Download as pdf or txt
Download as pdf or txt
You are on page 1of 30

Construction of Steps at Sites Construction of Steps at Sites Tumnar, Sangampally & Murthahandi and Renovation of Bath Cum Toilet

at Sub Division
Officee Under ISD, CWC, Jagdalpur.

भारतसरकार
Government of India
जाल शक्ती मंत्रालय Ministry of Jal Shakti
जलसंसाधन, नदीविकास औरगंगासंर क्षणविभाग
Department of Water Resources, RD & GR
के न्द्रीय जल आयोग
Central Water Commission

Construction of Steps at Sites Tumnar, Sangampally & Murthahandi and


Renovation of Bath Cum Toilet at Sub Division Office under ISD, CWC,
Jagdalpur.

Tender Value: Rs. 9, 29, 524/-

(Rupees Nine Lakhs Twenty Nine Thousand Five Hundred And Twenty Four Only).

Lower Godavari Division, Central Water Commission, Hyderabad

Certified that this tender document contains 30 pages only

Executive Engineer
Lower Godavari Division
CWC, Hyderabad
Page 1 of 30
Construction of Steps at Sites Construction of Steps at Sites Tumnar, Sangampally & Murthahandi and Renovation of Bath Cum Toilet at Sub Division
Officee Under ISD, CWC, Jagdalpur.

INDEX

Table of Contents
Schedule of e- Tender ................................................................................................................ 3

General Instruction to Bidders.................................................................................................. 4

Technical Bid .............................................................................................................................. 6

Financial Bid ............................................................................................................................... 7

e-Tender ...................................................................................................................................... 9

Schedules ................................................................................................................................. 12

Conditions of Contract ............................................................................................................ 15

General Rules and Directions ................................................................................................. 18

Special Conditions of Contract ............................................................................................... 20

Instructions to Bidders for Online Submission ..................................................................... 22

Place of work Addresses ......................................................................................................... 24

Certificate Regarding Near Relatives ..................................................................................... 25

Certificate for the Documents Downloaded from the Website ............................................. 26

Declaration................................................................................................................................ 27

Declaration Certificate for Blacklist ........................................................................................ 28

Agreement of Work .................................................................................................................. 29

Tender Acceptance Letter ....................................................................................................... 30

Page 2 of 30
Construction of Steps at Sites Construction of Steps at Sites Tumnar, Sangampally & Murthahandi and Renovation of Bath Cum Toilet at Sub Division
Officee Under ISD, CWC, Jagdalpur.

Schedule of e- Tender

Construction of Steps at Sites Tumnar, Sangampally &


Murthahandi and Renovation of Bath Cum Toilet at Sub
Name of work:
Division Office Under ISD, CWC, Jagdalpur.

Estimated cost : Rs.9,29,524/-

Rs. 28,000/- [3% of Tendered value (will be released after


Earnest Money Deposit / Security Deposit:
6 months after completion of work)]

Cost of Tender Document: Nil


Time Allowed for Completing the work 90 days

Publishing Date 13/09/2023 @ 14:30 hrs

Document Download Start Date 13/09/2023 @ 14:30 hrs

BID Submission Start Date 13/09/2023 @ 14:30 hrs

Document Download end Date 29/09/2023 @ 14:30 hrs

BID Submission end Date 29/09/2023 @ 14:30 hrs

BID Opening Date 30/09/2023 @ 16:00 hrs

1. The NIT and tender can be downloaded from www.cwc.gov.in or https://eprocure.gov.in.

However, in order to be able to participate in the tender it is mandatory to download official copy

of tenders from https://eprocure.gov.in

2. Bids shall be accepted through e-procurement only at e-tendering portal of

https://eprocure.gov.in

3. Tender forms complete in all respects should be uploaded online only. Offline submission of the

tender is not permitted.

Page 3 of 30
Construction of Steps at Sites Construction of Steps at Sites Tumnar, Sangampally & Murthahandi and Renovation of Bath Cum Toilet at Sub Division
Officee Under ISD, CWC, Jagdalpur.

CHAPTER1

General Instruction to Bidders

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

2. Information and Instructions for bidders posted on website shall form part of bid document.

3. The contractor submitting the bid should read the schedule of quantities, Special conditions, additional
conditions, particular specifications and other terms and conditions given in the NIT and drawings. The
bidder should also read the General Conditions of Contract for CPWD Works 2018 with all correction
slips issued up to the last date for submission of bid, which is available as Government of India
Publication. However, provisions included in the bid document shall prevail over the provisions
contained in the standard form. The contractor should also visit the site of work and acquaint himself
with the site conditions before tendering. The following conditions, which already form part of the tender
conditions, are specially brought to his notice for compliance while filling the tender. They are requested
to comply with the following instructions.

4. Tenders with any condition including that of conditional rebates shall be rejected. Such tenders shall
not be entered in the tender opening register at the time of opening of tender.

5. The successful tenderer shall be required to submit a Performance Guarantee/Security Deposit of 3%


(Three Percent) of the tendered amount within 7 days of issue of letter of acceptance. This period can
be further extended by Engineer-in-Charge up to a maximum period of 3 days on the written request of
the contractor subject to payment of late fee @ 0.1% per day of Performance Guarantee amount.

6. GST on all materials as well as GST on Work Contract etc., or any other taxes applicable in respect
of this contract shall be payable by the Contractor. Percentage rate quoted by him shall be inclusive of
such taxes, levies etc and Government will not entertain any claim for reimbursement whatsoever in
respect of the same. The percentage rates of the contract shall be inclusive of all taxes and levies and
nothing extra shall be paid. Further the percentage rate quoted by the contractor shall be inclusive of
labour welfare cess and the same shall be recovered from the contractor’s bills and will be remitted by
the department.

7. Those contractors not registered on the website mentioned above, are required to get registered
beforehand. If needed they can be imparted training on online bidding process as per details available
on the website.

8. The intending bidder must have valid class-II digital signature to submit the bid.

9. On opening date the contractor can login and see the bid opening process. After opening of bids, he
will receive the competitors’ bid sheets.
10. Contractor can upload documents in the form of JPG format and PDF format.

11. (a) Contractor must ensure to quote his rates for each item. The column meant for quoting rates in
figures.

(b) Contractor should quote the percentage above or below accurate to two places of decimal or zero
percentage only. The column should not be kept blank; otherwise the tender shall be treated as
INVALID.
12. Applicants are advised to keep visiting the above mentioned web-sites from time to time (till the deadline
for bid submission) for any updates in respect of the tender documents, if any. Failure to do so shall not
absolve the applicant of his liabilities to submit the applications complete in all respects including
updates thereof, if any. An incomplete application may be liable for rejection.

