS DAY OF LAST DATE OF SUBMISSION OF TENDERS

Sl.

No.

Name of

work/

project

and

location

Owner or

sponsoring

organization

Cost of

work in

crores

of

Rupees

Date of

commencemen

t as per

contract

Stipulated

date of

completion

Actual date

of

completion

Litigation/

arbitration

cases

pending/

in progress

with

details*

Name and

address/

telephone

number of

officer

Whether

the work

was

done on

back to

back

basis

Yes/No

1 2 3 4 5 6 7 8 9 10

*indicate gross amount claimed and amount awarded by the Arbitrator.

SIGNATURE OF BIDDER(S)

Page 54: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 54 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

FORM D

PERFORMANCE REPORT OF WORKS REFERRED TO

IN FORM C

1. Name of work / project & location

(Type of building & no. of storey excluding

mumpty & machine room) 2. Agreement No. 3. Estimated Cost 4. Tendered Cost 5. Actual value of work done 6. Date of Start 7. Date of completion

i) Stipulated date of completion

ii) Actual date of completion 8.

i) Whether case of levy of compensation for delay has been decided or not Yes/ No.

ii)

If decided, amount of compensation levied for delayed completion, if any.

9. Whether internal water supply is part of the agreement ? Yes/ No.

10. Whether sanitary installation is part of the agreement ? Yes/ No.

11. Whether drainage is part of the agreement? Yes/ No. 12. Whether internal electrical installation is part of

the agreement ? Yes/ No. 13. Performance Report

1) Quality of Work Outstanding / Very Good

/ Good/ Poor

2 ) Financial Soundness

Outstanding / Very Good

Good/Poor

3) Technical Proficiency Outstanding / Very Good Good/Poor

4) Resourcefulness Outstanding / Very Good

Good/Poor

5) General Behaviour Outstanding / Very Good Good/Poor

Dated:

Executive Engineer or Equivalent

with office stamp

Page 55: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 55 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

FORM E

STRUCTURE & ORGANISATION

1. Name & Address of the bidder

2. Telephone No./Telex No./Fax No.

3. Legal status of the

bidder (attach copies of original

document defining the legal status).

a) An Individual

b) A proprietary firm

c) A firm in partnership

d) A limited company or

Corporation

4. Particulars of registration with various Government bodies (attach attested photo-copy).

Organization/Place of registration No. Registration

1.

2.

3.

5. Names and Titles of Directors & Officers with designation

to be concerned with this work.

6. Designation of individuals authorized to act for the

organization.

7. Has the bidder, or any consituent partner in case of

partnership firm/limited company/joint venture, ever been

convicted by the court of law. If so give details.

8. In which field of Civil Engineering Construction the bidder

has specialization and interest?

9. Any other information considered necessary but not

included above.

SIGNATURE OF BIDDER(S)

Page 56: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 56 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

CRITERIA FOR TECHNICAL BID EVALUATION OF CONTRACTORS

Attributes Evaluation

(a) Financial strength (20

marks)

(i) 60% marks for minimum eligibility

criteria

(ii) 100% marks for twice the minimum

eligibility criteria or more

In between (i) & (ii) – on pro-rata basis

(i) Average annual

turnover

16 marks

(ii) Solvency

Certificate

4 marks

(b) Experience in similar

class of works

(20marks) (i) 60% marks for minimum eligibility

criteria

(ii) 100% marks for twice the minimum

eligibility criteria or more

In between (i) & (ii) – on pro-rata basis

(c) Performance on

works (time over run)

( 20

marks)

Parameter Calculation

For points

Score Maximum

Marks

If TOR = 1.00 2.00 3.00 >3.50 20

(i) Without levy of

compensation

20 15 10 10

(ii) With levy of

compensation

20 5 0 -5

(iii) Levy of compensation

not decided

20 10 0 0

Time overrun ( TOR) = AT/ST, where AT=Actual Time; ST=Stipulated Time.

Time in the Agreement plus (+) justified period of extension of time.

Note: Marks for value in between the stages indicated above is to be determined by straight line

variation basis.

(d) Performance of works (Quality) (40 marks)

(i) Outstanding 40

(ii) Very Good 30

(iii) Good 20

(iv) Poor 0

Note: Performance of work (Quality) certified as satisfactory will be treated as good.

Page 57: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 57 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

Part-B- FINANCIAL BID (CIVIL COMPONENT)

PPP AAA RRR TTT III CCC UUU LLL AAA RRR SSS PPP EEE CCC III FFF III CCC AAA TTT III OOO NNN SSS &&& SSS PPP EEE CCC III AAA LLL CCC OOO NNN DDD III TTT III OOO NNN SSS FFF OOO RRR

CCC III VVV III LLL WWW OOO RRR KKK SSS

[A] PARTICULAR SPECIFICATIONS

1.0 GENERAL

1.1 Unless otherwise specified, CPWD Specifications 2009 volume I - II with up to date

corrections slips shall be followed in general. Any additional item of work, if taken

up subsequently, shall also conform to the relevant CPWD specifications mentioned

above. Should there be any difference or discrepancy between the description of

items as given in the schedule of quantities, particular specifications for individual

items of work (including special conditions) and I.S. Codes etc., the following order of

preference shall be observed:

(i) Description of items as given in Schedule of quantities

(ii) Particular specifications

(iii) Special Conditions

(iv) CPWD Specifications including correction slips issued up to the last date of

uploading/submission of tender.

(v) Working drawings

(vi) Indian Standards Specifications of B.I.S.

(vii) ASTM, BS, or other foreign origin code mentioned in tender document.

(viii) Manufacturer s specifications and as decided by the Engineer-in-Charge.

(ix) Sound Engineering practices or well established local construction

practices.

Above provision supersedes para 8.1 of Conditions of Contract in PWD 7.

1.2 The work shall be executed and measured as per metric dimensions given in the

Schedule of quantities, drawings etc. (F.P.S. units wherever indicated are for

guidance only).

1.3 The following modifications to the above specifications and some additional

specifications shall however apply:

i) All stone aggregates shall be of hard stone variety to be obtained from approved quarries at………*…………

ii) Sand to be used for cement concrete work, mortar for masonry and plaster

work shall be of standard quality. Sand shall be obtained from approved quarry at………*……… and screened as required. The same shall consist of hard siliceous material. It shall be clean sand.

iii) Common burnt clay FPS (non-modular) brick of 7.5-class designation shall be used in size …*..… F.P.S. units [size ……*…..mm.] in foundation & non-

modular fly ash bricks conforming to IS:12894, class designation 10 shall be

used in superstructure. Brick shall be obtained from approved kiln at. ………*……….

* Blanks to be filled by EE/PCD/ Patna

Page 58: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 58 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

2.0 Wherever any reference to any Indian Standard Specification occurs in the

documents relating to this contract the same shall be inclusive of all amendments

issued thereto or revisions thereof, if any, up to the date or receipt of tenders on ………*…………….

3.0 Unless otherwise specified in the schedule of quantities the rates for all items of the

work shall be considered as inclusive of pumping out or bailing out water if required

for which no extra payment will be made. This will include water encountered from

any source, such as rains, floods, and sub-soil water table being high due to any other

cause whatsoever.

