Download as pdf or txt
Download as pdf or txt
You are on page 1of 113

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

TENDER DOCUMENT

FOR

Development of sites of industries estates at Kashmir J&K.


(SH: Providing comprehensive consultancy services for preparation
of Masterplan, Concept & preliminary Architectural drawings,
Detailed Project Report)

Issued by

Executive Engineer,
Srinagar Project, CPWD,
Hazratbal, Srinagar

1
AE(P) EE
GOVERNMENT OF INDIA
SRINAGAR PROJECT
CENTRAL PUBLIC WORKS DEPARTMENT,
NIT Campus, Hazratbal, Srinagar

TENDER DOCOUMENT

Name of work : Development of sites of industries estates at Kashmir J&K. (SH:


Providing comprehensive consultancy services for preparation of
Masterplan, Concept & preliminary Architectural drawings, Detailed
Project Report)

Estimated Cost : 75 lakhs

Earnest Money : 1,50,000/-

Performance Guarantee : 5% of accepted tendered value

Security Deposit : 2.5% of accepted tendered value

Completion Period : 30 days

NIT No. : 20/EE/SP/2023-24

LAST DATE FOR SUBMISSION OF BID DOCUMENT: 26.12.2023 Up to 15:00 Hrs

Certified that this NIT contains 1 to 114 pages

This NIT amounting to 75 lakhs/- (seventy five lakhs Only) is hereby approved.

AE(P) Executive Engineer,


Srinagar Project, CPWD Srinagar Project, CPWD,
Hazratbal, Srinagar

2
AE(P) EE
INDEX
S.No. Details Page No.
1. Index 3

2. Notice Inviting e-tender 4

PART-I: ELIGIBILITY BID

3. CHAPTER-1: Information to Bidders, Cpwd-6, Integrity Pact


6-27
and Agreement

4. CHAPTER-2: Conditions of Contract, Schedule A to F General 28-40


conditions
5. CHAPTER 3: The Project- Industrial sites 41-43
6. CHAPTER-4: Terms of Reference and Scope of Works 44-54
55
PART II: TECHNICAL BID
FINANCIAL BID
7 CHAPTER-5: Initial Eligibility 56-60
CHAPTER 6: Overall Evaluation Process & Selection of
8 61-68
Consultant
CHAPTER-7: Fee for Comprehensive Consultancy
9 Services, 69-78
Percentage Rate Bid, Data Sheet, General Rules And Direction
CHAPTER-8: General Conditions of Contract & Additional
10 79-90
Conditions

11 CHAPTER-9: Financial Bid and Annexures 91-112


12 Abbreviations 113

3
AE(P) EE
CENTRAL PUBLIC WORKS DEPARTMENT

Notice Inviting e-Tenders


The Executive Engineer, Srinagar Project, CPWD, NIT Srinagar J&K on behalf of President of
India invites Online Percentage Rate bids from the CPWD empaneled Architects/Consultants
registered in appropriate category and eligible private Architect/consultant in Two Bid System for the
following work:

Name of Work: Development of sites of industries estates at Kashmir J&K. (SH:


Providing comprehensive consultancy services for preparation of
Masterplan, Concept & preliminary Architectural drawings, Detailed
Project Report)

NIT No. 20/EE//SP/2023-24


Approximate Project Construction Cost 75 Crore
Estimated cost put to tender: Rs. 75 lakhs
Earnest Money: Rs.1,50,000/-
Period of Completion: 30 days

Time & Date of Pre-Bid Conference: 11:00 AM on 19.12.23


Last date and time of online submission of Eligibility cum
Technical Bid (Part-1) & Financial bid with alldocuments as Upto 3.00 PM on 26.12.23
specified in NIT:
Time & Date of opening of Eligibility cum Technical Bid
3.30 PM on 26.12.23
(Part-1):
Executive Engineer, Srinagar
Place of opening of financial Bids, office of Project, CPWD, NIT
Campus, Hazratbal,
Srinagar (J&K).

The date and time of online opening of financial bid, after the finalization of technical bids shall be
informed to the bidders by Executive Engineer, Srinagar Project, CPWD, NIT Srinagar J&K
later.

A pre-bid conference shall be held in the office of Superintending Engineer, Srinagar, CPWD,
Ground Floor, AG’s office Building Srinagar (J&K) on 19.12.23 at 11:00 AM for clarifications
relating to the work or bid document, if any. The clarifications sought should be send to Executive
Engineer, Srinagar Project, CPWD J&K on email id eespdcpwd@gmail.com or before 4:00PM on
previous day of pre-bid meeting.
The Bid forms and other details can be obtained from the website https://etender.cpwd.gov.in

Executive Engineer,
Srinagar Project, CPWD

4
AE(P) EE
PART- I
ELIGIBILITY BID

5
AE(P) EE
CHAPTER-1
INFORMATION TO BIDDERS, CPWD-6, INTEGRITY PACT
AND AGREEMENT

6
AE(P) EE
ANNEXURE-20A.13.1
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING
PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE.

The Executive Engineer, Srinagar Project, CPWD, NIT Srinagar J&K on behalf of President of
India invites Online Percentage Rate bids from the CPWD empanelled Architects/Consultants
registered in appropriate category and eligible private Architect/consultant in Two Bid System for the
following work:

NIT Name of work & Location Estimat Earnest Period of Last date & time of Time &
submission
No. ed cost Money Completion date of
of bid, copy of
put to receipt of deposition opening of
bid of original EMD, and technical
other documents as bid
specified in the NIT
2 3 4 5 6 7 8
20/EE/ Development of sites of 30 days
75 Lakhs On 26.12.2023 upto at 3:30 PM on
SP/202 industries estates at
Kashmir J&K. 1,50,000/- 3:00 PM 26.12.2023
3-24
(SH: Providing
comprehensive
consultancy services for
preparation of Masterplan,
Concept & preliminary
Architectural drawings,
Detailed Project Report)

1. Eligibility bid: Contractors who fulfill the following requirements shall be eligible to apply. Joint
ventures are not accepted

A) For CPWD empanelled Private Architects/Consultants registered in Category-I, II & III


as per Directorate General, CPWD O.M no. DG/Manual/2022/Misc./07 dated
30.12.2022, need not to submit the technical bid documents (only financial bid document
required). However Bidder should have bidding capacity equal to or more than the estimated
cost of the consultancy work put to tender i.e. 75 Lakhs.

B) Non empaneled consultant who fulfill the following requirements shall be eligible for bidding
and will be required to submit both technical and financial bid documents. Joint
ventures are not accepted.
(i) The Consultant(s) should have satisfactorily completed similar work(s) during the
last seven years ending up to last day of the month previous to the one in which tenders
are invited as per the value of work(s) given below:
Three similar works having project cost of Rs. 60 lakhs
OR
Two similar works having project cost of Rs. 45 lakhs
OR
One similar work having project cost of Rs. 30 lakhs

7
AE(P) EE
Similar work shall mean “Comprehensive consultancy work for industrial
estates/Township/Residential or Office Complex having provision of preparing
preliminary Architectural planning/design, including road, drainage & sewerage,
Landscaping & E&M services etc”.
Note-1: The value of consultancy works (if required) 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.

Note-2: In case of work(s) done for private clients other than Central/State Govt.,Central
/State undertakings, they shall submit T.D.S. certificates (Form 26AS) issued by
Income Tax Dept

Note-3: Non-empanelled bidders shall submit atleast one work of comprehensive


architectural consultancy work of development of industrial estate of
Central/state Govt/PSUs or local bodies. This work can be either in list of
eligible similar work or separate work.

(ii) Should have had Average Annual Financial Turnover of Rs 22.50 lakhs on architectural
consultancy work during the last three years ending 31st March 2023
(Scanned copy of Certificate from CA with Unique Document Identification Number
(UDIN) to be uploaded).The value of annual turnover figures shall be brought to the
current value by enhancing the actual turnover figures at simple rate of 7% per annum.
(OM No. DG/SOP 2022/07 dated 09.11.2022)
(iii) Bidder 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 2023

(iv) Should have a Banker's Certificate from a commercial Bank for Rs 30 lakhs
OR
Net Worth certificate from CA with Unique Document Identification Number (UDIN) of
minimum Rs 7.50 lakhs (Scanned copy of original to be uploaded).

(v) Bidder should have bidding capacity equal to or more than the estimated cost of the
consultancy work put to tender i.e. 75 Lakhs.

Note-4: The bidding capacity shall be worked out by the following formula:

Bidding Capacity = {[AxNx1.5]-B} Where,

A = Maximum turnover in construction works executed in any one year during the last seven years
taking into account the completed as well as works in progress.
The value of completed works shall be brought to current costing level by enhancing at a
simple rate of 7% per annum.
N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments and ongoing works to be completed during the period of
completion of work for which bids have been invited.

8
AE(P) EE
2. Consultant, who is debarred by CPWD, Ministry of HUA and/or Ministry of Finance are not allowed to
participate till the debarment period is over and tender of such Consultant, if submitted will not be opened. An
undertaking is to be uploaded by the intending bidders as per Annexure E given in this document to this effect.

3. A pre-bid conference shall be held in the office of Superintending Engineer, Srinagar, CPWD, Ground Floor,
AG’s office Building Srinagar (J&K) on 19.12.23 at AM for clarifications relating to the work or bid
document, if any. The clarifications sought should be send to Executive Engineer, Srinagar Project, NIT
campus, Srinagar on email id eespdcpwd@gmail.com or before 4:00PM on previous day of pre-bid meeting.

4. The intending Bidder must read the terms and conditions of the CPWD-6 carefully. He shouldonly
submit his bid if he considers himself eligible and he is in possession of all the documents required.
5. This information and instructions for bidders posted on website shall form pay of bid document.
6. The bid 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 to be complied with and other
necessary documents can be seen and downloaded from website https://etender.cpwd.gov.in free of
cost.

7. 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 Insurance Surety Bonds, Account
Payee Demand draft or Banker’s Cheque or Fixed Deposit Receipts or/ and Bank Guarantee including
e- Bank Guarantee (for balance amount as prescribed) from any of the Commercial 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.
A part of earnest money is acceptable in the form of bank guarantee also. In such case,
minimum 50% of earnest money or ₹ 20 lac, whichever is less, shall have to be deposited in shape
prescribed above and balance may be deposited in shape of Bank Guarantee of any commercial bank
having validity for 90 days or more from the last date of receipt of bids which is to be scanned and
uploaded by the intending bidders.

The earnest money given by all the tenderers except the lowest tenderer shall be refunded
immediately after the expiry of stipulated bid validity period or immediately after acceptance of
the successful bidder, whichever is earlier.

8. Those bidders 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.

9. The intending bidder must have valid class III digital signature certificate with encryption key (combo
type) to perform any operations/transactions on the e-tendering portal / website and the bidder should
download and install the eMsigner on their system as per instruction available on download section of
https://etender.cpwd.gov.in
The intending bidders are required to update their profile in CPWD e- tender portal and to upload
their bids well in advance of last date of submission of Tender. Any issue related to updating
profile/uploading tender can be resolved through ERP help line no. 18001803286 or e-mail id
cpwd.support@techmahindra.com. The e- tendering bidders are also advised not to wait to raise any
issues till the last date of submission of bid in their own interest.
10. On opening date, the Bidder can login and see the bid opening process. After opening of bids, he will
9
AE(P) EE
receive the competitor bid sheets.
11. Bidder can upload documents in the form of JPG format and PDF format.
12. Certificate of Financial Turnover: At the time of submission of bid, bidder should upload affidavit/
certificate from CA mentioning his Financial Turnover of last 7 years or for the period as
specified in the bid document and in the format specified in this bid document. Further details if
required may be asked from the bidder after opening of technical bids. There is no need to upload entire
voluminous balance sheets.

13. Bidder must ensure to quote rate of each item. The column meant for quoting rate in figures appears in
yellow colour and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is left blank the
same shall be treated as “0”.
Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item shall be
treated as “0” (ZERO).
However, if a tenderer quotes Nil / Zero rates against each item in item rate tender, or does not
quote any percentage above/below on the total amount of the tender or any section / sub head in
percentage rate tender, the tender shall be treated as invalid and will not be considered as lowest
tenderer.

14. Eligibility cum Technical bid shall be opened first on due date and time as mentioned above. The time
and date for opening of financial bid of the bidders qualifying the Eligibility cum Technical bid shall be
communicated to them at a later date through notice on https://etender.cpwd.gov.in and by email.

15. Pre-bid conference shall be held in the office of Superintending Engineer, Srinagar, CPWD, Ground
Floor, AG’s office Building Srinagar (J&K) on 19.12.23 at 11:00 AM for clarifications relating to the
work or bid document, if any. The clarifications sought should be send to Executive Engineer, Srinagar
Project, CPWD J&K on email id eespdcpwd@gmail.com or before 4:00PM on previous day of pre-bid
meeting.

16. The department reserves the right to reject any prospective application without assigning any reason
and/or to restrict the list of qualifying bidders to any reasonable number deemed suitable by it, if too
many bids are received satisfying the laid down criterion.

17. Eligibility cum Technical bid shall be evaluated only of those bidder(s) who have uploaded all listed
mandatory documents in desired form and format. Bidders who fail to upload the requisite documents
are liable for rejection without assigning any reason.

18. Consultants / Bidders should upload documents as per below list of mandatory documents. Bidders
should not upload unnecessary details and documents which are not mandatorily to be uploaded like
company broachers, documents and photos of non-eligible works, unrelated registration and
appreciation letters to the firms. Such unnecessary document leads to confusion and difficulty in
evaluation of bid of the bidder. Competent authority for accepting this bid reserves the right to reject
bids which contains undesirable and uncalled documents.