Page 4 of 30
Construction of Steps at Sites Construction of Steps at Sites Tumnar, Sangampally & Murthahandi and Renovation of Bath Cum Toilet at Sub Division
Officee Under ISD, CWC, Jagdalpur.

13. The document to be physically submitted shall be page numbered and each page shall be signed by
authorized signatory.
14. If any information furnished by the applicant is found to be incorrect at a later stage, he shall be liable
to be debarred from tendering/taking up of works in CWC. The department reserves the right to verify
the particulars furnished by the applicant independently.

15. The department reserves the right to accept or 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.

16. Any dispute arising out of this tender including dispute related to encashment of any Bank
Guarantee/FDR etc., shall be subject to the jurisdiction of courts only.

Page 5 of 30
retyree

CHAPTER-2

List of Documents to be scanned and uploaded for Technical bid submission

Technical Bid

S.N To be filled by the


Particulars
o Tenderer
1. Name of the Agency
2. Date of establishment of the agency
Detailed office address of the Agency with Office Telephone
3. Number, Fax Number and Mobile Number and name of the
contact person
Whether agency is registered with and holding valid
licenses from all concerned Government Authorities
4.
(Copies of all certificates of registration to be enclosed-Civil works
license etc)
5. PAN CARD (copy to be enclosed)
6. GST Registration Number (copy to be enclosed)
7. Income Tax returns for 2 years (copy to be enclosed)
Whether the firm is blacklisted by any Government
Department or any criminal case is registered against
8. the firm or its owner/partners anywhere in India. (If
no, a certificate is to be attached in this regard) (copy to be
enclosed)
9. Length of experience in the field (copy to be enclosed)

Experience in dealing with Govt. Departments (experience for the


10.
past one or two years desirable/preferable) (copy to be enclosed)

11. Agency profile (copy to be enclosed)

Financial turnover of the tendering company/firm/agency


12. for the last 2 financial year (copy to be enclosed)

Signature of Bidder with seal

Page 6 of 30
retyree

Financial Bid
To be submitted by online
Validate Print Help Item Rate BoQ
Tender Inviting Authority: EE, LGD, CWC, HYDERABAD
Name of Work: Tender for Construction of Steps at Sites Tumnar, Sangampally& Murthahandi and Renovation of Bath Cum Toilet at Sub
Division Office” under ISD, CWC, Jagdalpur
Contract No: LGD/DB/NIT/2023-24/03
Name of the
Bidder/
Bidding Firm /
Company :

PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender.
Bidders are allowed to enter the Bidder Name and Values only )

NUMBER # TEXT # NUMBER # TEXT # NUMBER # NUMBER # NUMBER # TEXT #


BASIC RATE In
Figures To be TOTAL AMOUNT
Sl. entered by the With Taxes TOTAL AMOUNT TOTAL AMOUNT
Item Description Quantity Units
No. Bidder in in With Taxes In Words
Rs. P Rs. P

1 2 4 5 13 53 54 55

1 Construction of Steps at site Tumnar under ISD,CWC , Jagdalpur.


Earth work excavation by mechanical
means (Hydraulic Excavation/ manual
means over areas (exceeding mo cm in
depth, 1.5m width as well as 10 sqm on
1.1 17.50 cum 0.00 0.00 INR Zero Only
plan) including disposal of excavated
earth, lead up to 50m and lift up to 1.5m,
disposed earth to be levelled and neatly
dressed for all kind of soil.
Filling available excavated earth (excluding
rock) in trenches, plinth, sides of
foundations etc. in layers not exceeding
1.2 20.83 sqm 0.00 0.00 INR Zero Only
20cm in depth consolidating each deposit
layer by ramming and watering, lead up to
50m and lift up to 1.5m.

Providing and laying in position cement


concrete of specified grade excluding the
cost of cantering and suttering - All works
1.3 9.37 sqm 0.00 0.00 INR Zero Only
up to plinth level 1:3:6 (1 cement : 3
coarse sand : 6 graded stone aggregate
of nominal soze 20 mm)
Brick works with common burnt clary
F.P.S. ( non- modular) bricks off class
1.4 designation 7.5 in foundation and plinth in 5.54 sqm 0.00 0.00 INR Zero Only
cement mortar 1:4 (1 cement : 4 coarse
sand)
Cement Plaster in coarse sand of
thickness 15 mm on rough side of single
1.5 64.18 sqm 0.00 0.00 INR Zero Only
side or half brick wall of mix 1:4 ( 1
cement : 4 coarse sand)

1.6 Erection of gauge post 5 no 0.00 0.00 INR Zero Only

2 Construction of Steps at site Sangampally under ISD,CWC , Jagdalpur.

Earth work excavation by mechanical


means (Hydraulic Excavation/ manual
means over areas (exceeding mo cm in
2.1 depth, 1.5m width as well as 10 sqm on 12.50 cum 0.00 0.00 INR Zero Only
plan) including disposal of excavated
earth, lead up to 50m and lift up to 1.5m,
disposed earth to be levelled and neatly
dressed for all kind of soil.
Filling available excavated earth (excluding
rock) in trenches, plinth, sides of
foundations etc. in layers not exceeding
2.2 13.55 cum 0.00 0.00 INR Zero Only
20cm in depth consolidating each deposit
layer by ramming and watering, lead up to
50m and lift up to 1.5m.

Providing and laying in position cement


concrete of specified grade excluding the
cost of cantering and suttering - All works
2.3 9.44 cum 0.00 0.00 INR Zero Only
up to plinth level 1:3:6 (1 cement : 3
coarse sand : 6 graded stone aggregate
of nominal soze 20 mm)
Brick works with common burnt clary
F.P.S. ( non- modular) bricks off class
2.4 designation 7.5 in foundation and plinth in 5.53 cum 0.00 0.00 INR Zero Only
cement mortar 1:4 (1 cement : 4 coarse
sand)
Cement Plaster in coarse sand of
thickness 15 mm on rough side of single
2.5 90.67 sqm 0.00 0.00 INR Zero Only
side or half brick wall of mix 1:4 ( 1
cement : 4 coarse sand)

2.6 Erection of gauge post 6 no 0.00 0.00 INR Zero Only

Page 7 of 30
retyree

3 Construction of Steps at site Murtahandi under ISD,CWC , Jagdalpur.

Earth work in excavation by mechanical


means (Hydraulic excavator) /manual
means in foundation trenches or drains
(not exceeding 1.5 m in width or 10 sqm
3.1 21.21 cum 0.00 0.00 INR Zero Only
on plan), including dressing of sides and
ramming of bottoms, lift upto 1.5 m,
including getting out the excavated soil
and disposal of surplus excavated soil as
directed, within a lead of 50 m

Supplying and filling in plinth with sand


3.2 under floors, including watering, ramming, 18.98 cum 0.00 0.00 INR Zero Only
consolidating and dressing complete.