4.0 Engagement of agency for specialized works:

i. Contractor has to engage specialized agencies for specialized items of works such as

water proofing. Only those specialized agencies/firms who have satisfactorily

executed works as per following criteria during last seven years are eligible for the

specialized works-

ii. A] . Water Proofing Work:

iv. v. a) Three similar works each costing not less than R 8.15 lacs. or

vi. vii. b) Two similar works each costing not less than R 12.23 lacs. or

viii. ix. c) a. One similar work costing not less than R 16.30 lacs.

Similar work means – Water Proofing Work .

Approval of the specialized agencies for each specialized work shall be obtained

from the Engineer-in-Charge within one month of award of work. Even if, such

specialized items of work shall be executed by the specialized agencies, the work

shall be deemed to be executed by the tenderer for all purposes and the

responsibility of the quality of items of works executed etc. shall continue to be that

of the tenderer only.

5.0 R.C.C. Work (Mix Design)

5.1 For concrete work laboratory tests with PPC cement will be carried out by

the contractor through approved laboratories/institutions approved by the

Engineer-in-charge. For this purpose the various ingredients shall be sent to

the lab/test houses or Institutions and the samples of such ingredients sent

shall be preserved at site.

The trial mix shall be prepared with approved aggregates, cement and

water. The concrete batching plant to be employed in the work shall be

used for preparing the trial mix to simulate actual field conditions.

Design mix shall be prepared without adding any admixture and minimum

cement content of design mix as specified in the item is based on without

adding any admixture. Admixture may be added to achieve desired

workability for which nothing extra shall be paid to the contractor.

* Blanks to be filled by EE/PCD/ Patna

Page 59: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 59 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

6.0 FORM WORK

6.1 The work shall be done in general as per CPWD Specifications.

6.2 Only M.S. centering / shuttering and scaffolding material unless &

otherwise specified shall be used for all R.C.C. work to give an even finish of

concrete surface. However, shutter-ply shuttering in exceptional cases as

per site requirement may be used on specific request from contractor to be

approved by the Engineer–in-Charge.

Steel shuttering as approved by the Engineer-in-Charge shall be used by the

contractor. Minimum size of shuttering plates shall be 600mm x 900mm

except for the case when closing pieces required to complete the shuttering

panels.

Dented, broken, cracked, twisted or rusted shuttering plates shall not be

allowed to be used on the work.

The shuttering plates shall be cleaned properly with electrically driven

sanders to remove any cement slurry or cement mortar or rust. Proper

shuttering oil or de-bonding compound shall be applied on the surface of

the shuttering plates in the requisite quantity before assembly of steel

reinforcement.

6.3 For the execution of centering and shuttering, the contractor shall use

propriety Reebole chemical mould release agent of FOSROC or equivalent

as shuttering oil as approved by Engineer-in-charge and nothing extra shall

be paid on this account.

6.4 Double steel scaffolding having two sets of vertical supports shall be

provided for external wall finish, cladding etc. The supports shall be sound

and strong, tied together with horizontal pieces over which scaffolding

platform shall be fixed. Scaffolding shall have steel staircase for inspection

of works at upper levels.

6.5 Nothing extra shall be paid for the centering and shuttering, circular in

shape whenever the form work is having a mean radius exceeding 6m in

plan.

6.6 In order to keep the floor finish as per architectural drawings and to

provide required thickness of the flooring as per specifications, the level of

top surface of R.C.C. shall be accordingly adjusted at the time of its

centering, shuttering and casting for which nothing extra shall be paid to

the Contractor.

6.7 As per general engineering practice, level of floors in toilet / bath, balconies,

shall be kept 12 to 20mm lower than general floors as required. Shuttering

should be adjusted accordingly. Nothing extra is payable on this account.

Page 60: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 60 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

6.8 Concreting of upper floor shall not be done until concrete of lower floor has

set at least for 14 days but form work and reinforcement can be taken up

after the concrete has set atleast for three days.

7.0 STAINLESS STEEL CRAMPS

The size & shape of the cramps shall be as per drawing and as per directions of

Engineer-in-charge. The samples of steel cramps should be got approved in advance

before starting the stone cladding work.

8.0 FLOORING

The rate of items of flooring is inclusive of Providing Sunken Flooring in Bathrooms,

Kitchen, W.C., etc. and nothing extra on this account is admissible.

9.0 WOOD WORK

The samples of species of timber/PVC to be used shall be deposited by the

contractor with the Executive Engineer before commencement of the work. The

contractor shall produce cash vouchers and certificates from standard kiln seasoning

plant operator about the timber section to be used on the work having been kiln

seasoned by them, failing which it would not be so accepted as kiln seasoned.

9.1 Factory made shutters, as specified shall be obtained from factories to be

approved by the Engineer-in-charge and shall conform to IS: 2202 (Part-I)

1991. The contractor shall inform well in advance to the Engineer-in-charge

the names and address of the factory where from the contractor intends to

get the shutters manufactured. The contractor will place order for

manufacture of shutters only after written approval of the Engineer-in-

charge in this regard is given. The contractor is bound to abide by the

decision of the Engineer-in-charge and recommend a name of another

factory from the approved list in case the factory already proposed by the

contractor is not found competent to manufacture quality shutters. Shutters

will, however, be accepted only if this meets the specified tests.

The contractor will also arrange stage-wise inspection of the shutters at

factory of the Engineer-in-charge or his authorized representative.

Contractor will have no claim if the shutters brought at site are rejected by

Engineer-in-charge in part or full lot due to bad workmanship/quality. Such

shutters will not be measured and paid and the contractor shall remove the

same from the site of work within 7 days after the written instructions in

this regard are issued by Engineer-in-charge or his authorized

representative.

10.0 STEEL WORK

All welded steel work shall be tested for quality of weld as laid down in IS: 822-1970

before actual erection.

11.0 INTERNAL WATER SUPPLY AND SANITARY INSTALLATIONS

11.1 Centrifugally cast (spun) iron S & S pipes and G.I. pipes wherever necessary

shall be fixed to R.C.C. columns, beams etc. with rawl plugs and nothing

extra shall be paid for this.

11.2 The contractor shall be responsible of the protection of the sanitary and

water supply fittings and other fittings and fixtures against pilferage and

breakage during the period of installation and thereafter until the building

is handed over.

Page 61: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 61 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

12.0 VARIATION IN CONSUMPTION OF MATERIALS

The variation in consumption of material shall be governed as per CPWD

specifications and clauses of the contract to the extent applicable.

13.0 CONDITIONS

13.1 The contractor will have to work according to the programme of work,

decided by the Engineer-in-charge. The contractor shall also construct a

sample unit complete in all respects within time specified by the Engineer-

in-charge and this sample unit shall be got approved from the Engineer-in-

charge before mass construction is taken up. No extra claim whatsoever

beyond the payments due at agreement rates will be entertained from the

contractor on this account.

13.2 The contractor shall take instructions from the Engineer-in-charge for

stacking of materials in any place. No excavated earth or building materials

shall be stacked on areas where other buildings, roads, services of

compound wall are to be constructed.

13.3 If as per Municipal rules the huts for labour are not to be erected at the site

of work by the contractors, the contractors are required to provide such

accommodation as is acceptable to local bodies and nothing extra shall be

paid on this account.

13.4 Grey cement bags shall be stacked/stored in separate godown to be

constructed by contractor at his own cost as per sketch (which is only

indicative and actual size will depend on the site requirements) at page 23

of CPWD specification 2009 Vol.I with weather leak proof roofs and walls.