10
AE(P) EE
List of Mandatory Documents to be scanned and uploaded by intending bidders within the
period of bid submission:

(A) For CPWD empanelled Architect/Consultants

i) Copy of registration/empanelment of bidder as Architect in CPWD in appropriate category.


ii) EMD as per NIT document
iii) Copy of receipt for deposition of original EMD as per format in Annexure B.
iv) Letter of Transmittal. Annexure A
v) Affidavit regarding blacklisting of firm as per Annexure E.
vi) Details of technical personnel to be deployed for this project (Team for this Project) as Per
Annexure J
vii) Curriculum Vitae (CV) for each Own Key Personnel provided in Annexure-J. (To Be Deployed
on TheProject) As Per Annexure J-1. Along with supporting documents.
viii) Undertaking (For Associate Firm/Individual). Annexure K
ix) Bidding capacity as per Annexure L
x) PAN card of bidder
xi) GST Registration Certificate, if already obtained by the bidder.
If the bidder has not obtained GST registration, then in such a case the bidder shall scan and upload
following undertaking along with other bid documents: “If work is awarded to me, I/we shall obtain
GST registration Certificate of the State, in which work is tobe taken up, within one month from the
date of receipt of award letter or before release of any payment by CPWD, whichever is earlier, failing
which I/We shall be responsible for any delay in payments which will be due towards me/us on a/c
of the work executed and/or for any action taken by CPWD or GST department in this regard”
xii) Integrity Pact signed by the bidder in the presence of a witness for works equal to or above the
threshold value given in Schedule-F.

(B) For Non-empanelled Private Architect/Consultants

i) Copy of EMD as per NIT document


ii) Copy of receipt for deposition of original EMD as per format in Annexure B.
iii) Letter of Transmittal. Annexure A
iv) Bankers certificate Annexure C
v) Certificate of Financial Turnover from CA & Profit/loss certificate from CA (Annexure D).
vi) Affidavit regarding blacklisting of firm as per Annexure E.
vii) List of eligible similar nature of works completed during the last 7 (seven) years ending last
day of themonth previous to the one in which tender is invited in Annexure F.
viii) For all eligible similar nature of works submitted, the copy of work order, scope of work, BOQ &
final bill paid
ix) Performance report of works (mentioned in Annexure-F) in Annexure F-1.
x) Organizational structure of consultancy firm as per Annexure-G.
xi) Details of completed works of providing architectural & services design as Per Annexure H,
along with supporting documents.
xii) Details of ongoing works of providing architectural & services design as per Annexure H-1,
along with supporting documents.
xiii) Details of technical personnel to be deployed for this project (Team for this Project), as Per
Annexure J
xiv) Curriculum Vitae (CV) for each Own Key Personnel provided in Annexure-J. (To Be Deployed
on TheProject) As Per Annexure J-1. Along with supporting documents.

xv) Undertaking (For Associate Firm/Individual). Annexure K


11
AE(P) EE
xvi) Bidding capacity as per Annexure L
xvii) Integrity Pact signed by the bidder in the presence of a witness for works equal to or above
the threshold value given in Schedule-F.
xviii) PAN card of bidder
xix) Copy of registration with Council of Architecture
xx) GST Registration Certificate, if already obtained by the bidder.
If the bidder who has not obtained GST registration, then in such a case the bidder shall scan and
upload following undertaking along with other bid documents:
“If work is awarded to me, I/we shall obtain GST registration Certificate of the State, in
which work is to be taken up, within one month from the date of receipt of award letter or
before release of any payment by CPWD, whichever is earlier, failing which I/We shall be
responsible for any delay in payments which will be due towards me/us on a/c of the work
executed and/or for any action taken by CPWD or GST department in this regard”

12
AE(P) EE
CPWD-6
NOTICE INVITING e-TENDERING

1. The Executive Engineer, Srinagar Project, CPWD, NIT Srinagar J&K on behalf of President of
India invites Online Percentage Rate bids from the CPWD empanelled Architects/Consultants
registered in appropriate category and eligible private Architect/consultant in Two Bid System for the
following work:

Name of Work: Development of sites of industries estates at Kashmir J&K.


(SH: Providing comprehensive consultancy services for preparation of
Masterplan, Concept & preliminary Architectural drawings, Detailed
Project Report)

2. Project Brief:
The SIDCO/SECOP of Dept of Industry & Commerce, Govt of Jammu & Kashmir is developing the
industrial estates at various locations in Kashmir for allotment to plots for industries. In this regard, the
sites are to be developed which primarily include development of road, drainage, sewerage, E&M
services, street lights, levelling of sites, common infrastructures like shopping complex, power stations
etc.
The details of all the industrial sites are as follows:

S.No Location Plot Area (kanal)


1 Seer Jagar Tulbal Sopore 428

2 Khrew JK Cement Pulwama 240

3 Barsoo, Ganderbal 60

Note: This information (tabulated above) is only indicative. The successful bidder
shall have to finalize his design based on inputs on functional requirement by Client
and Department.

3. The broad consultancy work under this bid for development of sites for industrial estates shall involve the
following:

i) Soil investigation and testing to access the bearing capacity of soil.


ii) Master Planning of the all industrial sites
iii) Concept, preliminary Architectural drawings with all essential amenities & services.

13
AE(P) EE
iv) DPR including preliminary estimates for Construction work i/c all civil & electrical
services
v) All relevant preliminary tender drawings
vi) Preliminary estimate of project

4. For detailed scope of work, please refer chapter “Terms of Reference and Scope of Work” of
this bid document.
5. Master Plan, Preliminary Architectural drawings and service drawings are to be made and got
approved from the client department and CPWD. Consultant may have to improve the preliminary
architectural and services drawings multiple times in terms of aesthetics, functionality,
orientation, space utilization etc. Based on the approved Preliminary drawings, consultant shall
prepare preliminary Estimate, etc for all components of works.

6. The bid document consisting of terms and conditions of the contract to be complied with and other
necessary documents can be seen on website https://etender.cpwd.gov.in .

7. 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.

8. Eligibility Bid:
Initial Criteria for Eligibility: Contractors who fulfill the following requirements shall be eligible
to apply. Joint ventures are not accepted

A) For CPWD empanelled Private Architects/Consultants registered in Category-I, II &


III as per Directorate General, CPWD O.M no. DG/Manual/2022/Misc./07 dated
30.12.2022, need not to submit the technical bid documents (only financial bid document
required). However Bidder should have bidding capacity equal to or more than the
estimated cost of the consultancy work put to tender i.e. 75 Lakhs.

B) Non empaneled consultant fulfill the following requirements shall be eligible for bidding
and will be required to submit both technical and financial bid documents. Joint ventures
are not accepted.
(i) The Consultant(s) should have satisfactorily completed similar work(s) during the
last seven years ending up to last day of the month previous to the one in which tenders
are invited as per the value of work(s) given below:
Three similar works having project cost of Rs. 60 lakhs
OR
Two similar works having project cost of Rs. 45 lakhs
OR
One similar work having project cost of Rs. 30 lakhs

Similar work shall mean “Comprehensive consultancy work for industrial


estates/Township/Residential or Office Complex having provision of preparing
preliminary Architectural planning/design, including road, drainage & sewerage,
Landscaping & E&M services etc”.
Note-1: The value of consultancy works (if required) shall be brought to current
costing level by enhancing the actual value of work at simple rate of 7% per
14
AE(P) EE
annum, calculated from the date of completion to previous day of last date of
submission of tenders.

Note-2: In case of work(s) done for private clients other than Central/State Govt.,Central
/State undertakings, they shall submit T.D.S. certificates (Form 26AS) issued by
Income Tax Dept

Note-3: Non-empanelled bidders shall submit atleast one work of comprehensive


architectural consultancy work of development of industrial estate of
Central/state Govt/PSUs or local bodies. This work can be either in list of
eligible similar work or separate work.

(ii) Should have had Average Annual Financial Turnover of Rs. 22.50 lakhs on
architectural consultancy work during the last three years ending 31st March 2023

(Scanned copy of Certificate from CA with Unique Document Identification Number


(UDIN) to be uploaded).The value of annual turnover figures shall be brought to the
current value by enhancing the actual turnover figures at simple rate of 7% per annum.
(OM No. DG/SOP 2022/07 dated 09.11.2022)
(iii) Bidder 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 2023

(iv) Should have a Banker's Certificate from a commercial Bank for Rs 30 lakhs
OR
Net Worth certificate from CA with Unique Document Identification Number (UDIN) of
minimum 7.50 lakhs (Scanned copy of original to be uploaded).

(v) Bidder should have bidding capacity equal to or more than the estimated cost of the work
put to tender i.e. 75 lakhs

Note: The bidding capacity shall be worked out by the following formula:

Bidding Capacity = {[AxNx1.5]-B} Where,

A = Maximum turnover in construction works executed in any one year during the last seven
years taking into account the completed as well as works in progress.
The value of completed works shall be brought to current costing level by enhancing at a
simple rate of 7% per annum.
N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments and ongoing works to be completed during the period of
completion of work for which bids have been invited.

9. Consultant, who is debarred by CPWD, Ministry of HUA and/or Ministry of Finance are not allowed to
participate till the debarment period is over and tender of such Consultant, if submitted will not be opened. An
undertaking is to be uploaded by the intending bidders as per Annexure E given in this document to this effect.

10. The intending Bidder must read the terms and conditions of the CPWD-6 carefully. He shouldonly
submit his bid if he considers himself eligible and he is in possession of all the documents required.
11. This information and instructions for bidders posted on website shall form pay of bid document.
12. The bid document consisting of specifications, the schedule of quantities of various types of items to
15
AE(P) EE
be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents can be seen and downloaded from website https://etender.cpwd.gov.in free of
cost.
13. 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 Insurance Surety Bonds, Account
Payee Demand draft or Banker’s Cheque or Fixed Deposit Receipts or/ and Bank Guarantee including e-
Bank Guarantee (for balance amount as prescribed) from any of the Commercial 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.
A part of earnest money is acceptable in the form of bank guarantee also. In such case,
minimum50% of earnest money or ₹ 20 lac, whichever is less, shall have to be deposited in shape
prescribed above and balance may be deposited in shape of Bank Guarantee of any commercial bank
having validity for 90 days or more from the last date of receipt of bids which is to be scanned and
uploaded by the intending bidders.

The earnest money given by all the tenderers except the lowest tenderer shall be refunded
immediately after the expiry of stipulated bid validity period or immediately after acceptance of
the successful bidder, whichever is earlier.

14. Those bidders 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.

15. The intending bidder must have valid class III digital signature certificate with encryption key (combo
type) to perform any operations/transactions on the e-tendering portal / website and the bidder should
download and install the eMsigner on their system as per instruction available on download section of
https://etender.cpwd.gov.in
The intending bidders are required to update their profile in CPWD e- tender portal and to upload
their bids well in advance of last date of submission of Tender. Any issue related to updating
profile/uploading tender can be resolved through ERP help line no. 18001803286 or e-mail id
cpwd.support@techmahindra.com. The e- tendering bidders are also advised not to wait to raise any
issues till the last date of submission of bid in their own interest.
16. On opening date, the Bidder can login and see the bid opening process. After opening of bids, he will
receive the competitor bid sheets.
17. Bidder can upload documents in the form of JPG format and PDF format.
18. Certificate of Financial Turnover: At the time of submission of bid, bidder should upload affidavit/
certificate from CA mentioning his Financial Turnover of last 7 years or for the period as
specified in the bid document and in the format specified in this bid document. Further details if
required may be asked from the bidder after opening of technical bids. There is no need to upload entire
voluminous balance sheets.

19. Bidder must ensure to quote rate of each item. The column meant for quoting rate in figures appears in
yellow colour and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is left blank the
same shall be treated as “0”.
Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item shall be
treated as “0” (ZERO).
16
AE(P) EE
However, if a tenderer quotes Nil / Zero rates against each item in item rate tender, or does not
quote any percentage above/below on the total amount of the tender or any section / sub head in
percentage rate tender, the tender shall be treated as invalid and will not be considered as lowest
tenderer.

20. Eligibility cum Technical bid shall be opened first on due date and time as mentioned above. The time
and date for opening of financial bid of the bidders qualifying the Eligibility cum Technical bid shall be
communicated to them at a later date through notice on https://etender.cpwd.gov.in and by email.

21. Pre-bid conference shall be held in the office of Superintending Engineer, Srinagar, CPWD, Ground
Floor, AG’s office Building Srinagar (J&K) on 19.12.23 at 11:00 AM for clarifications relating to the
work or bid document, if any. The clarifications sought should be send to Executive Engineer, Srinagar
Project, CPWD J&K on email id eespdcpwd@gmail.com or before 4:00PM on previous day of pre-bid
meeting.

22. The department reserves the right to reject any prospective application without assigning any reason
and/or to restrict the list of qualifying bidders to any reasonable number deemed suitable by it, if too
many bids are received satisfying the laid down criterion.

23. Eligibility cum Technical bid shall be evaluated only of those bidder(s) who have uploaded all listed
mandatory documents in desired form and format. Bidders who fail to upload the requisite documents
are liable for rejection without assigning any reason.

24. Consultants / Bidders should upload documents as per list of mandatory documents. Bidders should
not upload unnecessary details and documents which are not mandatorily to be uploaded like company
broachers, documents and photos of non-eligible works, unrelated registration and appreciation letters
to the firms. Such unnecessary document leads to confusion and difficulty in evaluation of bid of the
bidder. Competent authority for accepting this bid reserves the right to reject bids which contains
undesirable and uncalled documents.