Providing and laying in position cement


concrete of specified grade excluding the
cost of centering and shuttering - All work
3.3 8.61 cum 0.00 0.00 INR Zero Only
up to plinth level : 1:3:6 (1 Cement : 3
coarse sand (zone-III) : 6 graded stone
aggregate 20 mm nominal size)

ProvidiRandom rubble masonry with hard


stone in foundation and plinth including
levelling up with cement concrete 1:6:12
3.4 (1 cement : 6 coarse sand : 12 graded 26.85 cum 0.00 0.00 INR Zero Only
stone aggregate 20 mm nominal size)
upto plinth level with : Cement mortar 1:6
(1 cement :6 coarse sand)

Brick work with common burnt clay F.P.S.


(non modular) bricks of class designation
7.5 in superstructure above plinth level up
3.5 6.27 cum 0.00 0.00 INR Zero Only
to floor V level in all shapes and sizes in :
Cement mortar 1:4 (1 cement : 4 coarse
sand)

Cement plaster 1:3 (1 cement: 3 coarse


3.6 sand) finished with a floating coat of neat 198.95 sqm 0.00 0.00 INR Zero Only
cement. 12 mm cement plaster

4 Renovation of bath cum toilet at Sub Division under ISD,CWC,Jagdalpur.

Dismantling tile work in flooors and roofs


4.1 laid in sement mortar including stacking 55.820 sqm 0.00 0.00 INR Zero Only
material within so metres lead. For
thickness of tiles 10 mm to 25 mm.

providing and laying rectified Glazed


Ceramic floor tiles of size 300x300mm or
more (thickness to be specified by the
manufacturer), of 1st quality conforming to
IS : 15622, of approved make,in colours
4.2 61.830 sqm 0.00 0.00 INR Zero Only
white,Ivory,Grey,Fume Red Brown,laid on
20 mm thick cement mortar 1:4(1 cement ;
4 coarse sand),jointing with grey cement
slurry @ 3.3kg/sqm including grouting
pigments etc.,complete
Providing and fixing water closet squatting
pan (Indian type W.C.pan) with 100mm
sand cast Iron P or S trap,10 litre low level
white P.V.C. flushing cistern,including
flush pipe,with manually controlled
device(handle lever) conforming to IS:
4.3 2 no.s 0.00 0.00 INR Zero Only
7231,with all fitting and fixtures
complete,including cutting and making
good the walls and floors wherever
requires:17.1.1 white Vitreous China
Orissa pattern W.C.pan of size
580x440mm with integral type foot rests.

Providing and fixing white vitreous china


pedestal type water closet (European type
W.c.pan) with seat and lid,10 litre low level
white P.V.C.flushing cistern,including flush
4.4 pipe,with manually controlled device 2 no.s 0.00 0.00 INR Zero Only
(handle lever),conforming to IS:7231,with
all fittings and making good the walls and
floors wherever required: W.C.pan with ISI
marked white solid plastic seat and lid

Dismantling doors,windows and clerestory


windows (steel or wood ) shutter including
chowkhats,architrave,holdfasts
4.5 5 no.s 0.00 0.00 INR Zero Only
etc.complete and stacking within 50
metres lead: of area 3 sq.metres and
below

Providing and fixing the new PVC door,all


4.6 5 no.s 0.00 0.00 INR Zero Only
fitings including fixing charges

Total in
Total Amount in RS 0.00 0.00 INR Zero Only
Figures

Quoted Rate in Words INR Zero Only

Signature of Bidder with seal


Page 8 of 30
retyree

CHAPTER-3

GOVERNMENT OF INDIA
CENTRAL WATER COMMISSION
e-Tender

The Executive Engineer, LGD, CWC, Hyderabad on behalf of President of India invites for the
following work “Construction of Steps at Sites Tumnar, Sangampally& Murthahandi and
Renovation of Bath Cum Toilet at Sub Division Office” under ISD, CWC, Jagdalpur.
The enlistment of the contractors should be valid on the last date of submission of bids. In case the
last date of submission of bid is extended, the enlistment of contractor should be valid on the original
date of submission of bids.

1. The work is Estimated to Cost Rs.9,29, 524/-. This estimate, however, is given merely as a rough
guide.
2. The authority competent to approve NIT for the combined cost and belonging to the major discipline
will consolidate NITs for calling the 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 bidder will correspond to the combined estimated cost of different components put to bid.
3. Agreement shall be drawn with the successful Tenderer on prescribed Form No. CPWD 7 which is
available at Govt. of India Publication and also available on website www.cpwd.gov.in. Tenderer shall
quote his Percentage rate as per various terms and conditions of the said form which will form part of
the agreement.
4. The time allowed for carrying out the work will be 90 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.

5. The site for the work is available.


6. The tender document consisting of specifications, the schedule of quantities of various types of items
to be executed and the set of terms and conditions of the contract. The rates mentioned in the BOQ
are based on DSR-2021 and for information only. The standard publications like General
Conditions of Contract, Delhi Schedule of Rates 2021 (for Civil & Electrical) specifications for Civil
and Electrical works and Delhi Analysis of Rates 2021(for Civil and Electrical)with
amendments/correction slips up to the last date of submission of tender can be seen free of cost from
websitehttps://eprocure.gov.in
7. After submission of the tender the contractor can re-submit revised bid any number of times but before
last time and date of submission of bid as notified.
8. While submitting the revised bid, contractor can revise the percentage rate any number of times but
before last time and date of submission of tender as notified.
9. Copy of Enlistment Order and other documents as specified in the 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 notice shall have to be submitted physically
by the lowest bidder only within a week in the office of tender opening authority.

10. The bid submitted shall become invalid if:


(i) The bidder is found ineligible.
(ii) The bidder does not up loaded all the required technical documents
(iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of
bid and hard copies as submitted physically by the lowest tenderer in the office of tender opening
authority.
(iv) Bids on which any of the prescribed conditions is not fulfilled or any condition including that of
conditional rebate is put forth by the bidders.
(v) The lowest bidder does not deposit all the original documents (except those original documents
Page 9 of 30
retyree

already submitted) within a week opening of tender.


(vi) The Bidder does not furnish the Performance Guarantee of work as per NIT condition

11. The contractor, whose bid is accepted, will be required to furnish Security Deposit of 3% (Three
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 Rs.10,000/-) 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 Rs.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 tender shall be returned after
receiving the aforesaid performance guarantee.

12. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation they
may require and in general shall themselves obtain all necessary information as to risks, contingencies
and other circumstances which may influence or affect their bid. A 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 bidders shall be responsible for arranging and
maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for workers
and all other services required for executing the work unless otherwise specifically provided for in the
contract documents. Submission of a bid by a bidder implies that he has read this notice and all other
contract documents and has made himself aware of the scope and specifications of the work to be
done and local conditions and other factors having a bearing on the execution of the work.

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

14. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids
submitted by the contractors who resort to canvassing will be liable for reject

15. In case of Non submission of Hard copies within stipulated time by the lowest bidder and or any
discrepancy is noticed between the documents as uploaded at the time of submission of the bid online
and hard copies as submitted physically in the office of Assistant Engineer, then the bid submitted
shall become invalid and 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 tenderer shall not be allowed
to participate in the retendering process of the work.

16. The contractor shall not be permitted to bid for works in the CWC (Division in case of contractors of
Horticulture/Nursery category) responsible for award and execution of contracts, in which his near
relative is posted as 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 Water Commission or in the Ministry of Jal Shakti
.Any breach of this condition by the contractor 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 contractor or any of
his employees is found at any time to be such a person who had not obtained the permission of the
Page 10 of 30
retyree

Government of India as aforesaid before submission of the bid or engagement in the contractor’s
service.

18. The bid for the works shall remain open for acceptance for a period of Forty Five (45) Days
from the date of opening of bids, if any bidder 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 Bid shall form a part of the contract document. The successful bidder/contractor,
on acceptance of his bid by the Accepting Authority shall within 07 days from the stipulated date of
start of the work, sign the contract consisting of:-

(a) The Notice Inviting Bid, all the documents including additional conditions, specifications and
drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the
percentage quoted online at the time of submission of bid and acceptance thereof together with
any correspondence leading there to.

(b) Standard C.P.W.D. Form 7 or other Standard C.P.W.D. Form as applicable.

20. In case of reduction in scope of work no claim on account of reduction in value of work, loss of
expected profit, consequential overheads etc shall be entertained.

21. The bidder has not been black listed by any State/Central Department or PSU or Autonomous bodies.

The security deposit will be released after completing Six Months from the completion of work

Page 11 of 30
retyree

CHAPTER-4
Schedules

SCHEDULE‘A’: Schedule of Quantities for Civil (Enclosed)

SCHEDULE‘B’:

Description Rates in figures & words at which the Place of


S. Quanti
of material will be charged to the Issue
No ty
Item contractor
1 2 3 4 5
-N I L-

SCHEDULE‘C’:

Tools and plants to be hired to the contractor

S. Description Hire charges per day Place of


No Issue
1 2 4 5
-N I L-

SCHEDULE ‘D’:

Extra schedule for specific requirements / documents for the work, if any: -N I L-

SCHEDULE ‘E’:

Reference to General Conditions of Contract: GCC for CPWD Works 2014 modified and
amended up to the last date of submission of bid.

Name of work : “Construction of Steps at Sites Tumnar,


Sangampally& Murthahandi and Renovation
of Bath Cum Toilet at Sub Division Office”
under ISD, CWC, Jagdalpur.

Estimated Cost Put to Bid : Rs. 9,29, 524/-

Earnest money / : Rs. 28,000


Performance Guarantee (3% of accepted tendered value)

SCHEDULE ‘F’ : General Rules and Directions

S. No Office inviting Tender E.E, LGD, CWC, Hyderabad


Maximum percentage for quantity of
items of work to be executed beyond
See below under Clause 12
which rates are to be determined in
accordance with clauses 12.2 & 12.3
Definitions
1 Engineer in Charge Concerned JE/SDE/EE
2 Accepting Authority E.E, LGD, CWC, Hyderabad
Percentage on cost of materials and
3 DSR 2021 with corrections slips up to Date
labour to cover all overheads and profits
Page 12 of 30
retyree

4 Standard schedule of rates


5 Department Central Water Commission

GCC 2014, CPWD form 7 as amended up to last


6 Standard CPWD Contract form
date of submission of bid

CLAUSE 1
Time allowed for submission of
performance of guarantee and applicable
licenses, registration with EPFO, ESIC
1 7 days
and BOCW welfare board or proof of
applying thereof from the date of issue of
letter of acceptance
Maximum allowable extension with late
fee at 0.1% per day of performance
2 3 days
Guarantee amount beyond the period as
provided in (i) above
CLAUSE 2
Authority for fixing compensation under
S.E, GC, CWC, Hyderabad
clause-2
CLAUSE-2A
Whether clause 2A shall be applicable Not applicable
CLAUSE 5
Number of Days from the date of issue of
7 days or Date of handing over site whichever is
letter of acceptance for reckoning date of
earlier
start of work

The contractor has to submit the work plan


TABLE OF MILE STONE before start of work which will be serve as
milestone

Time Allowed for execution of work 90 Days


Authority to decide
Extension of time EE, LGD, CWC, Hyderabad
Rescheduling of mile stones EE, LGD, CWC, Hyderabad
CLAUSE 6,6A Not Applicable
CLAUSE 7
Gross work to be done together with net
payment/adjustment of advances for
material collected, if any since the last Not Applicable
such payment for being eligible to interim
payment
No Running account bill shall be paid for
the work till the applicable licenses,
registration with EPFO, ESIC and BOCW
Not Applicable
welfare board or proof of applying,
whatever applicable are submitted by the
contractor to the engineer in charge
CLAUSE 7A Not Applicable
CLAUSE 10A
List of testing equipment’s to be provided Any equipment required at site as per item of
by the contractor at site execution
CLAUSE 10B Not Applicable

Page 13 of 30
retyree

CLAUSE 10C Not Applicable


CLAUSE 11
Specifications to be followed for
As per Engineer in charge
execution of work
CLAUSE 12
Type of work CIVIL WORK
Deviation limit beyond which clauses 12.2
Not Applicable
and 12.3 shall apply for building work
Deviation limit beyond which clauses 12.2
and 12.3 shall apply for foundation work Not Applicable
(except earth work)
CLAUSE 16
Competent authority for deciding reduced
S.E, GC, Hyderabad
rates
CLAUSE 18
List of mandatory machinery tools &
T&P and Machinery required at site as per site
plants to be deployed by the contractor at
condition and as per item of execution
site
CLAUSE 31 Not Applicable
CLAUSE 31A Not Applicable
CLAUSE 36 Not Applicable
CLAUSE 42
Schedule/statement for deciding
theoretical quantity of cement & bitumen
1
on the basis of DSR 2018 printed by
CPWD with correction slips up to Date
Variation permissible on theoretical
2
quantities
cement for works with estimated cost put
3% Plus/Minus
to tender not more than 5 lakhs
for works with estimated cost put to
2% Plus/Minus
tender more than 5 lakhs
3 Bitumen for all works 2.5% Plus only & nil on minus side
Steel reinforcement and structural steel
4 sections for each diameter, section and 2% Plus/Minus
category
5 All other materials Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION: NIL

Page 14 of 30
retyree

CHAPTER-5

Conditions of Contract
Definitions

1. The contract means the documents forming the bid and acceptance thereof and the formal agreement
executed between the competent authority on behalf of the President of India and the Contractor,
together with the documents referred to therein including these conditions, the specifications, designs,
drawings and instructions issued from time to time by the Engineer-in-Charge and all these documents
taken together, shall be deemed to form one contract and shall be complementary to one another.