Each godown shall be provided with single door with two locks. The keys of

one lock shall remain with CPWD Engineer-in-charge of work and that of

the other lock with the authorized agent of the contractor at the site of work

so that the cement is removed from the godown according to the daily

requirement with the knowledge of both the parties and proper account

maintained in standard proforma.

13.5 The contractor is responsible for the safe custody of the materials issued to

him even if the materials are under double lock system.

13.6 The contractor shall construct suitable godowns, yard at the site of work for

storing all other materials so as to be safe against damage by sun, rain,

damages, fire, theft etc. at his own cost and also employ necessary watch

and ward establishment for the purpose at his cost.

13.7 The standard sectional weights referred to as standard tables in Para 5.3.4

in specifications for works, 2009 Vol.I vide page 135 of Table-5.4 to be

considered for conversion of length of various size of M.S. bars/cold twisted

bars and Thermo Mechanically Treated Bars into weight are as

under:[Note: These are as per clause 6.2 of IS:1786].

TABLE ( Weight of Steel bars per meter length)

Nominal Size

(Diameter of bars

in mm )

Weight of steel

reinforcement

in KG/M

Nominal Size

(Diameter of bars

in mm )

Weight of steel

reinforcement in KG/M

Page 62: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 62 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

6 0.222 25 3.85

8 0.395 28 4.83

10 0.617 32 6.31

12 0.888 36 7.99

16 1.58 40 9.86

20 2.47

13.8 All materials obtained from contractor shall be got checked by the Junior

Engineer-in-charge of the works on receipt of the same at site before use.

13.9 Royalty at the prevalent rates shall have to be paid by the contractor on all

the boulders, metals, shingles, sand and bajri etc. collected by him for the

execution of the work, direct to the Revenue authority or authorized agent

of the State Government concerned or Central Government.

14.0 TESTING OF MATERIAL

14.1 Grey cement & Thermo-mechanically Treated Bar shall be arranged by the

contractor.

14.2 The contractor shall procure all the materials in advance so that there is

sufficient time for testing and approving of the material and clearance of the

same before use in work.

15.0 INTEGRAL WATER PROOFING TREATMENT

The contractor must associate himself with the specialized firm to be approved by

the Engineer-in-Charge in writing, for integral cement based water proofing

treatment for sunken floors and on roofs. 10 years Guarantee Bond in prescribed

proforma attached vide page 74 must be given by the specialized firm on stamp

paper which shall be countersigned by the contractor, in token of his overall

responsibility. In addition 10%(ten percent) of the cost of these items would be

retained as Guarantee Bond to watch the performance of the work done. If any defect

is noticed during the Guarantee period for ten years to be reckoned from the date

after the maintenance period prescribed in the contract expires it should be rectified

by the contractor within seven days and if not attended to, the same will be got done

by another agency at the risk and cost of the contractor. However, this security

deposit can be released in full, if bank guarantee of equivalent amount for 10(ten)

years is produced and deposited with the department.

16.0 Treatment for Roof Surface

16.1 The brickbats shall be from well-burnt bricks. The proprietary

waterproofing compound shall conform to IS: 2645-1975. Before execution

of work, water proofing compound has to be brought to site from which

random sample would be got tested and a certificate of it s conforming to IS

Code should be produced. The proprietary waterproofing compound shall

be added at the rate recommended by the specialized firm but not

exceeding 8%(percent) by weight of cement.

16.2 The finished surface after waterproofing treatment shall have minimum

slope of 1 in 80. At no point shall the thickness of waterproofing treatment

be less than 65mm.

Page 63: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 63 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

16.3 While treatment of roof surface is done it shall be ensured that the outlet

drainpipes have been fixed and mouths at the entrance have been added

and rounded off properly for easy flow of water.

16.4 The surface where the waterproofing is to be done shall be thoroughly

cleaned with wire brushes. All loose scales shall be removed and dusted off.

The surface shall be treated with neat cement slurry admixed with

proprietary water proofing compound to penetrate into crevices and fill up

all the pores in the surface. This cement slurry shall be applied at the

junction of parapet and terrace slab by injection process.

16.5 After the slurry coat is laid, layer of well burnt brick bats shall be laid in

cement mortar of mix as specified by the specialist firm but not leaner than

1:5(1 cement: 5 coarse sand) admixed with proprietary water proofing

compound to required gradient and joints filled to half the depth. The brick

bat of various thickness shall be used to achieve the specified gradient. This

layer shall be rounded at the junction with the parapet and tapered towards

top for a height of 300 mm. Curing of this layer shall be done for three days.

16.6 After curing, the surface shall be applied with a coat of cement slurry

admixed with proprietary water proofing compound.

16.7 Joints of brick bat layer shall be filled fully with cement mortar of mix as

specified by the specialized firm but not leaner than 1:4 (1 cement: 4 coarse

sand) admixed with proprietary waterproofing compound and finally top

finished with average 20mm thick layer of same mortar and finished

smooth with cement slurry admixed with proprietary water proofing

compound. The finished surface shall have marking of 300 x 300 mm false

squares to give the appearance of tiles.

16.8 Curing of water proofing treatment shall be done for a minimum of ten

days.

16.9 The Measurement shall be taken along with the finished surface of

treatment including the rounded and trap portion of junction of parapet

wall.

Page 64: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 64 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

[B] SPECIAL CONDITIONS

01. The contractor shall not store/dump construction material or debris on metalled road.

02. The contractor shall get prior approval from Engineer-in-Charge for the area where the

construction material or debris can be stored beyond the metalled road. This area shall

not cause any obstruction to the free flow of traffic/inconvenience to the pedestrians.

It should be ensured by the contractor that no accidents occur on account of such

permissible storage.

03. The contractor shall ensure that all the trucks or vehicles of any kind which are used

for construction purposes/or are carrying construction material like cement, sand and

other allied material are fully covered. The contractor shall take every necessary

precautions that the vehicles are properly cleaned and dust free to ensure that enroute

their destination, the dust, sand or any other particles are not released in

air/contaminate air.

04. The contractor shall provide mask to every worker working on the construction site

and involved in loading, unloading and carriage of construction materials and

construction debries to prevent inhalation of dust particles.

05. The contractor shall provide all medical help, investigation and treatment to the

workers involved in the construction of building and carry of construction material

and debris relatable to duct emission.

06. The contractor shall ensure that C&D waste is transported to the C&D waste site only

and due record shall be maintained by the contractor.

07. The contractor shall compulsory use of wet jet in grinding and stone cutting.

08. The contractor shall comply all the preventive and protective environmental steps as

stated in the MoEF guidelines, 2010.

09. The contractor shall carry out on-Road-Inspection for black smoke generating

machinery. The contractor shall use cleaner fuel.

10. The contractor shall ensure that all DG sets comply emission norms notified by MoEF.

11. The contractor shall use vehicles having pollution under control certificate. The

emissions can be reduced by a large extent by reducing the speed of a vehicle to 20

kmph. Speed bums shall be used to ensure speed reduction. In case where speed

reduction cannot effectively reduce fugitive dust, the contractor shall divert traffic to

nearby paved areas.

12. The contractor shall ensure that the construction material is covered by tarpaulin. The

contractor shall take all other precaution to ensure that no dust particles are permitted

to pollute air quality as a result of such storage.

13.