25. The time schedule for carrying out the work will be 30 days.

26. The site for the work is available.

27. Earnest Money ₹ 1,50,000/- (drawn in favour of Executive Engineer Srinagar Project CPWD
Srinagar (J&K) shall be submitted in form of Insurance Surety Bonds, Account Payee Demand draft or
Banker’s Cheque or Fixed Deposit Receipts or/ and Bank Guarantee including e- Bank Guarantee (for
balance amount as prescribed) from any of the Commercial Bank 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 shall be scanned and
uploadedto the e-tendering website within the period of bid submission.

28. 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, CPWD (including NIT issuing EE) shall issue a receipt of deposition
of EMD to the bidder in a prescribed format uploaded with this NIT. This receipt shall also be scanned
and uploaded to the e-tendering website by the intending bidders upto the specified online bid
submission date and time.

17
AE(P) EE
A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum
50% of earnest money or Rs. 20 lacs, whichever is less, shall have to be deposited in shape prescribed
above, and balance may be deposited in shape of Bank Guarantee of any scheduled bank having
validity for 90 days or more after the last date of receipt of online bids which is to be scanned and
uploaded by the intending bidders.

29. Copy of all the other documents as specified in the NIT shall also be scanned and uploaded to the e-
Tendering website within the period of bid submission.

30. Online bid documents submitted by intending bidders shall be opened only of those bidders whose
EMD Deposited with any division office of CPWD and other documents scanned and uploaded are
found in order.

31. Eligibility cum Technical bid submitted shall be opened at 3.30 PM on 26.12.23. Date and time of
opening of financial bid shall be informed later on website https://etender.cpwd.gov.in and by email
to bidders qualified in Eligibility cum Technical bid.

32. The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if:

(i) The bidder is found ineligible.


(ii) The bidder does not deposit the original EMD with Division office of any Executive
Engineer,CPWD.
(iii) The bidders does not upload scan copies of all the documents (including GST Registration) as
stipulated in the bid document including the copy of receipt of 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 successful bidder in the office of tender
opening authority.
32. In the next stage, financial bids of only those bidders declared qualified in technical bid shall be
opened. Work shall be awarded to that qualified bidder whose financial bid is lowest.

33. The Bidder whose bid is accepted will be required to furnish Performance Guarantee of 5% (five
Percent) of the bid amount within 7 days of issue of letter of acceptance by the Engineer-in-
Charge.
This period can be further extended with late fee @ 0.1% per day of PG amount by the
Engineer-in-Charge up to a maximum period of 3 days on written request of the Bidder stating
the reason for delays in procuring the Performance Guarantee, to the satisfaction of the Engineer-
in- Charge. This guarantee shall be in the form of Insurance Surety Bonds, Account Payee
Demand Draft, Fixed Deposit Receipt or Bank Guarantee from any of the Commercial Banks in
accordance with the prescribed form. In case the Consultant fails to deposit the said performance
guarantee within the period as indicated above, including the extended period if any. The Earnest
Money deposited by the Consultant shall be forfeited automatically without any notice to the
Consultant. The earnest money deposited along with bid shall be returned after receiving the
aforesaid performance guarantee. The performance guarantee shall be valid at least two months
beyond the date of completion of consultancy work.

34. 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 (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.

18
AE(P) EE
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.
35. The competent authority on behalf of the President of India does not bind itself to accept the lowest
financial bid of consultant 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 Bidder shall be
summarily rejected.
36. Canvassing, whether directly or indirectly, in connection with bidders is strictly prohibited and
thebids submitted by the Bidders who resort to canvassing will be liable to rejection.
37. 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 Bidder shall be bound to perform the same at the rate quoted.
38. The Bidder shall not be permitted to Bid for works in the CPWD Circle (Division in case of Bidder of
Horticulture/ Nursery category) responsible for award and execution of contracts, in which his near
relative is posted a Divisional Accountant or as an officer in any capacity between the grades of
Superintending Engineer and Junior Engineer (all the inclusive), Senior Architect to Architect (all the
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 gazette 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 Bidder of this
Department.

39. No Architect/Engineer of Gazette rank or other Gazette Officer employed in


Engineering/Architecture or Administrative duties in an Engineering Department of the Government
of India is allowed to work as a Bidder for a period of one year after his retirement from Government
service, without the previous 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 had not obtained the permission of the Government of India as aforesaid before
submission of the Bid or engagement in the Bidder’s service.

40. The Bids (Technical as well as Financial Bid) for the work shall remain open for acceptance for a
period of 75 Days from the date of opening of Eligibility cum Technical Bids. If any Bidder withdraws
his or makes any modifications in the terms & condition of the tender which is not acceptable to the
department within 7 days after last date of submission of bids, then the Government shall without
prejudice to any other right or remedy, be at liberty to forfeit 50% of the earnest money absolutely
irrespective of letter of acceptance for the work is issued or not. If any tenderer withdraws his tender or
makes any modification in the terms & conditions of the tender which is not acceptable to the
department after expiry of 7 days after last date of submission of bids, then the Government shall
without prejudice to any other right or remedy, be a liberty to forfeit 100% of the earnest money
absolutely irrespective of letter of acceptance for the work is issued or not. In case of forfeiture of
earnest money as prescribed above, the Bidders19 shall not be allowed to participate in the rebidding
AE(P) EE
process of the same work.

41. This notice inviting bid shall form a part of the contract document. The successful bidder
/consultant, on acceptance of his bid by the Accepting Authority shall within 15 days from the
stipulated date ofstart of the work, sign the contract consisting of:-
The Notice Inviting bid, all the documents of Technical Bid and Financial bid including additional
terms and conditions, specifications, if any, forming part of the bid as uploaded at the time of
invitation of bid, documents of Technical bid uploaded by bidder and the rates quoted online at
the time of submission of bid and acceptance thereof together with any correspondence leading
thereto.

42. If any information furnished by the applicant is found incorrect/false at a later stage, he shall be
liable to be debarred from the Bidding/taking up consultancy works in CPWD.

Executive Engineer
Srinagar Project
CPWD, Srinagar

20
AE(P) EE
INTEGRITY PACT

To,
.......................................,
.......................................,
.......................................,

Sub:- NIT No. 08/SE/Srinagar/2023-24 for the work Development of sites of industries estates at
Kashmir J&K. (SH: Providing comprehensive consultancy services for
preparation of Masterplan, Concept & preliminary Architectural
drawings, Detailed Project Report)
Dear Sir,

It is here by declared that CPWD is committed to follow the principle of transparency,


equity and competitiveness in Public procurement.

The Subject Notice Inviting Bid in an invitation to offer made on the condition that the
Bidder will sign the integrity Agreement, which is an integral part of Bid
documents, failing which the Bidder will stand disqualified from the Biding 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

21
AE(P) EE
INTEGRITY PACT

To,

Executive Engineer
Srinagar Project CPWD
NIT Campus, Hazratbal Srinagar (J&K)

Sub: Submission of Bid for the work of Development of sites of industries estates at Kashmir J&K.
(SH: Providing comprehensive consultancy services for preparation of Masterplan, Concept
& preliminary Architectural drawings, Detailed Project Report)

Dear Sir,

I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated in
the Integrity Agreement enclosed with the Bid document.

I/We agree that the Notice Inviting Bid is an invitation to offer made on the condition that
I/We will sign the enclosed integrity Agreement, which is an integral part of Bid
documents, failing which I/We will stand disqualified from the Biding process. I/We
acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN UN-
CONDITIONAL 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 agr.ee that execution of the said Integrity Agreement shall be separate and distinct
from the main contract, which will come into existence when Bid is finally accepted by
CPWD. I/We acknowledge and accept the duration of the Integrity Agreement, which shall
bein 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 Bid, CPWD shall have unqualified, absolute and unfettered
right to disqualify the Bidder and reject the Bid is accordance with terms and conditions of the
Bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

22
AE(P) EE
To be signed by the bidder and same signatory competent / authorized 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, Srinagar Project CPWD


(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/firm/Company) through ..........................................................................
(Hereinafter referred to as the (Details of duly authorized signatory)

“Bidder/Consultant” and which expression shall unless repugnant to the meaning or context hereof
include its successors and permitted assigns)

Preamble

WHEREAS the Principal / Owner has floated the Tender (NIT No. ) (hereinafter referred to as
“Tender/ Bid”) and intends to award, under laid down organizational procedure,
contract for “Development of sites of industries estates at Kashmir J&K. (SH:
Providing comprehensive consultancy services for preparation of Masterplan,
Concept & preliminary Architectural drawings, Detailed Project Report)

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

AND WHEREAS to meet the purpose aforesaid all the 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 witnesses as under:

23
AE(P) EE
Article 1: Commitment of the Principal/Owner

1) The Principal/Owner commits itself to take all measures necessary to prevent corruption
andto 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 Bid, 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 Bid process, treat all Bidder(s) with equity and
reason. The Principal/Owner will, in particular, before and during the Bid process,
provide to all Bidder(s) the same information and will not provide to any Bidder(s)
confidential / additional information through which the Bidder(s) could obtain an
advantage in relation to the Bid process or the Contract execution.

(c) The Principal/Owner shall endeavor to exclude from the Bid 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)/Consultant(s)

1) It is required that each Bidder/Consultant (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 Biding process and throughout the negotiation or award of a
contract.

2) The Bidder(s)/Consultant(s) commits himself to take all measures necessary to prevent


corruption. He commits himself to observe the following principles during his participation
inthe Bid process and during the Contract execution:
a) The Bidder(s)/Consultant (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 Bid 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 Bid process or during the execution of the Contract.
b) The Bidder(s)/Consultant (s)will not enter with other Bidder(s)/Consultant (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 strict competitiveness or to
cartelize in the bidding process.
c) The Bidder(s)/Consultant (s) will not commit any offence under the relevant IPC/PC
Act. Further the Bidder(s)/Consultant(s) will not use improperly, (for the purpose of
24
AE(P) EE
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)/Consultant(s) of foreign origin shall disclose the names and addresses of
agents/representatives in India, if any. Similarly Bidder(s)/Consultant(s) of Indian
Nationality shall disclose names and addresses of foreign agents/representatives, if any.
Either the Indian agent on behalf of the foreign principal or the foreign principal directly
could bid in a Bid but not all the. Further, in cases where an agent participate in a Bid 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 Bid for the same
item.
e) The Bidder(s)/Consultant(s) will, when presenting his bid, disclose (with each Bid 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)/Consultant(s) will not instigate third persons to commit offences outlined
above or be an accessory to such offences.

4) The Bidder(s)/Consultant(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 the detriment of the Government interests.

5) The Bidder(s)/Consultant(s) will not, directly or through any other person or firm use
Coercive Practices (means the act of obtaining something, compelling an action 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 Biding process).

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)/Consultant(s)
and the Bidder/Consultant accepts and undertakes to respect and uphold the
Principal/Owner’s absolute right:
1) If the Bidder(s)/Consultant (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 bidder shall have powers to disqualify the Bidder(s)/Consultant(s) from the Bid
process or terminate/determine the Contract, if already executed or exclude the
Bidder/Consultant 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.
25
AE(P) EE
2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has
disqualified the Bidder(s)/Consultant(s) from the Bid 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/Consultant.

3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or


Consultant, or of an employee or a representative or an associate of a Bidder or Consultant
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/Consultant 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 Bid process.
2) If the Bidder/Consultant makes incorrect statement on this subject, he can be disqualified
from the Bid process or action can be taken for banning of business dealings/ holiday listing
of the Bidder/Consultant as deemed fit by the Principal/ Owner.

3) If the Bidder/Consultant 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.

Article 5: Equal Treatment of all Bidders/Consultants/Sub bidders

1) The Bidder(s)/Consultant(s) undertake(s) to demand from all sub bidders a commitment in


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

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

3) The Principal/Owner will disqualify Bidders/Consultants, who do not submit, the duly
signed Pact between the Principal/Owner and the bidder, along with the Bid or violate its
provisions at any stage of the Bid process, from the Bid process.

Article 6- Duration of the Pact

1) This Pact begins when all the the parties have legally signed it. It expires for the
Bidder/Consultant 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/Consultants, till the Contract has been awarded.

2) If any claim is made/lodged during26


the time, the same shall be binding and continue to be
AE(P) EE
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 Bid.
2) Changes and supplements need to be made in writing. Side agreements have not been made.

3) If the Bidder/Consultant 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 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.

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, all the the Parties agree that this Integrity Pact will have precedence over the Bid/Contact
documents with regard any of the provisions covered under this Integrity Pact.
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place
and date first above mentioned in the presence of following witnesses:

...............................................................

(For and on behalf of Principal/Owner)

.................................................................

(For and on behalf of Bidder/Bidder)

WITNESSES:

1. .............................................

(signature, name and address)

2. ...............................................

(signature, name and address)


Place: Srinagar

Dated 27
AE(P) EE
Chapter-2
CONDITIONS OF CONTRACT

28
AE(P) EE
CONDITION 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 Consulting firm,
together with the documents referred to therein including these
conditions, the specifications, 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 Bidder / Consulting firm 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 from CPWD


i.e., Executive Engineer Srinagar Project or his Successor thereof
who shall supervise and be in charge of the work and
who shall sign the contract on behalf of the President of India.
(vi) Government or Government of India shall mean the President of
India.
(vii) The terms Director General includes Special / Additional Director
General
(viii) Accepting Authority shall mean the Superintending Engineer,
Srinagar CPWD (J&K).