2. In the Contract, the following expressions shall, unless the context otherwise requires, have the
meanings, hereby respectively assigned to them:-

i. The expression works or work shall, unless there be something either in the subject or context
repugnant to such construction, be construed and taken to mean the works by or by virtue of the
contract contracted to be executed whether temporary or permanent, and whether original, altered,
substituted or additional.

ii. The site shall mean the land/ or other places on, into or through which work is to be executed under
the contract or any adjacent land, path or street through which work is to be executed under the
contract or any adjacent land, path or street which may be allotted or used for the purpose of carrying
out the contract.

iii. The contractor shall mean the individual, firm or company, whether incorporated or not, undertaking
the works and shall include the legal personal representative of such individual or the persons
composing such firm or company, or the successors of such firm or company and the permitted
assignees of such individual, firm or company.

iv The President means the President of India and his successors.

v The Engineer-in-Charge means the Engineer Officer who shall supervise and be in-charge of the
work and who shall sign the contract on behalf of the President of India as mentioned in Schedule ‘F’
here under.

vi Government or Government of India shall mean the President of India.

vii The terms Director General of Works includes Superintending Engineer and Chief Engineer of the
Organization.

viii Accepting Authority shall mean the authority mentioned in Schedule F

ix Excepted Risk are risks due to riots (Other than those on account of Contractor’s employees),
war(Whether declared or not) invasion, act of foreign enemies, hostilities, civil war, rebellion
revolution, insurrection, military or usurped power, any acts of Government damages from aircraft,
acts of God, such as earthquake, lightening and unprecedented floods, and other causes over which
the contractor has no control and accepted as such by the Accepting Authority or causes solely
due to use or occupation by Government of the part of the works in respect of which a certificate of
completion has been issued or a cause solely due to Government’s faulty design of works.

x Market Rate shall be the rate as decided by the Engineer-in-Charge on the basis of the cost of
materials and labour at the site where the work is to be executed plus the percentage mentioned in
Schedule ‘F’ to cover, all overheads and profits.

Page 15 of 30
retyree

xi Schedules(s) referred to in these conditions shall mean the relevant schedule(s)annexed to the bid
papers or the standard Schedule of Rates of the Government mentioned in Schedule ‘F’ hereunder,
with the amendments thereto issued up to the date of receipt of the bid.

xii Department means CWC or any department of Government of India which invites bids on behalf of
President of India as specified in Schedule ‘F’.

xiii District Specifications means the Specifications followed by the State Government in the area where
the work is to be executed.

xiv Bid value means the value of the entire work as stipulated in the letter of award.

Scope and Performance

3. Where the context so requires, words imparting the singular only also include the plural and vice versa.
Any reference to masculine gender shall whenever required include feminine gender and vice versa.

4. Headings and Marginal notes to these General Conditions of Contract shall not be deemed to form
part thereof or be taken into consideration in the interpretation or construction thereof or of the
contract.

5. The contractor shall be furnished, free of cost one certified copy of the contract documents except
standard specifications, Schedule of Rates and such other printed and published documents, together
with all drawings as may be forming part of the bid papers. None of these documents shall be used
for any purpose other than that of this contract.

Works to be carried out:

6 The work to be carried out under the Contract shall, except as otherwise provided in these conditions,
include all labour, materials, tools, plants, equipment and transport which may be required in preparation
of and for and in the full and entire execution and completion of the works. The descriptions given in the
Schedule of Quantities shall, unless otherwise stated, be held to include wastage on materials, carriage
and cartage, carrying and return of empties, hoisting, setting, fitting and fixing in position and all other
labour necessary in and for the full and entire execution and completion of the work as aforesaid in
accordance with good practice and recognized principles.

Sufficiency of Bid

7. The contractor shall be deemed to have satisfied himself before bidding as to the correctness and
sufficiency of his bid for the works with reference to estimated cost, which percentage shall except as
otherwise provided, cover all his obligations under the Contract and all matters and things necessary for
the proper completion and maintenance of the works.

Discrepancies and Adjustment of Errors

8. The several documents forming the contract are to be taken as mutually explanatory of one another,
detailed drawings being followed in preference to small scale drawing and figured dimensions in
preference to scale and special conditions in preference to General conditions.

8.1 In the case of discrepancy between the Schedule of Quantities, the Specifications and/ or the drawings,
the following order of preference shall be observed:

1. Nomenclature of items as given in Schedule of Quantities.


2. Particular Specifications, Special Conditions and Additional conditions if any.
3. Architectural / structural Drawings and specifications mentioned in drawings.
Page 16 of 30
retyree

4. CPWD Specifications for civil and electrical works as applicable.


5. General conditions of contract for CPWD works.
6. Indian Standard Specifications of B.I.S.
7. Manufacturers’ specifications & as decided by Engineer-in-charge.

If there are varying or conflicting provisions made in any one document forming part of the contract, the
Accepting Authority shall be the deciding authority with regard to the intention of the document and his
decision shall be final and binding on the contractor.

Any error in description, quantity or rate in Schedule of Quantities or any omission there from shall not
vitiate the Contract or release the Contract from the execution of the whole or any part of the works
comprised therein according to drawings and specifications or from any of his obligations under the
contract.

Signing of Contract

The Successful bid/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:-
i) The notice inviting bid, all the documents including drawings, if any, forming the bid as issued at the time
of invitation of bid and acceptance thereof together with any correspondence leading there to.

ii) Standard C.P.W.D. Form as mentioned in Schedule ‘F’ consisting of:

(a) Various standard clauses with corrections up to the date stipulated in Schedule ‘F’ along with annexure
thereto.
(b) C.P.W.D. Safety Code.
(c) Model Rules for the protection of health, sanitary arrangements for workers employed by CPWD or
its contractors.
(d) CPWD Contractor’s Labour Regulations.
(e) List of Acts and omissions for which fines can be imposed
(f) No payment for the work done will be made unless contract is signed by the contractor.