Unless otherwise in the Schedule of quantities the item rates below/above or at par

tendered by the contractor shall be all inclusive and shall apply to all heights, lifts,

leads and depths of the building and nothing extra shall be payable to him on this

account. Payment for centering, shuttering, however, if required to be done for heights

greater than 3.5m shall be admissible at rates arrived at in accordance with clause 12

of the agreement if not already specified.

Page 65: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 65 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

14. The contractor shall make his own arrangements for water and for obtaining electric

connections if required and make necessary payments directly to the department

concerned.

15. Other agencies doing work related with this project will also simultaneously execute

the works and the contractor shall afford necessary facilities for the same. The

contractor shall leave such necessary holes, openings etc. for laying, burying in the

work pipes, cables, conduits, clamps, boxes and hooks for fan clamps, etc. as may be

required for other agencies conduits for Electrical wiring/cables will be laid in a way

that they leave enough space for concreting and do not adversely affect the structural

members. Nothing extra over the agreement rates shall be paid for the same.

16. Some restrictions may be imposed by the security staff etc. on the working and for

movement of labour, materials etc. The contractor shall be bound to follow all such

restrictions/instructions and nothing extra shall be payable on this account.

17. (a) The building components will be carried out in the manner complying in all

respects with the requirements of relevant byelaws of the local body under the

jurisdiction of which the work is to be executed or as directed by the Engineer-in-

charge and nothing extra will be paid on this account.

(b) The contractor shall comply with proper and legal orders and directions of the

Local or Public authority or Municipality and abide by their rules and regulations and

pay all fees and charges, which he may be liable.

18. The contractor shall give a performance test of the entire installation(s) as per

standing specifications before the work is finally accepted and nothing extra

whatsoever shall be payable to the contractor for the test.

19. Any cement slurry added over base surface (or) for continuation of concreting for

better bond is deemed to have been built in the items and nothing extra shall be

payable (or) extra cement considered in consumption on this account.

20. Testing of materials:

Samples of various materials required for testing shall be provided free of charge by

the contractor. Testing charges shall be borne by the department. However, if material

does not conform to the relevant codes/specifications, the testing charges shall be

borne by the contractor. All other expenditure required to be incurred for taking the

samples, conveyance, packing etc. shall be borne by the contractor himself.

21. The Structural and Architectural drawings shall at all times be properly co-related

before executing any work. However, in case of any discrepancy in the item given in

the schedule of quantities appended with the tender and Architectural drawings

relating to the relevant item, the former shall prevail unless and otherwise given in

writing by the Engineer-in-charge.

22. For the purpose of recording measurements and preparing running account bills, the

abbreviated nomenclatures indicated in the publications Abbreviated nomenclature

of item of DSR-2012 with up to date correction slips shall be accepted. The

abbreviated nomenclature shall be taken to cover all the materials and operations as

per the complete nomenclature of the relevant items in the agreement and other

relevant specifications.

(b) In the case of items for which abbreviated nomenclature is not available in the

above cited publication and also in case of extra and substituted items of works for

which abbreviated nomenclature is not provided in the agreement, the full

Page 66: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 66 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

nomenclature of the items shall be reproduced in the measurement books and bill

forms for running account bill.

The full nomenclature of the items shall be adopted in preparing abstract of final

bill form in the measurement book and also in the bill form for final bill.

23. In all contracts where departmental issue of cement and steel is not stipulated, special

conditions shall be incorporated as below:

23.1 Conditions for Cement (Grey Cement).

i) The contractor shall procure Portland Pozzolana Cement (PPC) [conforming to

IS:1489 (Part-I)], as required in the work, from reputed manufacturers of grey

cement such as ACC, Ultra tech, Vikram, Shree Cement, Ambuja, Jaypee Cement,

Century Cement & J. K. Cement or from any other reputed cement Manufacturer

having a production capacity not less than one million tonnes per annum as

approved by ADG for that sub region. Supply of cement shall be taken in 50 Kg.

bags bearing manufacturer s name and ISI marking. Samples of cement arranged

by the contractor shall be taken by the Engineer-in-charge and got tested in

accordance with provisions of relevant BIS codes. In case test results indicate

that the cement arranged by the contractor does not conform to the relevant BIS

codes, the same shall stand rejected and shall be removed from the site by the

contractor at his own cost within a week s time of written order from the

Engineer-in-charge to do so.

ii) Use of PPC (Portland Pozzolana Cement) shall be used in RCC structures in

accordance with the circular issued by the Directorate General of Works vide

No.CDO/SE(RR)/Fly Ash (Main)/102 dt.09.04.2009. The use of PPC shall be

regulated as per the following conditions stipulated in the circular

dt.09.04.2009:-

a) IS:456-2000 Code of Practice for Plain and Reinforced Concrete (as

amended upto date) shall be followed in regard to Concrete Mix Portion

and its production as under:

(i) The concrete mix design shall be done as Design Mix Concrete as

prescribed in clause-9 of IS 456 mentioned above.

(ii) Concrete shall be manufactured in accordance with clause 10 of

above mentioned IS:456 covering quality assurance measures both

technical and organizational, which shall also necessarily require a

qualified Concrete Technologist to be available during manufacture

of concrete for certification of quality of concrete.

b) Minimum M25 grade of concrete shall be used in all structural elements

made with RCC both in load bearing and framed structure.

c) The mechanical properties such as modulus of elasticity, tensile strength,

creep and shrinkage of flyash mixed concrete or concrete using flyash

blended cements (PPCs) are not likely to be significantly different and their

values are to be taken same as those used for concrete made with OPC.

d) To control higher rate of carbonation in early ages of concrete both in

flyash admixed as well as PPC based concrete, water/binder ratio shall be

kept as low as possible, which shall be closely monitored during concrete

manufacture.

Page 67: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 67 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

If necessitated due to low water/binder ratio, required workability shall be

achieved by use of chloride free chemical admixtures conforming to

IS:9103. The compatibility of chemical admixtures and super plasticizers

with each set OPC, fly ash and /or PPC received from different sources shall

be ensured by trails.

e) In environment subjected to aggressive chloride or sulphate attack in

particular, use of flyash admixed or PPC based concrete is recommended.

In case, where structural concrete is exposed to excessive magnesium

sulphate, flyash substitution/content shall be limited to 18% by weight.

Special type of cement with low C3A content may also be alternatively

used. Durability criteria like minimum binder content and maximum

water/binder ratio also need to be given due consideration is such

environment.

f) Wet curing period shall be enhanced to a minimum of 10 days or its

equivalent. In hot & arid regions, the minimum curing period shall be 14

days or its equivalent.

g) Subject to General Guidelines detailed out as above, PPC manufactured

conforming to IS:1489 (Part-I) shall be treated at par with OPC for

manufacture of Design Mix Concrete for structural use in RCC.

h) Till the time, BIS makes it mandatory to print the %age of flyash on each

bag of cement, the certificate from the PPC manufacturer indicating the

same shall be insisted upon before allowing use of such cements in works.

i) While using PPC for structural concrete work, no further admixing of flyash

shall be permitted.

iii) The cement shall be brought at site in bulk supply of approximately 50 tonnes

or as decided by the Engineer-in-charge.

iv) The cement godown of the capacity to store a minimum of 2000 bags of cement

shall be constructed by the contractor at the site of work for which no extra

payment shall be made. Double lock provision shall be made to the door of the

cement godown. The keys of one lock shall remain with the Engineer-in-charge

or his authorized representative and the keys of the other lock shall remain with

the contractor. The contractor shall be responsible for the watch and ward and

safety of the cement godown. The contractor shall facilitate the inspection of the

cement godown by the Engineer-in-charge at any time.