29
AE(P) EE
(ix) Excepted Risk are risks due to riots (other than those on account
of Consulting firm’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 consulting firms 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.
(x) Market Rate shall be the rate as decided by the Engineer-in-
Charge on the basis of the cost of materials and manpower
involved in the work is to be executed plus 15 (fifteen) percent
towards all overheads and profits.
(xi) Department/Employer means Central Public Works Department
(CPWD) which invites Bids on behalf of President of India.
(xii) a) Bids: It means the Technical and Financial proposal submitted
by the bidder.
b) Bid value means the Amount of Contract agreement as
stipulated in the letter of Acceptance.
(xiii) Date of commencement of work: The date of commencement of
work shall be 10th day from the date of issue of letter of
Acceptance.
(xiv) Client – Client means SIDCO/SECOP or
their representative.
(xv) Consultant/Consultancy firm: The successful bidder with whom
the contract agreement has been signed.
(xvi)Consultant/s- The agency appointed by CPWD for execution of
Consultancy works.
Note All Designations / Positions as defined above and elsewhere in
this bid document may be changed, in future, by orders of
Govt. of India which shall be applicable to this contract also.
Scope and 3. Where the context so requires, words imparting the singular only
Performance also include the plural and vice versa. Any reference to masculine
gender shall whenever required include feminine gender and vice
versa.

4. The consulting firms shall be furnished, free of cost one certified


copy of the contract documents, except CPWD standard
specifications, design codes (BIS, IRC, ASTM etc.) 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.

30
Addition /Deletion /Correction /Overwriting – Nil AE (P) SE 27
Works to be 5. The work to be carried out under the Contract shall, except as
carried out otherwise provided in these conditions, include all technical
expertise manpower, 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 assigned works.
The descriptions given in the professional fees shall, unless
otherwise stated, be held to include wastage on materials, carriage
and cartage, carrying and return of design calculation, discussions,
visits and all other man powers necessary in and for the full and
entire execution and completion of the work as aforesaid in
accordance with good engineering practice and recognized
principles as per the direction of Engineer-in-charge.

Sufficiency of 6. The Consulting firms shall be deemed to have satisfied himself


Bid before Biding as to the correctness and sufficiency of his Bid for
the works and of the rate quoted in the Schedule of Professional
fees, which rates and prices 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 7. The several documents forming the Contact are to be taken as
Adjustment of mutually explanatory of one another, detailed drawings being
Errors followed in preference to small scale drawing and figured
dimensions in preference to scale and special conditions in
preference to General Conditions.
7.1 In the case of discrepancy between Specifications, Design Codes,
Drawings, Manufacture Specifications, the following order of
preference shall be observed: -

(i) Description of Scope of Work in contract document.

(ii) Particular Specification and Special Condition, if any, in contract


document.
(iii) CPWD Specifications and CDO Guidelines
(iv) Design Codes (Order of preference - BIS, IRC, ASTM, EV Codes,
DIN Codes etc.)
(v) Manufacturers Specifications

(vi) As per direction of Engineer-in-charge.


7.2 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
consulting firms.

31
Addition /Deletion /Correction /Overwriting – Nil AE (P) SE 28
7.3 Any error in description or any omission there from shall not
vitiate the Contract or release the Consulting firms from the
execution of the whole or any part of the works comprised therein
according to codes, specifications, and drawings or from any of his
Obligations under the contract.
Signing of 8. The successful Bidder, on acceptance of his Bid by the Accepting
Contract Authority, shall, within 10 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
thereto.
(ii) Contract Form.

Note: No payment for the work done will be made unless contract is
signed by the consulting firms.
9 In case the lowest financial amount of two or more Bidders are
same, such Bidders will be asked to submit sealed revised financial
offer in the form of letter mentioning amount of Bid including all
sub sections/sub heads asthe case may be, but the revised amount
of bid quoted should not be higher than the amount quoted at the
time of submission of Bid.
In case any of such Bidders refuses to submit revised financial
offer, then it shall be treated as withdrawal of his Bid before
acceptance and 50% of earnest money shall be forfeited. If the
revised financial offer is again work out to be equal, the successful
bidder, among such Bidders, shall be decided by draw of lots in the
presence of Superintending Engineer, Srinagar CPWD.
10 The successful Bidder shall give a list of all the Gazettedand
non-Gazetted C.P.W.D. employees related to them.

32
Addition /Deletion /Correction /Overwriting – Nil AE (P) SE
((pp)
SCHEDULES

SCHEDULE ‘A’

Schedule of quantities, enclosed on separate sheet


SCHEDULE ‘B’

Schedule of materials to be issued to the contractor:


S.No. Description of Quantity Rates in figures & words at Place of issue
item which the material will be
charged to the contractor.
1 2 3 4 5
------------- NIL -------------

SCHEDULE ‘C’

Tools and plants to be hired to the contractor:


Sl. No. Description Hire charges per day Place of issue

1 2 3 4
------------- NIL -------------

SCHEDULE ‘D’

Extra schedule for specific requirements / documents for the work, if any. as per NIT

Reference to General Conditions of contract As per NIT documents

Name of work: Development of sites of industries estates at


Kashmir J&K. (SH: Providing comprehensive
consultancy services for preparation of Masterplan,
Concept & preliminary Architectural drawings,
Detailed Project Report)

Estimated cost of work:- 75 lakhs

(i) Earnest money:- 1,50,000/-

(ii) Performance Guarantee:- 5% of Tendered value

(iii) Security deposit :- 2.5% of tendered value

SCHEDULE ‘F’
1. General Rules & Directions: -
Officer inviting tender: Executive Engineer, Srinagar
Project, CPWD, Srinagar

33
Addition /Deletion /Correction /Overwriting – Nil AE (P) SE
2. Definitions:

2 (v) Engineer-in-Charge Executive Engineer, Srinagar


Project, CPWD, Hazratbal,
Srinagar

2 (viii) Accepting Authority Executive Engineer, Srinagar


Project, CPWD, Hazratbal,
Srinagar

2 (x) Percentage on cost of materials and


labour to cover all overheads and 15%
profits.
2 (xi) Standard schedule of Rates Delhi Schedule of Rates – 2023/Market
Rates amended upto last date of
submission of tender

2 (xii) Department C.P.W.D.

3 (i) Time allowed for submission of


Performance Guarantee, Programme
Chart (Time and Progress) and 04 days
applicable documents thereof from the
date of issue of letter of acceptance.

(ii) Maximum allowable extension with late


fee @ 0.1% per day of performance guarantee
amount beyond the period provided in (i)
above.

3 days

4. Authority for fixing compensation under


clause 2. SE, Srinagar, CPWD, Srinagar J&K

5. (i) Number of days from the date of issue of


letter of acceptance for reckoning date of 04 days
start

34
Addition /Deletion /Correction /Overwriting – Nil AE (P) SE
5(ii) Table: Time Schedule/Milestones for Activities of Consultant

Time required Total time (in Withheld amount


S. No. Activity forcompletion days) from for milestones (% of
of Activity (in dateof start accepted tendered
days) cost)
Submission of Reconnaissance Report,
Inception report, Identification of various
1.
components of work for working out cost
estimate, Preparation and submission of
Master plan for approval by Deptt. / Client. 1.0%
05 05
(Soft copy of digitized site survey plan will
be made available to the bidders by the
Deptt.)
Submission of corrected/modified Master
2.
plan, preliminary design calculation for all
component of works based on PAR for
building works and preliminary cum detailed
estimate for all other components of work
like drainage system, sewer system, STP,
road, W/S network, internal and external
electrical installations and working out
project cost based on the calculations and site
conditions complete as per scope of work and
direction of Engineer -in-Charge and
submission of preliminary estimate,
submission of all concept / Preliminary
Architectural Drawings, complete Design
calculations , Detailed Project Report (DPR)
as per scope of work defined in NIT along
with complete as per direction of Engineer-in-
Charge for approval by Deptt. and
submission of final DPR along with all
documents after approval of CPWD / Client as
per following schedule
a) Seer Jagar Tulbal Sopore 08 13 1.5%
b) Khrew JK Cement Pulwama 1.0%
05 18
c) Barsoo, Ganderwal
05 23 1.0%
3. Final DPR along with soil investigation report. 07 30 0.5%

5 (iii)Time allowed for execution of work : 30 days

35
Addition /Deletion /Correction /Overwriting – Nil AE (P) SE
5 (iv) Authority to decide:

(i) Extension of time EE, SP, CPWD J&K

(ii) Rescheduling of mile stones SE, Srinagar, CPWD, Srinagar J&K

(iii) Shifting of date of start in case of delay in EE, Srinagar, CPWD, Srinagar J&K
handing over of site

6. 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 50 lakhs

7. Component of labor expressed as percent of value of work = 75%

8. Specifications to be followed for execution of work CPWD Specification for works-


2019 Vol I & II with up to date
correction slips till last date of
submission of tender

09. Competent Authority for deciding reduced rates. SE/Srinagar/CPWD/Srinagar


J&K

10. List of mandatory machinery, tools & plants to be As per requirement of work and
deployed by the contractor at site. Direction of Engineer-in-Charge

11. Arbitration clause


(i) Conciliator ADG (Jammu)
(ii) Arbitrator Appointing Authority ADG (Jammu)
(iii) Place of Arbitration As decided by Arbitrator

Executive Engineer,
Srinagar Project, CPWD

36
Addition /Deletion /Correction /Overwriting – Nil AE (P) SE
GENERAL CONDITIONS

1. The work shall be carried out as per CPWD specifications for works-2019 Vol. I & II with up to date
correction slips upto last date of submission of tender, unless otherwise specified in the nomenclature of
individual item or in the specifications and special conditions. Where specifications are silent, the
decision of Engineer-in-Charge shall be final and binding on contractors. Road work shall be executed
as per latest MORTH specifications.

2. (i) The tenderer shall study carefully, the drawings, specifications, schedule of quantities and
conditions of the tender documents to fully appreciate the scope of work before quoting his rates. The
contractors are advised to get acquainted with the proposed work and its site and also study the
architectural Drawings, specifications and special conditions carefully before tendering. No claim of any
sort shall be entertained on account of any site conditions and ignorance of specifications and special
conditions.

(ii) The structural and architectural drawings shall at all times be properly correlated by contractor
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.

3. (i) Unless provided otherwise specifically elsewhere in agreement, the rates quoted by the contractor
shall be taken as net and inclusive of all required materials, manpower, tools & plants, machinery, all
taxes, carriage, stacking of material etc for execution of tendered item and nothing shall be paid on any
account.

(ii) The rates for items of work shall apply for all heights and depths, leads and lifts unless otherwise
specified in the agreement or specifications applicable to the agreement. If the agreement & CPWD
specifications are silent about applicability of extra rates for extra heights, depths, leads, lifts then the
tendered rates shall be considered as inclusive of all such parameters and nothing over & above
agreement rates shall be given. Decision of engineer-in-charge in this regard shall be final & binding.

4. Any damage done by the contractor to any existing work during the course of execution of the work and
damage occurred/visible to any existing work, during defect liability period after completion of work,
shall be made good by him at his own cost. The decision of engineer-in-charge regarding cause of
damage to existing structures, whether due to contractor or not, shall be final and binding.

5. The contractor shall submit a detailed programme chart of work as required in Schedule F and Clause 5
of GCC. Detailed programme should include all the mile stone, cash flow, material procurement,
manpower and machinery deployment. Program must show clearly the critical path to complete the
project in time.
The Engineer-in-Charge can modify the programme and the contractor shall have to work accordingly.
During review of work progress, Engineer in Charge can ask to modify the programme. Contractor shall
resubmit the modified programme within 07 days or earlier if required in NIT and/or GCC elsewhere.

6. The quantities of each item shall not be exceeded beyond the agreement quantities without prior written
permission of Engineer-in-Charge. Without written permission of engineer-in-charge, the work done by
contractor beyond agreement quantities shall be at his own risk and no compensation or payment for
such deviation shall be allowed or accepted.

7. Income tax as per Income tax rules, GST as per applicable rules, 1% Labour cess and 1% water charges
(wherever applicable), or any other taxes applicable will be recovered from the gross amount of the bill.
No reimbursement of any kind of taxes shall be made to contractor unless specifically provided
elsewhere in agreement.
37
Addition /Deletion /Correction /Overwriting – Nil AE (P) SE
8. The contractor shall make his own arrangements for obtaining electric connection, if required and make
necessary payments directly to the department concerned. No reimbursement of electrical expenditure
shall be made to contractor.

9. The contractor shall make his own arrangement for getting the permission for transport vehicles from
the traffic police.

10. No payment shall be made to the contractor for any damage caused by rain, snow fall, floods or any
other natural causes whatsoever during the execution of work. The damage caused to work shall have to
be made good by the contractor at his own cost and no claim on this account shall be entertained.

11. Other agencies may also simultaneously be executing the work of electrification, Horticulture or
external services and other building works for the same building alongwith this work. The contractor
shall afford necessary facilities for the same and no claim in the matter shall be entertained. The
contractor shall especially co-ordinate with the other agency carrying out his work.

12. Some restrictions may be imposed by the security staff etc. on the working and or movement of labour
and materials, etc, the contractor shall be bound to follow all such restrictions / instructions and nothing
shall be payable on this account.

13. The contractor shall take all precautions to avoid accidents by exhibiting necessary caution boards. He
shall be responsible for all damages and accidents caused due to negligence on his part. No hindrance
shall be caused to traffic during the execution of the work by storing materials on the road, VIP’s
corridor extra.

14. The contractor shall be fully responsible for the safe custody of the material issued or brought by him to
site for doing the work.

15. A) Order of Preference in Contract Conditions:


The order of preference in case of any discrepancy among agreement provisions shall be as the
following.
a. Nomenclature of item in Schedule of quantities.
b. Special conditions
c. Additional conditions
d. General conditions mentioned separately in NIT tender
e. CPWD Specifications 2019 Vol.-I & II amended upto last date of submission of teder
f. Indian Standard Specifications /BIS and other specification as mentioned in the respective items.
g. Issued architectural drawings, plans etc having “Good for Construction” (GFC)
h. Issued structural drawings having “Good for Construction” (GFC)
i. Decision of Engineer-in-Charge.