Page 17 of 30
retyree
Construction of Steps at Sites Construction of Steps at Sites Tumnar, Sangampally & Murthahandi and Renovation of Bath Cum Toilet at Sub Division
Officee Under ISD, CWC, Jagdalpur.
CHAPTER-6

General Rules and Directions

1. All work proposed for execution by contract will be notified in a form of invitation to tender pasted in
public places and signed by the officer inviting tender or by publication in Newspapers as the case
maybe. This form will state the work to be carried out, as well as the date for submitting and opening
tenders and the time allowed for carrying out the work, also the amount of earnest money to be
deposited with the tender, and the amount of the security deposit to be deposited by the successful
tenderer and the percentage, if any, to be deducted from bills. Copies of the specifications, designs and
drawings and any other documents required in connection with the work signed for the purpose of
identification by the officer inviting tender shall also be open for inspection by the contractor at the office
of officer inviting tender during office hours.

2. In the event of the tender being submitted by a firm, it must be signed separately by each partner
thereof or in the event of the absence of any partner, it must be signed on his behalf by a person holding
a power-of attorney authorizing him to do so, such power of attorney to be produced with the tender,
and it must disclose that the firm is duly registered under the Indian Partnership Act. 1932.

3. Receipts for payment made on account of work, when executed by a firm, must also be signed by all
the partners, except where contractors are described in their tender as a firm in which case the receipts
must be signed in the name of the firm by one of the partners, or by some other person having due
authority to give effectual receipts for the firm.

4. Any person who submits a tender shall fill up the usual printed form, stating at what percentage rate he
is willing to undertake the work. Tenders, which propose any alteration in the work specified in the said
form of invitation to tender, or in the time allowed for carrying out the work, or which contain any other
condition of any sort including conditional rebates will be summarily rejected.

5. The officer inviting tender or his duly authorized assistant, will open tender in the presence of any
intendingcontractorswhomaybepresentatthetime,andwillentertheamountsoftheseveraltenders in a
comparative statement in a suitable form, in the event of a tender being accepted, a receipt for the
earnest money forwarded therewith shall thereupon be given to the contractor who shall thereupon for
the purpose of identification sign copies of the specifications and other documents mentioned in Rule-
I In the event of a tender being rejected, the earnest money forwarded with such unaccepted tender
shall thereupon be returned to the contractors remitting the same, without any interest.

6. The officer inviting tenders shall have the right of rejecting all or any of the tenders and will not be bound
to accept the lowest or any other tender.

7. The receipt of an accountant or clerk for any money paid by the contractor will not be considered as
any acknowledgement or payment to the officer inviting tender and the contractor shall be responsible
for seeing that he procures a receipt signed by the officer inviting tender or a duly authorized Cashier.

8. The memorandum of work tendered for and the schedule of materials to be supplied by the department
and their issue-rates shall be filled and completed in the office of the officer inviting tender before the
tender form is issued. If a form is issued to an intending tenderer without having been so filled in and
incomplete, he shall request the officer to have this done before he completes and delivers his tender.

9. The tenderers shall sign a declaration under the officials Secret Act, 1923, for maintaining secrecy of
the tender documents drawings or other records connected with the work given to them. The
unsuccessful tenderers shall return all the drawings given to them.

Page 18 of 30
retyree
Construction of Steps at Sites Construction of Steps at Sites Tumnar, Sangampally & Murthahandi and Renovation of Bath Cum Toilet at Sub Division
Officee Under ISD, CWC, Jagdalpur.
10. On acceptance of the tender, the name of the accredited representative(s) of the contractor who would
be responsible for taking instructions from the Engineer-in-Charge shall be communicated in writing
to the Engineer-in-Charge.

11. GST and Labour Welfare Cess or any other tax in respect of this contract shall be payable by the
contractor and Government will not entertain any claim whatsoever in respect of the same. The rates
quoted shall accordingly be inclusive of all taxes.

12. The contractor shall give a list of both gazetted and non-gazetted CWC employees related to him.

13. The tender for the work shall not be witnessed by a contractor or contractors who himself/themselves
has/have tendered or who may and has/have tendered for the same work. Failure to observe this
condition would render, tenders of the contractors tendering, as well as witnessing the tender, liable
to summary rejection.

14. The tender for composite work includes in addition to building work all other works such as sanitary
and water supply installations drainage installation, Electrical work, horticulture work, roads and paths
etc. In the composite tender, the tenderer apart from being a registered contractor (B&R) of
appropriate class, must associate himself with agencies of appropriate class which are eligible to
tender for sanitary and water supply, drainage, electrical and horticulture works.

The contractor shall comply with the provisions of the Apprentices Act 1961, and the rules and orders
issued there under from time to time. If he fails to do so his failure will be a breach of the contract and
the Superintending Engineer/Executive Engineer may in his discretion without prejudice to any other
right or remedy available in law cancel the contract. The contractor shall also be liable for any
pecuniary liability arising on account of any violation by him of the provisions of the said Act.

Page 19 of 30
retyree
Construction of Steps at Sites Construction of Steps at Sites Tumnar, Sangampally & Murthahandi and Renovation of Bath Cum Toilet at Sub Division
Officee Under ISD, CWC, Jagdalpur.

CHAPTER-7

Special Conditions of Contract

1. SCOPE OF WORK:

1.1. The work done under this Contract shall conform to the standards mentioned in the Technical
Specifications, as per Annexure.
1.2. The Department or its representative shall have the right to inspect and/or to test the work done to
confirm their conformity to the Contract specifications at no extra cost to the Department.
1.3. Should any inspected or tested work fail to conform to the specifications, the Department shall reject
the work and the contractor shall either redo the rejected work or make all alterations necessary to
meet specification requirements free of cost to the Department.
1.4. The contractor shall provide an experienced foreman/ supervisor and technicians to perform the work
covered herein. The department has the right to remove any personnel form the work, who in its opinion
are not qualified, unwilling or are unable to perform the work and responsibilities assigned to them by
the contractor.

2. Terms of payment:

2.1 Any taxes and / or other Government levies as applicable or becoming later due to or under any law
shall be deducted from the bill.
2.2 The payment shall be made by account payee demand draft/PFMS on monthly basis as per actual
measurement of works and the final payment of work shall be made after completion of complete work
up to the full satisfaction of Engineer-in-Charge.
2.3 The contractor shall provide a Security Deposit in the prescribed Performa of 3% of the tendered
amount. The Security Deposit submitted by the contractor shall be valid for 365 days. The security
deposit shall be released after completion of one year from completion of work

3. Jurisdiction:

All disputes or differences between the parties to this agreement, meaning or effect of this agreement,
of the respective rights and liabilities of the parties here to or their enforcement there under, shall be
referred as per the provision of the Indian Arbitration Act and only the courts in Hyderabad shall have
jurisdiction in all matter arising out of or connected with the agreement.