v) The cement shall be got tested by Engineer-in-charge and shall be used on work

only after test results have been received. The contractor shall supply free of

charge the cement required for testing. The cost of tests shall be borne by the

contractor/Department in the manner indicated below:

a) By the contractor, if the results show that the cement does not conform to

relevant BIS Codes.

b) By the Department, if the results show that the cement conforms to

relevant BIS Codes.

vi) The actual issue and consumption of cement on work shall be regulated and

proper accounts maintained as provided in clause 10 of the contract. The

Page 68: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 68 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

theoretical consumption of cement shall be worked out as per procedure

prescribed in clause 42 of the contract and shall be governed by conditions

therein.

vii) Cement brought to site and cement remaining unused after completion of work

shall not be removed from site without written permission of the Engineer-in-

charge.

viii) Damaged cement shall be removed from site immediately by the contractor on

receipt of notice in writing from the Engineer-in-charge. If he does not do so

within three days of receipt of such notice, the Engineer-in-charge shall get it

removed at the cost of the contractor.

23.2 Special conditions for steel reinforcement bars.

The contractor shall procure IS marked TMT bars of various grades from

(1) The Steel manufacturers such as SAIL, TATA steel Ltd., RINL, Jindal Steel &

Power Ltd., and JSW steel Ltd. or their authorized dealers having valid BIS

license for IS:1786:2008 (Amendment -1 November 2012)

(2) a) The Steel manufacturers or their authorized dealers (as per following

selection criteria) having valid BIS license for IS:1786:2008 (Amendment -

1 November 2012)

The procured steel should have following qualities:-

i) Excellent ductility, bend ability and elongation of finished product

due to possible refining technology.

ii) Consumption of steel should be accurate as per design.

iii) Steel should have no brittleness problem in finished product.

iv) Steel should carry the quality of corrosion and earthquake

resistance.

v) Quality steel with achievement of proper level of sulphur and

phosphorus as per IS: 1786:2008.

b) Selection Criteria of steel manufacturers

(1) The supply of reinforcement steel for all CPWD works should have

following selection criteria of steel manufacturers:-

Steel producers of any capacity using iron ore/processed iron ore as

the basic raw material adopting advanced refining technologies as

given hereunder:-

i. DRI-EAF = Direct Reduced iron – Electric arc furnace.

Or

ii. BF-BOF = Blast furnace – Basic oxygen furnace

Or

iii. COREX-BOF = COREX – Basic oxygen furnace.

For production of liquid steel to finish product at single/multiple

locations with NABL or any other similarly placed accrediting

Government body which operates in accordance with ISO/IEC17011

and accredits labs as per ISO/IEC 17025 conforming to

IS:1786:2008(Amendement-1 November 2012).

Page 69: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 69 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

The check list for incorporation of any quality steel producer is

enclosed for technical assessment is given in Annexure-1.

Chief Engineer/ CPM/PM shall approve the steel manufactures for

projects under their jurisdiction.

2) The contractor shall have to obtain and furnish test certificates to the Engineer-

in-charge in respect of all supplies of steel brought by him to the site of work.

3) Samples shall also be taken and got tested by the Engineer-in-Charge as per the

provisions in this regard in relevant BIS codes. In case the test results indicate

that the steel arranged by the contractor does not conform to the

specifications, the same shall stand rejected, and it shall be removed from the

site of work by the contractor at his cost within a week time or written orders

from the Engineer-in-Charge to do so.

4) The steel reinforcement bars shall be brought to the site in bulk supply of ten

tones or more as decided by the Engineer-in-charge.

5) The steel reinforcement bars shall be stored by the contractor at site of work in

such a way as to prevent their distortion and corrosion and nothing extra shall

be paid on this account. Bars of different sizes and lengths shall be stored

separately to facilitate easy counting and checking.

6) For checking nominal mass, tensile strength, bend test, re-bend test etc.

specimen of sufficient length shall be cut from each size of the bar at random

and at frequency not less than that specified below:

Size of bar For consignment

below 100 tonnes

For consignment above

100 tonnes

Under 10mm dia. bars One sample for each 25

tonnes or part thereof

One sample for each 40

tonnes or part thereof

10mm to16mm dia bars One sample for each 35

tonnes or part thereof

One sample for each 45

tonnes or part thereof

Over 16mm dia bars One sample for each 45

tonnes or part thereof

One sample for each 50

tonnes or part thereof

7) The contractor shall supply free of charge the steel required for testing including

its transportation to testing laboratories. The cost of tests shall be borne by the

contractor.

8) The actual issue and consumption of steel on work shall be regulated and proper

accounts maintained as provided in clause 10 of the contract. The theoretical

consumption of steel shall be worked out as per procedure prescribed in clause

42 of the contract and shall be governed by conditions laid therein. In case the

consumption is less than theoretical consumption including permissible

variations recovery at the rate so prescribed shall be made. In case of excess

consumption no adjustment need to be made.

9) Steel brought to site and steel remaining unused shall not be removed from site

without the written permission of the Engineer-in-charge.

23.3 The following procedure should be followed in case of removal of rejected/sub-

standard materials from the site of work.

Page 70: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 70 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

i) Whenever any material brought by the contractor to the site of work is rejected,

entry thereof should invariably be made in the site order book under the

signature of the AE/AEE giving approximate quantity of such materials.

ii) As soon as the material is removed, a certificate to that effect may be recorded

by the AE/AEE against the original entry, giving the date of removal a mode of

removal i.e. whether by truck, carts or by manual labour. If removal is by truck,

the registration number of the truck should be recorded.

iii) When it is not possible for the AE/AEE to be present at the site of work at the

time of actual removal of the rejected/sub-standard materials from the site the

required certificate should be recorded by the Junior Engineer and the AE/AEE

should countersign the certificate recorded by the Junior Engineer.

23.4 Cement should be kept in godowns under double locks and keys and its

consumption account invariably maintained, whether the cement is supplied

departmentally or arranged by the contractor. A register should be maintained

at the site of each work costing above R 20,000/-. This register should contain

the columns as shown in Appendix-28. (CPWD Works Manual 2014).

The pages of the register should be machine numbered and each page

initialed by the EE. The cement godown and the register are required to be

checked by the AE/EE in-charge of the work as per following schedule.

i) At least weekly or fortnightly, respectively in case of works at the Headquarters

of AE/EE.

ii) Whenever they visit the site of work in case of works located outside the Sub-

Divisional/Divisional Head Quarters.

23.5 Factory made glazed steel doors, windows & ventilators shall be manufactured

in a workshop approved by the Chief Engineer.

24. THIRD PARTY QUALITY ASSURANCE

In order to achieve a high standard of quality, it shall be required to go for Third Party

Quality Assurance. For this purpose, a separate agency shall be appointed by the

owner who will carry out independent testing of materials and checking and ensuring

overall quality procedures. The contractor shall be required to fully cooperate with

agency and facilitate them in taking samples, transportation and examination of

various activities including documentation at no extra time and cost to the owner. In

case of any adverse findings by the agency, the contractor shall do the needful

rectifications at no extra time and cost to the owner. The Engineer-in-charge shall be

at liberty for getting quality assurance work done through agencies like IIT Patna, NIT

Patna or any other agency approve by Engineer-in-charge at its own cost. The

successful tenderer shall include the provisions of Quality Assurance while framing

the proposed methodology for tests.