Any reference made to any Indian Standard Specifications and other specifications mentioned in the
respective items in these documents, shall imply to the latest version of that standard, including such
revisions / amendments as issued by the Bureau of Indian Standards up to last date of receipt of tenders.
The contractor shall keep at his own cost all such publications of relevant Indian Standards applicable to
the work at site.

38
Addition /Deletion /Correction /Overwriting – Nil AE (P) SE
16. The contractor shall clean the site thoroughly of scaffolding materials, rubbish, equipment left out of his
work and dress the site around the building to the complete satisfaction of the Engineer-in-charge before
the work is treated as completed.

17. Contractor shall be responsible for safe custody of all the test registers.

18. Contractor must submit theoretical consumption statement of materials as per CPWD specifications or
other agreement provisions, along with every running bill failing which the bill may not be passed and
paid, as decided by engineer-in-charge, whose decision in this regard shall be final and binding

19. The contractor and/ or his authorized representative should inspect the site order book every day and get
the compliance noted by the JE/ AE/ Engineer-in-Charge.

20. Due to Security reason the contractor shall have to arrange time table of labor according to the
requirement of security staff and the instructions of the Engineer-in-Charge. The contractor should see
the site before tendering.

21. The contractor shall be responsible for behavior and conduct of his worker. No worker with doubtful
integrity or having a bad record shall be engaged by the contractor.

22. The contractor shall take instructions from the Engineer-in-charge for stacking of materials. No
excavated earth or building materials etc. shall be stacked/ collected in areas where other buildings,
roads, services, compound walls etc. are to be constructed.

23. Any trenching and digging for laying sewer lines/water lines/cables etc. shall be commenced by the
contractor only when all men, machinery’s and materials have been arranged and closing of the
trench(s) thereafter shall be ensured within the least possible time.

24. The contractor or his authorized representative shall associate in collection, preparation, forwarding
and testing of such samples. In case, he or his authorized representative is not present or does not
associate him, the results or such tests and consequences thereon shall be binding on the contractor.

25. The contractor (s) shall give to the Municipality, Police and other authorities all necessary notices
etc. that may be required by law and obtain all requisite Licenses for temporary obstructions,
enclosures etc. and pay all fee, taxes and charges which may be leviable on account of these
operations in executing the contract. He shall make good any damage to the adjoining property
whether public or private and shall supply and maintain light and other illumination on for
cautioning the public at night.

26. The contractor shall take all precautions to avoid accidents by exhibiting necessary caution boards
day and night speed limit boards red flags, red lights and providing barriers. He shall be responsible
for all dangers and incidents caused to existing / new work. No hindrances shall be caused to traffic
during the execution of the work.

27. The contractor shall provide at his own cost suitable weighing surveying and levelling and
measuring arrangements as may be necessary at site for checking. All such equipment shall be got
calibrated in advance from laboratory, approved by the Engineer-in-Charge. Nothing extra shall be
payable on this account.
39
Addition /Deletion /Correction /Overwriting – Nil AE (P) SE
28. Contractor shall provide permanent bench marks and other reference points for the proper execution
of work and these shall be preserved till the end of work. All such reference points shall be in
relation to the levels and locations, given in the Architectural and plumbing drawings.

40
Addition /Deletion /Correction /Overwriting – Nil AE (P) SE
Chapter-3
The Project- Development of Industrial Estates for
SIDCO/SECOP, J&K

41
Addition /Deletion /Correction /Overwriting – Nil AE (P) SE
INTRODUCTION

1. The Central Public Works Department (hereinafter called the “Department”) has been assigned the
work of development of industrial estates of SIDCO/SECOP at Jammu & Kashmir including
services. Development of sites includes construction of roads, common facilities like offices,
shopping complex, services like drainage & sewerage, street lights, landscaping, Health Center
Bank Post office, Community Center etc. and related (civil and electrical) services etc.

2. The project consists of the 03 Nos. industrial sites of Kashmir. The details of the industrial sites are
tabulated below follows:

S. No.
Description Detail
Providing comprehensive consultancy services for preparation of
Masterplan, Concept & preliminary Architectural drawings, Detailed
1 Name of work: Project Report

1. Seer Jagir, Sopore


Location of
2 2. Khrew Pulwama
Project 3. Barsoo Ganderbal
Land is available.
3 Land
Industrial sites area :
1. Seer Jagir, Sopore = 428 kanals
2. Khrew Pulwama = 240 kanals
3. Barsoo Ganderbal = 60 kanals
Ambient
4 Temperature -10C to +35°C (approx.)
Range

Altitude Range
5 1580 mtr to 1615 mtr
(in m)

6 external approach road to site, Internal roads & path, drainage &
sewerage network, Health Center, Bank, Post office, Community Center,
shopping complex etc., related (civil and electrical) services and
List of development work of industrial sites, landscaping etc
amenities to be Note: Total plinth area of all the building is 3500 sqm (approx.)
provided
(INDICATIVE
ONLY).

3. Following points should be noted by the intending bidders:

i) The Dept of Industry & Commerce, Govt of Jammu & Kashmir through SIDCO/SECOP aim
to develop 03 Nos industrial sites at Sopre, Ganderbal & Pulwama. After development,
the intending industries shall be allotted plots here for setting up of their
factories/stores/warehouses etc. The industries will construct their facilities on its own.
SIDCO/SECOP shall only require to 42provide developed plots with all common services &
Addition /Deletion /Correction /Overwriting – Nil AE (P) SE
facilities. This development shall be done by SIDCO/SECOP through CPWD.
ii) The components/provisions and corresponding built-up area shown above is tentative &
shall be finalized jointly by client (SIDCO/SECOP), CPWD and the consultant keeping into
consideration functional requirement, mandatory by-laws & norms, sound practices & cost
factor etc. In case, there is increase in built-up area, the consultant will not be eligible to
get increase in the consultancy fee awarded to him/them for this work.
iii) Preliminary Architectural drawings and service drawings are to be made and got approved
by the client department (SIDCO/SECOP) or CPWD. Consultant may have to improve the
preliminary architectural and services drawings multiple times in terms of aesthetics,
functionality, orientation, space utilization etc. Based on the approved Preliminary drawings,
consultant shall prepare preliminary Estimate, etc for all components of works.
iv) The building(s) should be friendly to differently abled persons. The building so designed
should be adaptable to modifications and utilizable according to the needs of the long-
term plan.
v) The development control rules are to be addressed and then taken into consideration while
designing the building in the initial stage. The required internal & external services with
minimum cost, minimum maintenance and lowest consumption of energy, water &
electricity should be envisaged for the building.
vi) The buildings proposed to be developed should be amenable to latest systems
of construction technologies suitable and compatible with climatic and geographic
location of sites and fast track Construction whilst keeping in mind green material usage
and lower energy consumption in the proposed building.

Development Works to be included shall consist of following:

S.No. Works
1 External approach road, Internal Roads & paths
2 Stormwater drainage system
3 External & internal Water Supply Network
4 Sewer System & STP i/c effluent use & disposal
5 Ground Levelling work
6 Overhead tank, Underground Water Tank, Tube well.
7 Landscaping Work
8 Compound lighting
9 Solar Power Generation
10 Internal & external electrical installations i/c street lights, Electrical Supply
connection
11 Common facilities like bank, post office, toilets, shopping complex, community
center, pump room, etc
12 Boundary wall of site
13 Tree translocation/Plantation
14 E&M services like DG sets, Substation etc
15 Geotechnical/soil investigation of site

43
Addition /Deletion /Correction /Overwriting – Nil AE (P) SE
CHAPTER-4

TERMS OF REFERENCE AND SCOPE OFWORKS

44
Addition /Deletion /Correction /Overwriting – Nil AE (P) SE
1. General
The successful bidder along with his associates will be required to design the buildings,
roads and services, as an expert, to achieve the performance of the industrial site and
systems at each site in accordance with the requirements of Client and in accordance with
various national/international codes within the constraints of the site.
The broad scope of the consultancy work shall be as follows:

1.1 All geotechnical investigations of 08 bores depth upto 10 to 15 meters at each site to
ascertain the required bearing capacity of the soil and all such surveys, investigation and
tests (whether field test or laboratory test) required for design of the Industrial sites and
its associated services, shall be carried out by the consultant, at his own cost. The type
and extent of such investigations naturally depend on the technologies offered by the
expert consultants and therefore will be part of the comprehensive design strategy.
1.2 The entire scope of the consultancy services shall be completed in 30 days.
1.3 The consultant must design the facilities keeping in view the conservation of Energy.
1.4 The consultant must strive to maximize the ratio of Renewable (Non-conventional)
Energy use to Non-renewable (Conventional) Energy use in his designs, with a goal to
achieve self- sufficiency in captive power generation (renewable plus non-renewable),
while achieving cost optimality of designs, at each location. The consultant must
consider in his designs, the use of solar energy or any other form of renewable energy
feasible - as per the location of site.
1.5 The scope of consultancy services is deemed to include to ascertain the feasibility of
utilizing non- conventional sources of Energy like solar for electricity generation and
space heating purposes and shall prepare the designs and drawings for the system for
utilization of above renewable energy according to techno-economic feasibility which
will be site specific.
1.6 The scope of consultancy services is also deemed to include submission of
preliminary design & drawings of Internal and External water supply, stormwater
drainage, Internal and External Internal and External roads & paths, sewerage system,
Electrical Installation, fire alarm and fire-fighting systems, Lifts, Substation
equipment and SLD, DG Power Backup, UPS, Solar Photo Voltaic Power Generation
System, Solar Water Heating System, CCTV System for Internal & External Areas of
all the buildings, as per latest CPWD General Specification for Electrical Works and
Indian Electricity Rules amended upto date.
1.7 The Architectural and Services design for the plot and buildings, shall be done in
accordance with Indian (or International) Standards as decided by the Department so as
to deliver safe, thermally and acoustically comfortable, aesthetically acceptable, having
Lux levels as per CPWD General Specification for Electrical Works, economical in use
(in construction and operation) & environment friendly industrial sites. The design
and specifications of the buildings shall be suitable forthe site and fit for purpose.
1.8 The water supply and storage (including methodology for keeping the water in
liquid state through out of the year), sewerage, waste disposal, solar photo voltaic
systems, diesel electricity generators, Internal and External Electrical Installation,
heating and ventilation, Geothermal energy utilization system, and all such similar
services required to achieve the objectives of construction and operation of the

45
buildings are required to be designed as per Indian/International Codes and as per
site requirements and their designs & drawings prepared.
1.9 The industrial sites are required to be designed to be based on energy efficient and
their dependence on external grid for their energy demand should minimize. Thus,
tapping of renewable energy sources shall be explored as much as possible depending
of site feasibility and their cost.
1.10 The Consultant shall prepare all necessary Specifications, Preliminary cost for
carrying out the work through EPC contract(s).
1.11 The drawings and specifications shall be got approved from the department by the
Consultant.
1.12 The consultancy work shall include planning, design and drawings of mainly following
heads:

S.No Works
.
1 External approach road, Internal Roads & paths
2 Stormwater drainage system
3 External & internal Water Supply Network
4 Sewer System & STP i/c effluent use & disposal
5 Ground Levelling work
6 Overhead tank, Underground Water Tank, Tube well.
7 Landscaping Work
8 Compound lighting
9 Solar Power Generation
10 Electrical Supply connection
11 Common facilities like bank, post office, toilets, shopping complex,
community center, pump room, etc
12 Boundary wall of site
13 Tree translocation/Plantation
14 E&M services like DG sets, Substation etc

2. TERMS OF REFERENCE

2.1. General
The drawings and documents shall be submitted by the consultant in the
format/template/scale mentioned in this document or as found necessary for the project
and /or required by Department/Statutory Authority. The selected firm is expected to
render comprehensive services for Architectural Design & Drawings, Service drawings,
power generation calculation (renewable and non-renewable) systems for the industrial
sites. Any or all services not specifically mentioned therein but required for proper and
successful completion of the project in accordance with the international/domestic
standards shall be proposed by the consultant considering the overall cost and time

46
framework of the project. The consultant is expected to design the project in such a way
that the mix of renewable to total energy consumed is maximum, while achieving cost
optimality.

2.2. Soil investigation


All geotechnical investigations of 08 bores depth upto 10 to 15 meters at each site to
ascertain the required bearing capacity of the soil and all such surveys, investigation and
tests (whether field test or laboratory test) required for design of the Industrial sites and its
associated services, shall be carried out by the consultant, at his own cost. The type and
extent of such investigations naturally depend on the technologies offered by the expert
consultants and therefore will be part of the comprehensive design strategy.