4. Assignment:

The contractor shall not assign, in whole or any part, its obligations to perform under this contract
to other contractor without prior written permission of the department.

Page 20 of 30
retyree
Construction of Steps at Sites Construction of Steps at Sites Tumnar, Sangampally & Murthahandi and Renovation of Bath Cum Toilet at Sub Division
Officee Under ISD, CWC, Jagdalpur.

5. Contractor’s Obligations:

The contractor is responsible for managing the activities of its personnel or subcontracted personnel
and will hold itself responsible for any misdemeanors.
6. The contractor is advised to visit the site before quoting the rates in his own interest.
7. The rates should be quoted in figures as well as in words.
8. The rates shall be valid minimum period of 180 days from the date of opening of the tender.
9. Arrangement of water and electricity shall be arranged by the contractor at his own cost.
10. The conditional tenders are liable to be rejected immediately at the time of opening of tenders.
11. The undersigned is reserve the right to accept or reject any or all the tenders without assigning
any reason thereof.
12. In addition to the special condition of Terms and Conditions as laid down in contract shall be governed
by the General Conditions of Contract (CPWD).
13. The contractor should clearly indicate whether the rates quoted are inclusive/exclusive
of service tax.

Executive Engineer Signature of contractor


Lower Godavari Division
Central Water Commission
Hyderabad

Page 21 of 30
retyree
Construction of Steps at Sites Construction of Steps at Sites Tumnar, Sangampally & Murthahandi and Renovation of Bath Cum Toilet at Sub Division
Officee Under ISD, CWC, Jagdalpur.

CHAPTER-8

Instructions to Bidders for Online Submission

The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid
Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on
the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on
the CPP Portal. More information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.

REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal
(URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder Enrollment” on the CPP
Portal which is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username and assign
a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the registration
process. These would be used for any communication from the CPP Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class III
Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g.
Sify / nCode / e-Mudhra etc.), with their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to
ensure that they do not lend their DSC’s to others which may lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the
password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS


1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by
several parameters. These parameters could include Tender ID, Organization Name, Location, Date,
Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a
number of search parameters such as Organization Name, Form of Contract, Location, Date, Other
keywords etc. to search for a tender published on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, they may download the required
documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This
would enable the CPP Portal to intimate the bidders through SMS / email in case there is any
corrigendum issued to the tender document.
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to
obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document before submitting
their bids.
2) Please go through the tender advertisement and the tender document carefully to understand the
documents required to be submitted as part of the bid. Please note the number of covers in which the
bid documents have to be submitted, the number of documents - including the names and content of
each of the document that need to be submitted. Any deviations from these may lead to rejection of the
bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender
document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid documents
may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned
document.
4) To avoid the time and effort required in uploading the same set of standard documents which are required
to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card
copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My
Page 22 of 30
retyree
Construction of Steps at Sites Construction of Steps at Sites Tumnar, Sangampally & Murthahandi and Renovation of Bath Cum Toilet at Sub Division
Officee Under ISD, CWC, Jagdalpur.
Space” or ‘’Other Important Documents’’ area available to them to upload such documents. These
documents may be directly submitted from the “My Space” area while submitting a bid, and need not be
uploaded again and again. This will lead to a reduction in the time required for bid submission process.

Note: My Documents space is only a repository given to the Bidders to ease the uploading process. If
Bidder has uploaded his Documents in My Documents space, this does not automatically ensure
these Documents being part of Technical Bid.

SUBMISSION OF BIDS

1) Bidder should log into the site well in advance for bid submission so that they can upload the bid in time
i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the
tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter
details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender document. The original
should be posted/couriered/given in person to the concerned official, latest by the last date of bid
submission or as specified in the tender documents. The details of the DD/any other accepted
instrument, physically sent, should tally with the details available in the scanned copy and the data
entered during bid submission time. Otherwise the uploaded bid will be rejected.
5) Bidders are requested to note that they should necessarily submit their financial bids in the format
provided and no other format is acceptable. If the price bid has been given as a standard BoQ format
with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders
are required to download the BoQ file, open it and complete the white colored (unprotected) cells with
their respective financial quotes and other details (such as name of the bidder). No other cells should be
changed. Once the details have been completed, the bidder should save it and submit it online, without
changing the filename. If the BoQ file is found to be modified by the bidder, the bid will be rejected.
6) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time
for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders
should follow this time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques
to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the
time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit
encryption technology. Data storage encryption of sensitive fields is done. Any bid document that is
uploaded to the server is subjected to symmetric encryption using a system generated symmetric key.
Further this key is subjected to asymmetric encryption using buyers/bid opener’s public keys. Overall,
the uploaded tender documents become readable only after the tender opening by the authorized bid
openers.
8) The uploaded tender documents become readable only after the tender opening by the authorized bid
openers.
9) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the
portal), the portal will give a successful bid submission message & a bid summary will be displayed with
the bid no. and the date & time of submission of the bid with all other relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This
acknowledgement may be used as an entry pass for any bid opening meetings.

ASSISTANCE TO BIDDERS

1) Any queries relating to the tender document and the terms and conditions contained therein should be
addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the
tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general
may be directed to the 24x7 CPP Portal Helpdesk.

Page 23 of 30
retyree
Construction of Steps at Sites Construction of Steps at Sites Tumnar, Sangampally & Murthahandi and Renovation of Bath Cum Toilet at Sub Division
Officee Under ISD, CWC, Jagdalpur.

Place of work Addresses

Place of work Addresses

Place of Work
S.No Work
Address
Vill-Tumnar, Post-Tumnar,
Construction of Steps at site Tumnar under ISD,CWC ,
1 Dist- Dantewada
Jagdalpur
(Chhattisgarh), Pin-494441
Vill-Sangampally, Post-
Construction of Steps at site Sangampally under ISD,
2 Madded, Diss-Bijapur
CWC, Jagdalpur
(Chhattisgarh), Pin-494448
Vill-Murthahandi, Post-
Construction of Steps at site Murthahandi under ISD, CWC,
3 Murthahandi, Diss-Koraput
Jagdalpur
(Oddisa), Pin-764058
Indravati Sub-Division, CWC
Renovation of bath cum toilet at Sub Division under ISD, Kumharpara, Jagdalpur,
4
CWC, Jagdalpur. Chhattisgarh -494001
Phone: 07782-228680

Page 24 of 30
retyree
Construction of Steps at Sites Construction of Steps at Sites Tumnar, Sangampally & Murthahandi and Renovation of Bath Cum Toilet at Sub Division
Officee Under ISD, CWC, Jagdalpur.