Page 71: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 71 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

Annexure-I

Special Conditions for Steel

Sl. No. Item Checkpoint remarks

1

Steel producer

having

manufacturing

facilities at plant

a. Factory address and Registration no.

b. Certificate of manufacturing process

c. Refining process of steel Producer

c.1 BF-BOF route

c.2 Corex-BOF route

c.3 DRI-EAF route

With documentary evidence either for BOF or

EAF

d. Steel plant having infrastructure for

producing sponge iron, billete and TMT

Rebars

e. Production and quality flow chart

f. Plant evaluation and process verification

g. List of plant & machinery

2 Established

Document verification for:

a. Govt./PSU Approvals

b. Supply orders of TMT Re-bars in Govt.

Projects(Minimum-5 years)

c. Verification of direct supply orders to any

State/Central Govt. Department

d. User Certificate issued by any Govt.

Department directly.

3. Indigenous

Documentary evidence like;

a. Certificate of incorporation.

b. Memorandum of articles of association

c. Credit rating of the company from

CARE/CRISIL/ICRA should not be C/D

grade (minimum last 3 year)

a. Test results from Govt./NABL accredited

laboratories

b. In house testing facility for

physical/chemical tests(NABL accredited)

4

Reliable

d. Calibration certificates

e. List of lab equipments:

e.1 Calibration certificates

e.2 Computerized UTM

5

Use of Iron-

Ore/Processes

Iron are as basic

raw materials

Verification of Iron-Ore/Process iron

ore invoices

Page 72: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 72 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

6.

In-house rolling

facility

Plant verification to identify in house

rolling facilities, production of liquid

steel & crude steel

7.

Licences &

certificates

a. ISO 9001:2008 Certification

b. ISO 14001:2004 Certification

c. OHSAS 18001 : 2007 certificate

d. IS 1786:2008(TMT Re-bars)

e. IS 2830:1992 (Billets)

8.

Product Range TMT Re-bars FE

415/415D/500/500D/550/550D

CRS (Corrosion Resistant ) & EQR

(Earthquake Resistant)

TMT Re-bars

Size 8 to 36 mm dia

Note:

DRI-EAF->Direct Reduce Iron-Electric ARC Furnace

BF-BOF-> Blast Furnace – Basic Oxygen Furnace

COREX-BOF->COREX Furnace- Basic Oxygen Furnace

Page 73: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 73 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

FORM OF WATER PROOFING WORKS

GUARANTEE BOND ON STAMPED PAPER This agreement made this…………..……..day of two thousand………..……... between M/s……………..……………… hereinafter called the Guarantor of the one part and the Executive

Engineer, PCD, CPWD, Patna.

Whereas this agreement is supplementary to the contract (hereinafter called the Contract dated………….. made between the Guarantor of the one part and Govt. of the other

part, whereby the contractor inter alia, undertook to render the Buildings and structures in the

said contract recited completely water and leak proof.

And whereas the Guarantor agreed to give a guarantee to the effect that the said

structure will remain waterproof for ten years to be reckoned from the date after the

maintenance period prescribed in the contract expires.

During this period of guarantee the Guarantor shall make good all defects and for that

matter, shall replace at his risk and cost such members as may be damaged by water and in

case of any other defect being found he shall render the building waterproof at his cost to the

satisfaction of the Engineer-in-Charge and shall commence the works of such rectification

within seven days from the date of issuing notice from the Engineer-in-Charge calling upon him

to rectify the defects failing which the work shall be got done by the Department by some other

contractor at the Guarantor s cost and risk and in the latter case the decision of the Engineer-

in-charge as to the cost, recoverable from the Guarantor shall be final and binding.

That if the Guarantor fails to execute the waterproofing or commits breaches hereunder

then the Guarantor will indemnify principal and his successors against all loss, damage, cost,

expense or otherwise which may be incurred by him by reason of any default on the part of the

Guarantor in performance and observance of this supplemental agreement. As to the amount of

loss and/or damage and/or cost incurred by the Government the decision of the Engineer-in-

charge will be final and binding on the parties. In witness whereof of these presents have been executed by the Obligor………………….and by…………………. For and on behalf of the President of India on the day, month and year first

above written.

SIGNED, SEALED and delivered by OBLIGOR in presence of-

1.

2. SIGNED for and on behalf of THE PRESIDENT OF INDIA by………………..in the presence of-

1.

2.

Blanks to be filled by Contractor/ EE, PCD, Patna

Page 74: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 74 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

To,

The All Bidders

Sub: NIT no. 02/NIT/CE(EZ)II/CPWD/2018-2019 for the work Construction of

Workshop cum Class Room & Hostel Building (G+6) for Tool Room & Training

Centre i/c Internal Water Supply, Sanitary Installation, Drainage & IEI and other

Developments Works like D.G. Set, Lift, Solar PV Panel, Solar Water Heating

System, Fire alarm & Fighting System etc. at Patna, Bihar .

Dear Sir,

It is hereby 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, failing which the tenderer/bidder will stand disqualified from the tendering

process and the bid of the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of the

same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the

CPWD.

Yours faithfully

Executive Engineer

Page 75: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 75 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

To,

Executive Engineer,

Patna Central Division,

CPWD, Patna

Sub: Submission of bid for the work of Construction of Workshop cum Class Room &

Hostel Building (G+6) for Tool Room & Training Centre i/c Internal Water

Supply, Sanitary Installation, Drainage & IEI and other Developments Works like

D.G. Set, Lift, Solar PV Panel, Solar Water Heating System, Fire alarm & Fighting

System etc. at Patna, Bihar.

Dear Sir,

I/We acknowledge that CPWD is committed to follow the principles thereof as

enumerated in the Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the

condition that I/We will sign the enclosed integrity Agreement, which is an integral part of

tender documents, failing which I/We will stand disqualified from the tendering process. I/We

acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL

AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and

spirit and further agree that execution of the said Integrity Agreement shall be separate and

distinct from the main contract, which will come into existence when tender/bid is finally

accepted by CPWD. I/We acknowledge and accept the duration of the Integrity Agreement,

which shall be in the line with Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity

Agreement, while submitting the tender/bid, CPWD shall have unqualified, absolute and

unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with

terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

Page 76: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 76 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

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, Patna Central Division,

CPWD, Patna (Hereinafter referred as the Principal/Owner , which expression shall unless

repugnant to the meaning or context hereof include its successors and permitted assigns)

AND …………………………………………………………………………*………………………………………………………………… (Name and Address of the Individual/firms/Company) through ………………………………………*………………..………………………..(Hereinafter referred to as the

(Details of duly authorized signatory)

Bidder/Contractor and which expression shall unless repugnant to the meaning or context

hereof include its successors and permitted assigns)

Preamble

WHEREAS the Principal/Owner has floated the Tender (NIT no.