2.3. Master Planning and design of Industrial sites


The consultant is required to meet with Department/Client in Srinagar, immediately
after award of consultancy work to assess the exact requirement of Department/Client
for preparation of comprehensive Master plan of industrial sites. On finalization of
requirements of client and department the consultant shall incorporate following
minimum provisions in the Master plan for the entire industrial sites:
a. Layout of external approach road, internal roads & paths, buildings proposed.
Consultant will also propose road/path layout & sections, plinth area and
buildings that can be constructed based on permissible space and other local body
J&K unified building byelaws 2021 and latest NBC & AICTE norms, including
parking covered and opened,, internal roads and pathways, electrical poles and
lines, green areas, plantation, drainage lines, sewerage lines and water supply
scheme
b. Carry out site evaluation and prepare site zoning and to propose various options for
layout of the proposed plots, their linkages in consultation with Department /
Client etc.
c. Layout and Comprehensive Landscape Plan. On approval of Master Plan
consultant is required to prepare Grading Plan, Landscape Details, Irrigation
Plan including plantation plan etc.
d. Layout of building blocks, structures and Amenities as mentioned above for
Industrial sites. Consultant may further add the amenities required for smooth
functioning of the Centers as per suitability or client or Department.
e. Design & detailing of Main Gate Complex- this should be an impressive entry
with grand size, local architecture, etc. and Boundary Wall, Internal
roads/walkways/ footpaths/street lights.
f. Design & drawings of all external Civil and Electrical Services, etc.
g. Horticulture details as per landscape plan i.e. details of plants/trees proposed and
location thereof.
h. A detailed document inclusive drawings for the concept planning for preparation
of Master plan and Layout Plan shall be prepared with best practices available
in the global market.
i. The Consultant shall prepare the plan as per the local Bye Laws. The planning
shall be carried in the terms of specifications of latest additions of Bureau of Indian

47
Standards (BIS) Codes, National Building Code and CPWD Disability Act
Guidelines and in compliance to various other approvals in India.
j. Preparation of plans to be in 1:200 or any other scale as per prior approval of the
Engineer-in- Charge.
k. The Master plan should possess features and forms of proposed buildings and
other feature of the industrial sites.
l. The master plan should be cost effective in construction cost.
m. The master plan should be gel with local topographical features and climatic
conditions of the site. The master plan should incorporate features for
conservation of water and energy in the industrial sites and recycling of available
resources.
n. The master plan should be such that it facilitates smooth and easy interaction
between different functional zones/units of the site.

Note: The proposed master plan, as per above guidelines, prepared by the
consultant then need to approve from the client or Department. In this process
consultant may require to revise the master plan multiple times as per requirement
of Client or Department. Further, consultant may require to give a presentation
before the client or Department to finalize the master plan of the industrial sites.
2.4. Architectural Planning and design
i. Consultant shall be required to Interact with Department/Client and assess the exact
requirement of Department/Client for different building blocks for complete
Architectural Design of proposed industrial sites of Industrial sites.
ii. The Architectural & Interior plans/designs shall incorporate/meet following minimum
provisions:

(a) Meet the functional needs including requisite capacity of occupation.


(b) Planning of all civil and electrical services including firefighting and air
conditioning, acoustics, interiors, furniture, Heating etc.
(c) Should be energy efficient and comply ECBC 2020 norms.
(d) Should also incorporate local architectural features, materials, art and in the
proposed design.
(e) Should be cost effective in construction cost.
(f) Should be gel with local topographical features and climatic conditions of the site
i.e. solar passive design for utilizing the maximum sun’s heat energy. It
includes features like south facing buildings, size of windows and opening as
per Sun’s movement, etc.
(g) 3D Views and Walk Through

I. Preparation of colored 3D views of important buildings of the industrial sites as


per requirement of client or department.

II. Consultant shall prepare a 3D- Walk Through for the industrial sites. The
duration of Walk through shall be at least 3 min for the industrial sites.

48
III. Consultant shall prepare a 3D- view for all the roads & buildings of the
industrial sites. The quoted cost of the bidder shall be inclusive of this cost
and nothing extra shall be paid on this account.
(h) Should have provision for recycling and conservation of water, wastes and
available resources.
I. The Consultant shall prepare the drawings as per the local Bye Laws and
NBC norms.
II. The architectural design shall be carried in the terms of specifications of
latest additions of AICTE norms, CPWD norms, National Building Code
norms, BIS Codes and CPWD Disability Act Guidelines etc.
III. Preparation of Building wise Floor plans, Elevations and Sections to be in 1:
200 or 1: 100 or any other scale as per prior approval of the Engineer-in-
Charge.

2.5. Energy Efficiency Requirements:

i. The required internal & external services with minimum cost, minimum
maintenance and
lowest consumption of energy, water & electricity should be envisaged for the building.
ii. Usage of Sustainable Planning criteria to develop a green building is proposed so
as to complystandards equivalent to at least ECBC 2020 rated building.
iii. The buildings will set new standards in energy efficiency adapted to the cold
climate region. The building shall be design as per requirement of cold climate
building. The inside of building should achieve a thermal comfort i.e. 20˚C and
above internal temperature when the outside temperature falls below -8˚ C.
iv. They shall integrate energy conservation, enable water and waste recycling, and
reduce embodied energy to achieve life cycle advantages.
v. The building proposed to be developed should be amenable to latest systems of
construction technologies for enabling repeatability and fast track Construction whilst
keeping in mind a green material usage and lower energy consumption in the
building.
2.6. Geotechnical Testing
The consultant shall provide the testing protocol to fulfil the purpose as defined in this
Chapter to provide the design inputs. All laboratory testing is to be done at NABL
accredited labs, unless otherwise relaxed by the Engineer-in-Charge for specific tests
and specific locations. All tests shall be conducted as per relevant IS/IRC Indian and
international standards. In case of non- availability for certain tests permission of
Engineer-in-Charge for waiver of condition of NABL accredited lab shall be taken.
Testing includes, but is not limited, determining the geological and engineering
properties of the subsoil, availability of water in underground aquifer, depth of water
table, etc. The depth of exploration would be as per relevant Indian standard and IRC
codes. The soil properties are required for classification of soil, soil engineering
properties including safe bearing capacity of soil, and for other design inputs. At
least 8 nos. bore depth upto minimum 10 metre and upto refusal with Standard

49
Penetration Tests (SPT) or DCPT, as per soil conditions, are required to be done,
covering the areas where the buildings/services are planned to be located.
In case a rock is encountered within the depth of exploration at the time of doing
SPT/DCPT, Rock Quality Designation (RQD) Test will have to be carried out as per
relevant IS codes, in lieuof that SPT or DCPT.
2.7. Solar Energy
The Consultant shall estimate the Solar energy utilization potential for power
generation for each industrial sites and if found feasible a proposed model to harness
solar energy potential shall be given. The consultant is required to calculate the load
requirement, collect solar resource data as per available resources (solar irradiance).
The design, details, capacity calculations, drawing etc. for system and its
components relevant for cold climate design including but not limited to the
following shall be provided:

Solar PV panels
Inverter
Charge Controller
Structure for Solar PV panels
Foundation
Battery and it’s Storage System
Space provision for the system in the layout drawing
Costing of complete system.

2.8. HVAC System:

The Consultant shall design and prepare estimate for Space Heating and Hot water
requirement for each site and a proposed building to integrate the renewable energies
like solar energy. The design, details, load calculations, capacity calculations,
drawing etc. for system and its components relevant for cold climate design and
submit the costing of complete system
2.9. Services and Miscellaneous Works
Design and drawings of all the services (as per requirement of the building) like water
supply/plumbing sanitary design, sewerage system, rainwater drainage & conservation,
disabled friendly corridors, Signage, Landscaping, Fire Alarm & firefighting, LAN &
Wi-Fi Networking System, IP-ABX, Emergency Lighting & Exit Signage System,
HVAC, Lifts, Exterior and interior lighting Internal Electrical Installation, Landscape,
Electric substation, UPS, Power supply & Distribution system, DG Set for essential
load, energy efficient building design, disable friendly building design, CCTV system
for internal & external areas, Solar Photo Voltaic Power Generation System, Solar
Water Heating System, Hydro pneumatics Water Supply System, Lighting
Automation using Occupancy & daylight sensors; Audio-Video Conferencing System,
Display/Smart Screens, Access Control System, Automatic Boom Barriers & Popup
Bollards for required/essential areas etc. and all essential services required for industrial
sites.

50
2.10. Specifications
I. Submission of details of doors, windows, civil and electrical fittings & fixtures,
flooring types & patterns, painting details and other finishing item details.
II. Submission of Technical Specification for civil works, electrical works / services/
equipment’s, furniture, furnishing etc. for all items.
III. Submission of preliminary of estimate and tendered drawings of project for tendering

2.11. List of deliverables by the consultant


2.13.1. Reports
2.13.2. Estimates
2.13.3. Layout & Preliminary Drawings with design
2.13.4. Master plan
2.13.5. DPR

2.12. Reconnaissance Survey for the site. This report shall consist of:
Location of site.
Area available at site.
Land classification and land use.
Weather data relevant for design such as temperature, rainfall and snowfall data, wind
direction and velocity at feasible height along with exploiting potential, ,LP solar
irradiance data, etc.
Water table data after local inquiry (To be confirmed in DPR after geo-physical test).
Surface &sub-surface sources of water in or near site from local enquiry and visit.
Existing facilities/structures at site.
Depth of snow at site from local inquiry
Any other data required for designing and planning of the project that can be
collected from secondary data sources or early tests.
2.12.2 Geotechnical test –Standard Penetration Test (SPT) or DCPT as per relevant IS
codes at the building locations-minimum 08 nos.. Wherever refusal is encountered
in SPT or DCPT and substantial rock mass is seen, Rock Quality Designation
(RQD) shall be carried out as per relevant IS codes. Also the soil sampling for
laboratory testing to obtain the required index and engineering properties essential
for design shall be done all as per relevant IS codes.

2.13 Submission of Drawings:


The consultant will also have to provide all approved preliminary drawings and site
master plan and DPR. The consultant will require to get the site master plan and
preliminary drawings, DPR approved from the CPWD and client department i.e.
SIDCO/SECOP.

2.13.1 Inception Report- 1 No.


An inception report shall be prepared for all the industrial sites and shall constitute of
the following:
i. Project appreciation and methodology to meet the requirements of TOR.

51
ii. Approved Site master plan and layout for site showing the buildings and
services, approved preliminary architectural drawings with roads,
drainage, sewerage, water supply, floor plans, elevation, and Section.
iii. Services (as mentioned above in this chapter) concept plan including detail of
technologies used (renewable energy technology) along with the potential
for renewable energy use at all the industrial sites site,
iv. Total energy consumption for each site, renewable/total energy ratio
proposed for industrial sites site and clearly bringing out the various
renewable energy usage possibilities and constraints for each site,
v. Arrangement for water heating (to maintain water in liquid state throughout the
year)
vi. Scheme for solid waste disposal (STP/ biodigester for extreme cold climate)
vii. Concept Plans, Design Details, Inventory & BOQ with Technical Data Sheets
for different civil and E&M services such as roads, drainage, sewerage,
Heating, Ventilation, Energy storage, Fire alarm and Fire fighting and other
services as mentioned in tender document.

Note: Drawing submitted by the consultant for all the buildings, masterplan of
the industrial sites may be used by the CPWD, client department for further
calling the tender for this project in EPC mode and these drawing shall be part
of the drawings for the project. No additional payment shall be made to the
consultant for using these drawings

2.13.2 Design Reports


Design basis for all systems including roads, paths, stormwater drain, sewerage,
STP, External & Internal water supply system, buildings, rainwater harvesting,
architectural, solar, geothermal, heating, insulation, ventilation, etc., clearly
outlining, inter alia, the design objectives, the concepts applied and methodologies
used, design assumptions, load calculations, electrical load calculation, heat load
calculation, capacity calculation of DG Set, PV Module/ solar power, geothermal
power, boiler, inventory of electrical & mechanical installations, LAN wiring,
Projector & Multimedia, Stage lighting, public address & sound system, Lifts,
Exterior and interior lighting Internal Electrical Installation, Electric substation,
Power supply & Distribution system, acoustics, furniture &furnishing, stage work,
energy efficient building design, disable friendly building design, CCTV system
etc. and all essential services as mentioned anywhere in tender document required
for all the industrial sites for its Operation and satisfactorily completion of
project design calculations, relevant drawings, etc.
2.13.3 Detailed Project Report
The Detailed Project Report shall consist of:
i. Executive summary
ii. Inception report
iii. Test reports
iv. Design Reports
v. Estimated time of completion of work as per weather conditions.

52
vi. Abstract of estimates
vii. All preliminary drawings

2.14 Estimates- For the development of industrial sites


The preliminary cum detailed estimate for the development of industrial sites in major
heads such as civil, electrical, HVAC, fire alarm &fire-fighting system, DG Set,
Solar, rain water harvesting systems, development, services like sewer/STP,
rainwater harvesting, internal & external water supply system and all services
mentioned in this chapter, contingency etc. This shall be prepared on the basis of
approved preliminary architectural drawings, latest Plinth Area Rates (PAR), CPWD
analysis of rates, Specification taken and market rates wherever applicable. However,
quotations for Market Rates of various items, specifications etc. for non-schedule
items as per the prescribed format of CPWD for formal approval. It shall also take
into account any site-specific requirements which have a financial implication on
overall cost of the project. Any expenditure on services, statutory payments to local
bodies/fire/district/forest authorities shall also be included in the general abstract of
cost of the project.
2.15 Drawings:

All drawings related to industrial sites shall be submitted to CPWD after approval of
the competent authority including all revisions. The drawings shall include:
1. Master layout plan of site along with Comprehensive Landscape Plan, 3-D
Models.
2. Architectural drawings.
3. Services detailed drawings including roads, sewer, drainage, water supply
Plumbing, electrical, mechanical, heating systems
4. Waste water management system drawings
5. Space heating systems drawings.
6. Fire detection and fire alarm system drawings, Layout of equipments like DG
Set, Solar PV Module, Boiler, Heat exchanger, and other E&M services as
mentioned anywhere in tender document, including internal electrical layout.
The Consultant shall supply 8 (Eight) sets of drawings and 1 (one) soft copy for site
to the Department. S ets of drawings will be supplied in A2 size for hostel building
and other and residential qtrs in A3 size. Drawings shall be prepared on AUTOCAD.