CHAPTER-9

ANNEXURES

Annexure-I

Certificate Regarding Near Relatives

I ……………………………… S/O …………………………… resident of ……………………… hereby certify


that none of my near relative(s) as defined below is/are employed in Central Water Commission. In case
at any stage, it is found that the information given by me is false/incorrect, CWC shall have absolute right
to take any action as deemed fit without any prior information to me.

SIGNATURE OF BIDDER WITH NAME AND ADDRESS

(In case of proprietorship firm the certificate is to be given by the proprietor, for partnership firm by all
partners and in case of limited company by all the directors of company)

Page 25 of 30
retyree
Construction of Steps at Sites Construction of Steps at Sites Tumnar, Sangampally & Murthahandi and Renovation of Bath Cum Toilet at Sub Division
Officee Under ISD, CWC, Jagdalpur.

Annexure-II

Certificate for the Documents Downloaded from the Website

In case the tender document is downloaded from the web site a declaration in the following Performa has
to be furnished.

"I............................................... (Authorised signatory) hereby declare that the tender document submitted
has been downloaded from the website and no addition/deletion/correction has been made in the
document downloaded. I also declare that I have enclosed a DD/Bankers Cheque No. ………………….
Dated ………………………..for Rs............................... towards the cost of tender document along with
technical bid".
In case at any stage, it is found that the information given above is false/ incorrect, CWC shall have the
absolute right to take any action as deemed fit without any prior intimation.

SIGNATURE OF THE BIDDER WITH SEAL

Page 26 of 30
retyree
Construction of Steps at Sites Construction of Steps at Sites Tumnar, Sangampally & Murthahandi and Renovation of Bath Cum Toilet at Sub Division
Officee Under ISD, CWC, Jagdalpur.

Annexure-III
Declaration

1. I, __________________________________Son / Daughter / Wife of


Shri__________________________________ Proprietor / Director/authorized signatory of the
agency/Firm, mentioned above, is competent to sign this declaration and execute this tender document;

2. I have carefully read and understood all the terms and conditions of the tender and undertake to abide
by them;

3. The information / documents furnished along with the above application are true and authentic to the
best of my knowledge and belief. I / we, am / are well aware of the fact that furnishing of any false
information / fabricated document would lead to rejection of my tender at any stage besides liabilities
towards prosecution under appropriate law.

Signature of authorized person


Date: Full Name:
Place: Seal:

Page 27 of 30
retyree
Construction of Steps at Sites Construction of Steps at Sites Tumnar, Sangampally & Murthahandi and Renovation of Bath Cum Toilet at Sub Division
Officee Under ISD, CWC, Jagdalpur.

Annexure-IV

Declaration Certificate for Blacklist

I/We do hereby declare that there is no case with the Police /Court /Regulatory authorities against the

proprietor /firm /partner. Also I/We have not been suspended /delisted /blacklisted by any other Govt.

Ministry /Department /Public Sector Undertaking /Autonomous Body /Financial institution /Court. We also

certify that either our firm or any of the partners are not involved in any scam or disciplinary proceedings

settled or pending adjudication.

Date: ______________________ SIGNATURE OF THE TENDERER WITH


SEAL

Page 28 of 30
retyree
Construction of Steps at Sites Construction of Steps at Sites Tumnar, Sangampally & Murthahandi and Renovation of Bath Cum Toilet at Sub Division
Officee Under ISD, CWC, Jagdalpur.

ANNEXURE- V
Agreement of Work
The agreement made this day of two thousand and
between son of
of (hereinafter called the Guarantor of
the one part) and the PRESIDENT of INDIA (hereinafter called the Government of the other part).

WHEREAS this agreement is supplementary to a contract (here in after called the contract),
dated and made between the GUARANTOR of the ONE part and the GOVERNMENT of
the other part, whereby the contractor, interlaid, undertook to render the buildings and structures in the
said contract recited completely Defect free.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said structures will
remain FOR ONE year to be reckoned from the date of Completion of Work.

NOW THE GUARANTOR hereby guarantees that Compound wall given by him will render the structure
completely Defect free and the minimum life of such Compound Wall shall be ONE year to be reckoned
from the date of Completion of Work.

Provided that the Guarantor will not be responsible for Damage caused by earthquake.
The decision of the Engineer-in-charge with regard to cause of defects in the compound wall shall be
final.

During this period of guarantee the Guarantor shall make good all the defects and in case of any defect
being found render the Compound Wall to the satisfaction of the Engineer-in-charge at his cost and shall
commence the work for such rectification within seven days from the date of issue of the 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. The decision of the Engineer-
in-charge as to the cost payable by the Guarantor shall be final and binding.

That if the Guarantor fails to execute the Defect free or commits breach there under, then the Guarantor
will indemnify the 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 supplementary 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.

INWITNESSWHERE-OF these present shave been executed by the obligor


and by and for and on behalf of the PRESIDENT OF INDIA on the month
and year first above written.
SIGNED, sealed and delivered by (OBLIGOR) in the presence of.

1.

2.
Signed for and on behalf of the PRESIDENT OF INDIA by
in
presence of:

1.

2.

Page 29 of 30
retyree
Construction of Steps at Sites Construction of Steps at Sites Tumnar, Sangampally & Murthahandi and Renovation of Bath Cum Toilet at Sub Division
Officee Under ISD, CWC, Jagdalpur.

Annexure-VI

Tender Acceptance Letter

Date:
To,

______________________ ______________________ ______________________


______________________ ______________________

Sub: Acceptance of Terms & Conditions of Tender.


Tender Reference No: ________________________
Name of Tender/ work:

Dear Sir,

1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’ from
the web site(s) namely:
___________________________________________________________________________________
_
___________________________________________________________________________________
_ as per your advertisement, given in the above mentioned website(s).

2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents from
Page No. _______ to ______ (including all documents like annexure(s), schedule(s), etc .,), which form
part of the contract agreement and I / we shall abide hereby by the terms / conditions / clauses contained
therein.
3. The corrigendum(s) issued from time to time by your department/ organization too have also been taken
into consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) /
corrigendum(s) in its totality / entirety.

5. I / We do hereby declare that our Firm has not been blacklisted/ debarred by any Govt.
Department/Public sector undertaking.

6. I / We certify that all information furnished by the our Firm is true & correct and in the event that the
information is found to be incorrect/untrue or found violated, then your department/ organization shall
without giving any notice or reason therefore or summarily reject the bid or terminate the contract, without
prejudice to any other rights or remedy including the forfeiture of the full said earnest money deposit
absolutely.

Yours Faithfully,
(Signature of the bidder with seal)

Signature Not Verified


Page
Digitally signed by MUTTATH 30 of 30
LEO
FRANKLIN
Date: 2023.09.13 12:20:28 IST
Location: eProcure-EPROC

You might also like