02/NIT/CE(EZ)II/CPWD/2018-2019) (hereinafter referred to as Tender/Bid ) and

intends to award, under laid down organizational procedure, contract for Construction of

Workshop cum Class Room & Hostel Building (G+6) for Tool Room & Training Centre i/c

Internal Water Supply, Sanitary Installation, Drainage & IEI and other Developments

Works like D.G. Set, Lift, Solar PV Panel, Solar Water Heating System, Fire alarm &

Fighting System etc. at Patna, Bihar 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

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:

* Blanks to be filled by Contractor/EE/PCD/Patna)

Page 77: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 77 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

Article 1: Commitment of the Principal/Owner

1) The Principal/Owner commits itself to take all measures necessary to prevent

corruption and to observe the following principles:

(a) No employee of the Principal/Owner, personally or through any of his/her family

members, will in connection with the Tender, or the execution of the Contract,

demand, take a promise for or accept, for self or third person, any material or

immaterial benefit which the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with

equity and reason. The Principal/Owner will, in particular, before and during the

Tender process, provide to all Bidder(s) the same information and will not provide

to any Bidders(s) confidential/additional information through which the 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 of the principles herein mentioned or if there be a

substantive suspicion in this regard, the Principal/Owner will inform the Chief Vigilance

Officer and in addition can also initiate disciplinary actions as per its internal laid down

policies and procedures.

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

1) It is required that each Bidder/Contractor (including their respective officers, employees

and agents) adhere to the highest ethical standards, and report to the

Government/Department all suspected acts of fraud or corruption or Coercion or

Collusion of which it has knowledge or becomes aware, during the tendering process

and throughout the negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent

corruption. He commits himself to observe the following principles during his

participation in the Tender process and during the Contract execution:

(a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm,

offer, promise or give to any of the Principal/Owner s employees involved in the

Tender process or execution of the Contract or to any third person any material or

other benefit which he/she is not legally entitled to, in order to obtain in exchange

any advantage of any kind whatsoever during the Tender process or during the

execution of the Contract.

Page 78: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 78 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

(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 relevant IPC/PC

Act. Further the Bidder(s)/Contract(s) will not use improperly, (for the purpose of

competition or personal gain), or pass on to others, any information or documents

provided by the Principal/Owner as part of the business relationship, regarding

plans, technical proposals and business details including information contained or

transmitted electronically.

(d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and

addresses of agents/representatives in India, if any. Similarly

Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and address of

foreign agents/representatives, if any. Either the India agent on behalf of the

foreign principal or the foreign principal directly could bid in a tender but not

both. Further, in cases where an agent participate in a tender on behalf of one

manufacturer, he shall not be allowed to quote on behalf of another 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 proforma enclosed) 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

above or be an accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm

indulge in fraudulent practice means a willful misrepresentation or omission of facts

or submission of fake/forged documents in order to induce public official to act in

reliance thereof, with the purpose of obtaining unjust advantage by or causing

damage to justified interest of others and/or to influence the procurement process

to detriment of the Government interests.

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).

Page 79: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 79 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

Article 3: Consequences of Breach

Without prejudice to any rights 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(s)/Contractor(s), either before award or during execution of Contract has

committed a transgression through a violation of Article 2 above or in any other form,

such as to put his reliability or credibility in question, the Principal/Owner after giving

14 days notice to the contractor shall have powers to disqualify the

Bidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract,

if already executed or exclude the Bidder/Contractor from future contract award

processes. The imposition and duration of the exclusion will be determined by the

severity of transgression and determined by the Principal/Owner. Such exclusion may

be forever or for a limited period as decided by the Principal/Owner.

2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner

has disqualified the Bidder(s) from the Tender process prior to the award of the

Contract or terminated/determined the Contract or has accrued the right to

terminate/determine the Contract according to Article 3(1), the Principal/Owner apart

from exercising any legal rights that may have accrued to the Principal/Owner, may in

its considered opinion forfeit the entire amount of Earnest Money Deposit, Performance

Guarantee and Security Deposit of the Bidder/Contractor.

3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or

Contractor, or of an employees or a representative or an associate of a Bidder or

Contractor which constitutes corruption within the meaning of Indian Penal code

(IPC)/Prevention of Corruption Act, or if the Principal/Owner has substantive suspicion

in this regard, the Principal/Owner will inform the same to law enforcing agencies for

further investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with

any other Company in any country confirming to the anticorruption approach or with

Central Government or State Government or any other Central/State Public Sector

Enterprises in India that could justify his exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the

Tender process or action can be taken for banning of business dealings/holiday listing of

the Bidder/Contractor as deemed fit by the Principal/Owner.

3) If the Bidder/Contractor can prove that he has resorted/recouped the damage caused by

him and has installed a suitable corruption prevention system, the Principal/Owner may,

at its own discretion, revoke the exclusion prematurely.

Page 80: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 80 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

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

commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be

responsible for any violation(s) of the principles laid down in this agreement/Pact by

any of its Sub-contractors/sub-vendors.

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

between the Principal/Owner and the bidder, along with the Tender or violate its

provisions at any stage of the Tender process, from the Tender process.

Article 6: Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the

Contractor/Vendor 12 months 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

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 Head

quarters of the 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

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 provisions of this Pact turn out to be invalid; the remainder 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 taken by the

Owner/Principal in accordance with this Integrity Agreement/Pact or interpretation

thereof shall not be subject to arbitration.

Page 81: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 81 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

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/Contract 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:

Date :

Page 82: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 82 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

APPROVED MAKE OF MATERIALS

(FOR CIVIL WORKS)

Specification/brands names of materials (Refer materials, whichever are applicable for the scope of

work) and finishes approved by the Architect/Engineer-in-Charge are listed below. However approved

equivalent material and finishes of any other specialized firms may be used, in case it is established that

the brands specified below are not available in the market but only after approval of the alternate brand

by the Engineer-in-Charge. (See also condition of contract).

Sl. No. Materials Approved make

1 Acoustic Treatment: Armstrong/ Oceanz Acoustics/ Hunter Douglas/

Ecophon/ Dexune

2 POP Ceiling:

Plaster of Paris

Custom

3 Acoustic Treatment : Armstrong/ Oceanz Acoustics/ Hunter Douglas/

Ecophon/ Dexune

4 Skirting: Custom

5 Sound Isolation & vibration treatment

for ceiling:

BSW/ Oceanz Acoustics/ Regupol

6 Double skin insulated Roofing system : Multicolor/ Kirby/ Tiger Steel

7 Stage Flooring: Custom

8 Carpet flooring: Bloomsburg/ Oceanz Acoustics/ Stanton

9 FURNITURE: Godrej/ Oceanz acoustics/ K Quinette / Eurotech /

HOF/ fetherlite.

10 Acoustic Door

ICA Acoustics/ Oceanz Acoustics/ Acoustical

Solution Inc.

11 Poly-sulphide Sealent PIDILITE, TUFFSEAL, SIKA, FOSROC.

12 Damp Proof Mateiral IMPERMO, DURASEAL, ACCO-PROOF.

13 STRUCTURAL STEEL SECTIONS TATA, SAIL, RINL, JINDAL STEEL

14 ADMIXTURE FOSROC, SIKA.

15 WHITE CEMENT J.K. WHITE, BIRLA WHITE.

16 WATER PROOFING COMPOUND TAPCRETE, CICO, ACCOPROOF, IMPERMO,

FOSROC.

17 BITUMEN INDIAN OIL, HINDUSTAN PETROLEUM, BHARAT

PETROLEUM

18 LOCKS/LATCH GODREJ, HARRISON, LINK.

19 LAMINATES DECOLAM, MERINO. CENTRUY, GREEN

20 WIRE MESH STERLING ENTERPRISES, TRIMURTY WELDED

MESH.