2.17 Ownership of the Documents, Designs and Drawings


All copyright and other proprietary rights in the Consultancy works under this contract
shall vest and stand assigned to Department and Department shall consequently own,
absolutely and exclusively on a worldwide basis, the whole of property rights, title and
interest including all copyright in the works, present or future, vested or contingent,
generally and without limitation, for
the whole term of the copyright, including the right to modify and/or make any
alterations to the works and all the above rights shall not lapse even if such rights are not

53
exercised by Department during the term of the copyright and the Consultant shall be
required/obliged to execute any deeds/documents, as may be required or considered
necessary, by Department to give effect to and secure the abovementioned rights of
Department in the Works. For the purpose of this clause, the term “Works” shall
include all “works” covered by the copyright Act 1957 including the design or
documents prepared by the Consultant at the inception of, during the course of and until
the completion of the Project and also includes any work created directly or indirectly in
the performance of the obligations of the Consultant in connection with the Project.

The Consultant shall not use or allow anyone to use these drawings, designs, documents
and software during and after the execution of this contract without the prior written
permission of Department and any such act without the permission of Department shall
constitute violation of Intellectual Property Rights.
Even in the event of stoppage / cancellation of the selection process, all documents
/designs/ drawings submitted by the Bidders to Department on or before the cancellation
of the selection process shall become the property of Department and the Bidders shall
have no claim on such documents/design.

54
PART- II
TECHNICAL BID & FINANCIAL BID

55
AE (P) EE
Chapter-5
Initial Eligibility

56
AE (P) EE
Initial Eligibility

1. General:

Letter of transmittal and forms for deciding eligibility are given in this document.

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 deliberately suppressing the information may result in the Bid being summarily disqualified. Bids
made by telegram or telex and those received late will not be entertained.

The Bid should be type-written. The Bidder should sign each page of the application.

Overwriting should be avoided. Correction, if any, should be made by neatly crossing out, initialing, dating
and rewriting. Pages of the eligibility criteria document are numbered. Additional sheets, if any added by
the consultant, should also be numbered by him. They should be submitted as a package with signed letter
of transmittal.

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 Director of Firm or his authorized signatory or equivalent.

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 submission of eligibility criteriadocument unless it
is called for by the Employer.

The department reserves the right to verify the credential submitted in respect of initial eligibility criteria
before opening of Technical Bid.

Any information furnished by the Bidder found to be incorrect either immediately or at a later date, then
the present bids would be cancelled & amount due to bidder EMD/PG/SD shall be forfeited & this
false information would render him liable to be debarred from Bidding/taking up of work in CPWD.

2. Definitions:
In this document the following words and expressions have the meaning here by assigned to them.
“Year” means “Financial Year” unless stated otherwise.

“Employer” means the President of India, acting through the Executive Engineer Srinagar CPWD

“Bidder” means the individual, proprietary firm, firm in partnership, limited company private or
publicor corporation.

3. Method of application:
If the Bidder is an individual, the application shall be signed by him above his full type written name and

57
AE (P) EE
current address.

If the Bidder is a proprietary firm, the application shall be signed by the proprietor above his full typewritten
name and the full name of his firm with its current address.

If the Bidder is a firm in partnership, the application shall be signed by all the partners of the firm with
their full typewritten names and current addresses, 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 all the cases a certified copy of the partnership deed and current address of all the partners of the firm
should accompany the application.

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. Final decision-making authority.

The CPWD 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 Bidder.

5. Particulars provisional

The particulars of the work are provisional. They are liable to change and mustbe considered only
as advance information to assist the Bidder/Consultant.

6. Site visit

Intending Bidders are advised to inspect and examine the sites 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, Local bodies clearance, 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 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 consultancy
work.

7. Initial Eligibility Criteria


The bids for the work of “Development of sites of industries estates at Kashmir J&K. (SH:
Providing comprehensive consultancy services for preparation of Masterplan, Concept &
preliminary Architectural drawings, Detailed Project Report)” are being invited in a Two-
bid system consisting of Technical Bid and Financial Bid.
58
AE (P) EE
1. Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures are not
accepted

A) For CPWD empanelled Private Architects/Consultants registered in Category-I, II & III


as per Directorate General, CPWD O.M no. DG/Manual/2022/Misc./07 dated
30.12.2022, need not to submit the technical bid documents (only financial bid document
required). However Bidder should have bidding capacity equal to or more than the estimated
cost of the consultancy work put to tender i.e. 75 Lakhs.

B) Non empaneled consultant who fulfill the following requirements shall be eligible for bidding
and will be required to submit both technical and financial bid documents. Joint
ventures are not accepted.
(i) The Consultant(s) should have satisfactorily completed similar work(s) during the last
seven years ending up to last day of the month previous to the one in which tenders are
invited as per the value of work(s) given below:
Three similar works having project cost of Rs. 60 lakhs
OR
Two similar works having project cost of Rs. 45 lakhs
OR
One similar work having project cost of Rs. 30 lakhs

Similar work shall mean “Comprehensive consultancy work for industrial


estates/Township/Residential or Office Complex having provision of preparing
preliminary Architectural planning/design, including road, drainage & sewerage,
Landscaping & E&M services etc”.
Note-1: The value of consultancy works (if required) 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.

Note-2: In case of work(s) done for private clients other than Central/State Govt.,Central
/State undertakings, they shall submit T.D.S. certificates (Form 26AS) issued by
Income Tax Dept

Note-3: Non-empanelled bidders shall submit atleast one work of comprehensive


architectural consultancy work of development of industrial estate of
Central/state Govt/PSUs or local bodies. This work can be either in list of
eligible similar work or separate work.

(ii) Should have had Average Annual Financial Turnover of Rs 22.50 lakhs on architectural
consultancy work during the last three years ending 31st March 2023
(Scanned copy of Certificate from CA with Unique Document Identification Number
(UDIN) to be uploaded).The value of annual turnover figures shall be brought to the
current value by enhancing the actual turnover figures at simple rate of 7% per annum.
(OM No. DG/SOP 2022/07 dated 09.11.2022)
(iii) Bidder Should not have incurred any loss (profit after tax should be positive) in more than two years
during the last five years ending59
31st March 2023
AE (P) EE
(iv) Should have a Banker's Certificate from a commercial Bank for Rs 30 lakhs
OR
Net Worth certificate from CA with Unique Document Identification Number (UDIN) of minimum
Rs 7.50 lakhs (Scanned copy of original to be uploaded).

(v) Bidder should have bidding capacity equal to or more than the estimated cost of the
consultancy work put to tender i.e. 75 Lakhs.

Note-4: The bidding capacity shall be worked out by the following formula:

Bidding Capacity = {[AxNx1.5]-B} Where,

A = Maximum turnover in construction works executed in any one year during the last seven years taking
into account the completed as well as works in progress.
The value of completed works shall be brought to current costing level by enhancing at a simple rate of
7% per annum.
N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments and ongoing works to be completed during the period of
completion of work for which bids have been invited.

8. At the time of submission of bid, consultant/ firm must upload affidavit/certificate from CA mentioning
financial turnover (Gross) on consultancy works of last 3 years i.e., FY 2020-21, 2021-22 & 2022-23. Further
details including copies of balance sheets can be demanded later on after opening of technical bids, so the
bidders should keep them ready.

9. Consultant, who is debarred by CPWD, Ministry of HUA and/or Ministry of Finance are not allowed to
participate till the debarment period is over and tender of such Consultant, if submitted will not be opened.
An undertaking is to be uploaded by the intending bidders as per Annexure E given in this document to this
effect.

10. The details of above qualifying criteria is given in CPWD-6 of this document.

60
AE (P) EE
Chapter-6

Overall Evaluation Process & Selection of Consultant

61
AE (P) EE
Evaluation of Technical Bid and Financial Bid
1. Those bidders who qualify the initial eligibility criteria given in Chapter-5 shall only be considered
for evaluation of their technical bid.
2. The technical bids for the bidders satisfying the above eligibility criteria shall be evaluated as described
below.
i. The Technical Bid of the bidders who qualify the initial eligibility criteria will be evaluated with
total marks as 100.
ii. The financial bids of only those bidders shall be ope ne d w h o s hal l qual i fi e d i n
t ech ni c a l bi d.
iii. The technical bid of the bidders will be evaluated as per the criteria and procedure laid down in this
Chapter. The Bidders will be evaluated for Technical Bid as per the criteria contained in ‘Technical
Bid Evaluation’. Financial bids of the participating firms will be evaluated based on the criteria
and procedure contained in Section-V of this chapter i.e. ‘Financial Bid Evaluation’. The final
selection of the consultant will be based on the lowest rate of financial bid as detailed subsequently
in this chapter.

62
AE (P) EE
Technical Bid Evaluation

Evaluation of Technical Bid (Total 100 Marks)


1. CPWD empaneled Private Architects/Consultants registered in Category-I, II & III

CPWD empaneled private architects/consultants need not to submit technical bid. However Bidder
should have bidding capacity equal to or more than the estimated cost of the consultancy work
put to tender i.e. 75 Lakhs.

2. Non empaneled Private Architects/Consultants


The following information or documents shall be required to be uploaded by the bidders
forevaluation of Technical Bid: 100 Marks
i. Financial information
Annual financial turnover for the last three consecutive years ending on 31.03.2023
as per (Annexure-D)
ii. Completed and Ongoing works
Bidder should furnish the following:
(a) Experience of completed works of providing Architectural & Services Design for similar
works during the last seven years in ending last date of previous month in which bid is
invited as per Annexure H.

(b) Experience of firm in ongoing works of similar works

Note: Award Letters of work(s) and copy of final bill Paid from client department, BOQ
to be uploaded by the intending bidders. Annexure H-1.

Note: For completed work(s), completion certificate, work award letter, BOQ and
final bill paid to be submitted should clearly mentionthe relevant work. For ongoing
work(s), award letter(s) of works, BOQ from client departmentto be produced.
In case of work(s) done for private clients other than Central / State Govt.,
Central / State undertakings, they shall submit T.D.S. certificates (Form 26AS)
issued by Income Tax Dept and proof of depositing GST/Service Tax.

3. The Bidders are required to have capability in all the disciplines of consultancy work i.e.,
Architecture, Road, Stormwater drainage & sewerage, E&M works etc. required for development of
industrial estate. However, main consultant or the Bidder shall have in house capacity in Sub-
domain Architecture, Civil & E&M services like road, drainage, Sewerage/STP, water supply
& Substation/Power station. The bidder can only associate for the Sub-domain Solar Energy as
per condition given below.

4. Successful consultant shall appoint minimum one key personnel for each Landscape Architect,
Environment Experts, Solar and social impact assessment work.
5. Details of Personnel of main consultant given by the consultant in his/her bid for evaluation.
Same personnel shall be deployed for this project as well. However, any proposed substitution
of key personnel by the Consultant has to be approved by the Engineer-in-Charge.All substitution
of Key Personnel by the consultant shall be done by Personnel with qualification and experience
63 bid.
equal or more than of those mentioned in the
AE (P) EE
6. The bidder will submit the coloured scan copy of Curriculum Vitae (CV) as per Annexure J-1
of each of the above Technical Personnel. Each CV shall be signed in blue ink by the key personnel
and countersigned by the authorized officials of the Firm along with the seal of thefirm otherwise
CV shall not be considered for evaluation. Bidder shall submit all relevant documents in support of
information given in CV such as Degree, FORM 16 downloaded from TRACES, etc. In case TDS is
not applicable, then documentary evidence of disbursement of salary for the period of last 6 months.
Annexure- J and J-1

7. Each CV shall contain the scanned photo, any other government ID such as (driving license, Aadhar
card, PAN card, voter id etc. and qualification as well as a certificate from the key personnel
about his availability for the duration prescribed in Notice Inviting Bid and hiswillingness to work
on the project.

8. The details of Projects delivered in their Relevant field shall be furnished in the CV of Key
personnel.

9. Details of Key Personnel shall be as follows:


i) Project Leader,
CV of personnel is/are to be uploaded along with other details such as degree and Form-16
downloaded from TRACES. In case TDS is not applicable, then documentary evidence of
disbursement of salary for the period of last 6 months as per the format given in Annexure- J
(Annexure J-1 for CV).
ii) In-house Architects registered with Council of Architecture.
CV of personnel is/are to be uploaded along with other details such as degree and Form-16
downloaded from TRACES. In case TDS is not applicable, then documentary evidence of
disbursement of salary for the period of last 6 months as per the format given in Annexure- J
(Annexure J-1 for CV).
iii) In-house Landscape Architect, (Over and above the Architectas laid down in (ii) above)
registered with Council of Architecture.
CV of personal is to be uploaded along with other details such as Master degree and Form-16
downloaded from TRACES. In case TDS is not applicable, then documentary evidence of
disbursement of salary for the period of last 6 month as per the format given in Annexure- J.
Annexure J-1 for CV.
iv) Environmental Impact Assessment expert for sustainability aspect having Masters in
Environmental Science, Environmental Engineering or Environmental Planning or
equivalent.
CV of personal is to be uploaded along with other details such as Master degree and Form-16
downloaded from TRACES. In case TDS is not applicable, then documentary evidence of
disbursement of salary for the period of last 6 months as per the format given in Annexure- J.
Annexure J-1 for CV.
v) In-house Electrical Engineer/Mechanical Engineer
CV of personnel is/are to be uploaded along with other details such as degree and Form-16
downloaded from TRACES. In case TDS is not applicable, then documentary evidence of
disbursement of salary for the period of last 6 months as per the format given in Annexure- J.
Annexure J-1 for CV.
vi) In-house civil Engineer
CV of personnel is/are to be uploaded along with other details such as degree and Form-16
downloaded from TRACES. In case TDS is not applicable, then documentary evidence of
64
AE (P) EE
disbursement of salary for the period of last 6 months as per the format given in Annexure- J.
Annexure J-1 for CV.
vii) Association certificate from a social impact assessment expert currently working on any
project in UT of J&K.