21 PRELAMINATED PARTICLE BOARD NOVOPAN, KITPLY, ARCHID PLY, CENTURY.

22 ADHESIVE PIDILITE, DUNLOP, SIKA,

FOSROC,ENDURA,LATICRETE

23 EPOXY MORTAR FOSROC, SIKA.

24 DASH FASTNERS HILTI, FISHER, CANON, BOSCH.

25 FLUSH DOOR SHUTTERS

(DECORATIVE/ NON DECORATIVE).

SWASTIC, CORBETT ,CENTURY, GREEN,ARCHID .

26 PVC DOOR FRAME POLYLINE, DUROPLAST, POLLYWOOD, ACCURA.

27 GLASS FRP DOOR SHUTTERS POLYLINE, DUROPLAST, CACTUS.

28 BOARD & PLYWOOD DURO, KITPLY, CENTURY. GREEN PLY

29 HYDRAULIC DOOR CLOSER/

FLOOR SPRING

HARDWYN, GODREJ. DORMA

Page 83: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 83 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

Sl. No. Materials Approved make

30 S.S.STAIRCASE RAILING CONNECT ARCHITECTURAL PRODUCTS PVT.LTD,

JINDAL STAINLESS STEEL LTD., ICICH

INDUSTRIES, ESSAR

31 FIRE CHECK DOOR KUTTY DOOR, PROMAT,GODREJ, NAVAIR, SHAKTI

32 SMOKE SEAL STRIP PROMAT/ASTRO FLAME.

33 DOOR CLOSER LOCK INGERSOLL RAND/DORMA.,HARDWYN

34 PANIC EXIT DEVICE INGERSOLL RAND/MONARCH/DORMA.

35 DOOR COORDINATOR UL LISTED /MONARCH/DORMA.

36 ANODISED ALUMINIUM HARDWARE

(HEAVY DUTY)

HARDIMA, EVERITE, SIGMA (ISI MARKED).

37 TEMPERED GLASS PILKINTON, SAINT GOBAIN, ASAHI

38 POLYSTER POWER COATING SHADES NEROLAC, BERGER, J&N.

39 ALUMINIUM SECTIONS JINDAL, HINDALCO, INDALCO.

40 FRICTION STAY HINGES EARL-BIHARI.

41 NUTS, BOLTS AND SCREWS, STEEL KUNDAN.PRIYA ATUL.

42 EPDM GASKET HANU/ANAND.

43 STRUCTURAL SILICON DOW CORNING/WACKER.

44 WEATHER SILICON DOW CORNING/WACKER.

45 GLAZED CERAMIC TILES KAJARIA, SOMANY, JOHNSON, ORIENT BELL

CERAMICS,

46 CEMENT CONCRETE TILES/

HARDONITE TILES

NITCO, NTC, HINDUSTAN, PODDAR.

47 VITRIFIED TILES DOUBLY CHARGED

QUALITY

KAJARIA, JOHNSON (MARBONITE), RAK

CERAMIC,SOMANY

48 TILE ADHESIVE CICO, PIDILITE, FOSROC,

SIKA.,ENDURA,LATICRETE

49 CHEQUERED TERRAZO TILES NITCO , BHARAT, PODDAR.

50 CLAY TILES ON ROOF KENJAI , JOHNSON .

51 CC PAVERS NITCO-(ROCKARD), BHARAT-(NILSAN) REGENCY.

52 GRASS PAVER UNISTONE, ULTRA.

53 WATER-PROOF CEMENT PAINT SNOWCEM, ASIAN.

54 SYNTHETIC ENAMEL PAINT BERGER, NEROLAC, ASIAN.

55 ACRYLIC EMULSION PAINT ASIAN, BERGER, NEROLAC, ICI, DULUX.

56 VITREOUS CHINA SANITARYWARE PARRYWARE, HINDWARE, JOHNSON &

JOHONSON, ROCCA

57 FIRECLAY SINK & DRAIN BOARDS PARRY, SUNFIRE.

58 STAINLESS STEEL SINKS NILKANTH, AMC, CORBA.

59 C.P.BRASS FITTINGS JAQUAR, MARC, PARRYWARE, ROCCA , JOHNSON

60 LA( CI) PIPES RIF, NECO,KAPILANSH

61 G.I.PIPES TATA, JINDAL, HISSAR,PRAKASH SURYA

62 G.I.FITTINGS (MALLEABLE CAST

IRON)

UNIK, ICS.

63 GUNMETAL VALVES LEADER, SANT, ZOLOTO, KIRLOSKAR

64 STONEWARE PIPE & GULLY TRAPS PERFECT, PARRY.

65 R.C.C. PIPES- ( NP-2) LAKSHMI SOOD & SOOD , JAIN & CO.

66 MS PIPES KESORAM, ELECTRO STEEL.

67 C.I.DOUBLE FLANGED SLUICE

VALVES.

KIRLOSKAR, IVC, BURN.

Page 84: Part-A- TECHNICAL BID INDEX · Page- 97 of GCC 2014 8. Particulars of Composite Bid Part-A (page- 20 to 35 of this bid document) 9. The contractor shall make his own arrangement for

NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19

OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 84 Addition – (A) NIL

Deletion – (D) NIL

Correction – (C) NIL

Omission – (O) NIL

AE (P)(C) EE (P)

Sl. No. Materials Approved make

68 UPVC PIPE SUPREME, PRINCE, FINOLEX.

69 COPPER TUBES/PIPES RAJCO, MAX FLOW ABC.

70 COPPER FITTINGS YORKSHINE, IBP, BCONEX.

71 BALL VALVES ZOLOTO, IBP, ARCO.

72 UNGLAZED VITRIFIED TILES JOHNSON- (ENDURA), SOMANY –(DURA STONE),

REGENCY- (TILES).

73 SPIDER FITTINGS DORMA, SEVAX.

74 INJECTION GROUTING FOSROC, SIKA.

75 NION METALIC SURFACE HARDNER FOSROC, SIKA, PIDLITE.

76 SOIL, WASTE & VENT PIPES &

FITTINGS (A) HUBLESS CENTRIFUGAL

CAST IRON

NECO, KAPILANSH, HEPCO,SKF

77 BUTTERFLY VALVES AUDCO, ZOLOTO OR EQUIVALENT.

78 FALSE CEILING CALCIUM SILICATE AEROLITE, SPINTONE, ARMSTRONG

79 GLASS MOSAIC TILES BISAZZA, MRIDUL ENTERPRISES, OPIO MOSAICA,

PALLADIO GLASS LTD, ITALIA GLASS PVT LTD,

PIXEL MOSAIC (I) PVT LTD.

80 REINFORCEMENT STEEL SAIL, TATA, RINL, JINDAL STEEL & POWER, JSW

STEEL.

81 PPC/OPC CEMENT ACC, ULTRATECH, VIKRAM,SHREE CEMENT,

AMBUJA, JAYPEE CEMENT,CENTURY & JK

CEMENT.

82 Irrigation Equipments JAIN IRRIGATION, FINOLEX PLASSON, KISAN

All fitting shall have ISI nos on its body wherever applicable.

Note: - Chief Engineer (EZ-II), CPWD, Patna reserves the right to add or delete any materials and

Brands in the list of approved materials/brands on the recommendations of Engineer-in-charge.