Note: Letter of Award for running work of associate firm is to be uploaded along with the Annexure-
K for association.
Note: the bidder should obtain minimum 50% marks in each criteria and 60% marks overall
to become qualified in Technical Bid criteria. The department however reserves the right to restrict
the list of such qualified firms to any number deemed suitable by it.

S.No. Attributes Marks Evaluation


(a) Financial Strength : Maximum 20 Marks
(i) Average annual 16 Marks (i) 60% marks for minimum eligibility criteria
turnover (ii) 100% marks for twice the
minimum eligibility criteria or more.
(ii) Solvency Certificate 4 Marks
Or In between (i) & (ii)- on pro-rata basis
Networth
Certificate

(b) Experience in similar class of work : Maximum 20 Marks


Experience in similar class 20 marks i) 60% marks for minimum eligibility criteria
of work (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 (TOR) : Maximum 20 marks
Parameter Calculation for Score Maximum Marks
Points

If TOR = 2.00 3.00 >3.50

20
(i) Without levy of compensation 15 10 10

(ii) With levy of compensation 5 0 -5

(iii) Levy of compensation not decided 10 0 0

TOR = AT/ST, where AT =Actual Time; ST= (Stipulated 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) as Assessment in Form D-1. (20 marks)
Completed Max Marks allowed Total marks assessed.
Works (Max.40 marks)
1. Outstanding 20
65
AE (P) EE
2. Very good 15
3. Good/Satisfactory 10
4. Poor/average 5
Key Personal (20 Marks)
Persons Max Marks allowed Marks assessed
T

(e) Project Leader 5 (iii) 60% marks for minimum


Architects registered with eligibility criteria
Council of Architecture, (iv) 100% marks for double
having degree of M.Arch, the criteria for
twice the minimum
2. Having minimum 5
eligibility criteria or more.
years’ experience or more
of architectural consultancy
work In between (i) & (ii)- on pro-rata
basis
2. In House Architect 4 (one marks for each but total (v) 60% marks for minimum
marks shall not exceed 4) eligibility criteria
Having minimum 5 years’ (vi) 100% marks for double
experience or more of the criteria for
architectural consultancy twice the minimum
work
eligibility criteria or more.

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


basis
3. Landscape designer 2 (one marks for each but total (vii) 60% marks for minimum
marks shall not exceed 2) eligibility criteria
Having minimum 5 years’ (viii) 100% marks for double
experience or more of
the criteria for
architectural consultancy
work twice the minimum
eligibility criteria or more.

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


basis
4. Environmental impact 2 (one marks for each but total (ix) 60% marks for minimum
assessment expert marks shall not exceed 2) eligibility criteria
(x) 100% marks for double
Having minimum 5 years’
the criteria for
experience or more of
environment impact twice the minimum
assessment work eligibility criteria or more.

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


basis
5. E&M graduate engineer 3 (one marks for each but total (xi) 60% marks for minimum
marks shall not exceed 3) eligibility criteria
Having minimum 5 years’ (xii) 100% marks for double
experience or more of
the criteria for
planning/design work
twice the minimum
eligibility criteria or more.

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


basis
6. Social impact assessment 1 (0.5 marks for each but total (xiii) 60% marks for minimum
66
AE (P) EE
expert marks shall not exceed 1) eligibility criteria
(xiv) 100% marks for double
Having minimum 5 years’
the criteria for
experience or more of
social impact assessment twice the minimum
work eligibility criteria or more.

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


basis
7. Civil engineer having 3 (one marks for each but total (xv) 60% marks for minimum
degree of graduation or more marks shall not exceed 3) eligibility criteria
(xvi) 100% marks for double
Having minimum 5 years’
the criteria for
experience or more of
planning/design work twice the minimum
eligibility criteria or more.

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


basis

Note: the bidder should obtain minimum 50% marks in each criteria and 60% marks overall
to become qualified in Technical Bid criteria. The department however reserves the right to restrict
the list of such qualified firms to any number deemed suitable by it.

FINANCIAL BID EVALUATION

Along with the online submission of Eligibility cum Technical Bid, the Bidder will also submit his Financial
Bid (through online mode only) quoting a fee based on the Scope of Comprehensive Consultancy Services
(Chapter-5) in this document.

Opening of Financial Bid


The Financial Bid of only those Bidders will be opened who qualify as per the above laid down evaluation
criteria in all the Eligibility cum Technical Bid. Bidders will be informed about the date and time of
opening of Financial Bid.

67
AE (P) EE
AWARD OF WORK

1. Financial bid of only those bidders shall be opened who are declared qualified in Eligibility cum
Technical bid.
2. Under the Least Cost Selection (LCS) system, the financial proposals will be ranked in terms of
their total evaluated cost. The least cost proposal will be ranked as L-1 and the next higher and
so on will be ranked as L-2, L-3 etc. The least cost proposal (L-1) will be considered for award of
contract.
3. The L1 bidder shall be considered successful and;

i) The consultant shall communicate to the Engineer-in-Charge on priority after award of work,
the names of all the sub consultants to be associated with. The sub- consultants shall be
got approvedfrom Executive Engineer Srinagar, CPWD.

ii) The consultant shall enter into a formal agreement with sub consultants bringing out all
the relevant terms of their association vis-à-vis consultant i.e., main architect/consultant.

iii) The consultant shall submit to the Engineer-in- Charge for record, all the formal letters of
confirmation from the sub consultants to work with the main architect/consultant. The selected
applicant is expected to commence the Assignment within 10 (ten) days of issue of letter of
award.

iv) Remuneration received as per this contract will be subject to tax deductions at source at the
rate as applicable at that point of time.

v) Formal agreement will be drawn by the Executive Engineer, Srinagar CPWD.

vi) Department reserves the right to accept any Bid or reject any or all the Bids without assigning
any reasons and any liability whatsoever including financial liability. Department also
reserves the right to close or cancel the entire process of appointment at any point without
assigning any reasons whatsoever and without any liability whatsoever.

68
AE (P) EE
CHAPTER-7

FEE FOR COMPREHENSIVE CONSULTANCY


SERVICES, PERCENTAGE RATE BID, DATA SHEET,
GENERAL RULES, AND DIRECTION

69
AE (P) EE
Fee for Comprehensive Consultancy Services
1. The Engineer-in-charge shall pay to the consultant for the services rendered by him for the said work.
The consultant shall be paid fees as per schedule of payment and the agreement rates.
2. The Engineer-in-charge shall, however, have the liberty to omit, postpone or not to execute any
item in the scope of work but the consultant shall not have liberty to omit, postpone or not execute
any item in the scope of work of this bid document. The consultant shall not be entitled to any
compensation or damages for such omission, postponement or non-execution of the item or items of
work, except the fees which have become payable to him for the service actually rendered by him.
3. The consultancy fees/ rates tendered by the bidder are inclusive of fees payable by him to any other
sub-consultant and associates, engaged by him. Nothing extra shall be payable on this account.
4. The fees payable to the consultant shall be toward full discharge of functions/services defined in the
agreement item, scope of work and elsewhere in this bid document.
5. No claim whatsoever against the department in respect of any proprietary right or copy right by the
consultant or any other party will be entertained. The consultant shall indemnify the department against
any such claims.
6. If the consultant fails to execute any sub-component within specified time/extended time (as approved
by Engineer-in-Charge) or the same is not to the satisfaction of Engineer- in-Charge, then the
Engineer-in-Charge may get the same component executed at the risk & cost of consultant. The whole
expenditure thus incurred for satisfactory execution of sub-component shall be recoverablefrom the
consultant. The decision of Engineer-in-Charge in this matter will be final & binding.
7. If Project work is terminated at any stage or scope of work is reduced, for any reasons, not owing to
fault of consultant, the amount of fee payable to the consultant for the work already done by him shall
be as per payment stages defined in this bid document, for work done by him upto that stage. Consultant
shall not be paid any other payment, loss of profit, interest etc. in such a case and decision of Engineer-
in-Charge shall be final and binding on the Consultant.
8. The stages of Payment for the complete work shall be done in two different parts i.e. the payment.

9. Bidder shall quote his price as per tentative plot area of the campus and scope of consultancy work defined
in this document. If the final developed plot areas increase or decreases by more than 10% of plot areas
stipulated to be developed in this document then the Consultant's fee shall be revised proportionately
based on the quoted fee of the Consultant (including initial ±10%).
However, increase or decrease of plot areas up to 10% shall be included in the quoted fee of the
Consultant and nothing extra shall be paid/recovered to/from the consultant on this account
10. The estimated cost and area of different sites is as per follows: -

Details Tentative Estimated Cost


Area
(kanals)
a) Seer Jagar Tulbal Sopore 428 37 lakhs

b) Khrew JK Cement Pulwama 240 22 lakhs

c) Barsoo, Ganderwal 60 16 lakhs

TOTAL, Rs 728 75 lakhs


70
AE (P) EE
Payment with respect to each site shall be made according to its estimated cost by applying
percentage above/below quoted rates in financial bid.

11. Payment Schedule for comprehensive consultancy work i.e. contract

Fee Schedule
Fee payable Cumulative
(in Fee payable (in
S. Activities % of lump % of lump
No. sum Quoted sum quoted
amount) amount)

Submission of Reconnaissance Report, Inception report,


1 30% 30%
Identification of various components of work for
working out cost estimate, Preparation and submission
of Master plan for approval by Deptt. / Client.
(Soft copy of digitized site survey plan will be made
available to the bidders by the Deptt.)
Approval of Master Layout, Preliminary Architectural
drawings, and 3D views, from client / Department
1. Master Plan of Campus, Landscape design
3 20% 50%
2. Preliminary Architectural drawings of all
buildings
3. All civil and E&M services
Submission of corrected/modified Master plan,
4 preliminary design calculation for all component of 30% 80%
works based on PAR for building works and
preliminary cum detailed estimate for all other
components of work like drainage system, sewer
system, STP, road, W/S network, internal and external
electrical installations and working out project cost
based on the calculations and site conditions complete
as per scope of work and direction of Engineer -in-
Charge and submission of preliminary estimate,
submission of all concept / Preliminary Architectural
Drawings, complete Design calculations , Detailed
Project Report (DPR) as per scope of work defined in
NIT along with complete as per direction of Engineer-
in-Charge for approval by Deptt. and submission of
final DPR along with all documents after approval of
CPWD / Client as per following schedule
1. Seer Jagir, Tulbal Sopore
2. Khrew, J K Cement Pulwama
3. Barsoo Ganderbal
Submission of final DPR alongwith six sets of final
5 preliminary architectural drawings, layout plans and 20% 100%
design of all civil and E&M services, master plan and
water supply, sanitary, drainage road and development
plans, soil investigation report etc complete as per scope
of work & direction of engineer-in-charge

Note:
71
AE (P) EE
1. Payment of fee for various stages as detailed above shall be considered as due only when
all works upto that stage are completed. However, Intermediate payment on pro-rata basis shall
be admissible for release to the consultant with prior approval of Engineer-in-Charge whose
decision shall be final & binding.
2. For running payments, the consultants shall submit necessary bill in duplicate.

12. The method of calculation of Plinth area for the purpose of payment shall be as per as Guidelines of
PAR 2023 amended upto last date of submission of bid.

72
AE (P) EE
PERCENTAGE RATE BID AND
CONTRACT FOR CONSULTANCY WORKS
(A) Bid for the work of - Development of sites of industries estates at Kashmir J&K. (SH: Providing
comprehensive consultancy services for preparation of Masterplan, Concept & preliminary
Architectural drawings, Detailed Project Report)
(i) To be submitted by 3.00 PM upto 26.12.2023 to Executive Engineer, S r i n a g a r P r o j e c t , C P W D
(ii) To be opened in presence of Bidders who may be present at 3.30 PM on 26.12.2023 in the office of
Executive Engineer Srinagar Project, CPWD, Srinagar.

Issued to …………………………………………………………………..

Signature of officer issuing tender….. ……………………………………

Designation - Executive Engineer, Srinagar Project, CPWD NIT Campus, Srinagar (J&K).

I/We have read and examined the notice inviting Bid, schedule, 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
NIT and in accordance in all respect with the specifications, design codes and instructions in writing referred
to in Rule-1 of General Rules and Directions and with such materials as are provided for, by, and in respect
of accordance with, such conditions so far as applicable.

We agree to keep the Bid open for 75 days from the date of opening of technical bids part-1 and not to make
any modification in its terms and conditions.

A sum of Rs. 1,50,000/-is hereby forwarded in Insurance Surety Bonds, Account Payee Demand Draft, Fixed
Deposit Receipt, Banker's Cheque or Bank Guarantee (for balance amount as prescribed) from any of the
Commercial Banks as earnest money. / A copy of earnest money in receipt treasury challan/ deposit atcall
receipt of a scheduled bank/ fixed deposit receipt of scheduled bank/ demand draft of a scheduledbank/
bank guarantee issued by a scheduled bank is scanned and uploaded. 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, 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 of remedy available in law, be a liberty to forfeit
the said performance guarantee absolutely. The said performance guarantee shall be a guarantee to execute all
the works referred to in the tender documents upon the terms and conditions contained.
Further, I/ We agree that in case of forfeiture of Earnest Money or Performance Guarantee as aforesaid, I/We
shall be debarred for participation in the re-tendering process of the work.

I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another
consultant 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 noticeof
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.

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 there from to
any person other than a person to whom I/We am/are authorized to communicate the same or use the information
in any manner prejudicial to the safety of the State.
73
AE (P) EE
Dated: Authorized Signatory of Consultancy Firm

Witness: Postal Address

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 Rs.……………..……..
(Rupees………………………………………………………………………….………………

………………………).

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

(a)

(b)

I.

For & on behalf of President of India

Signature ……………………………

Dated: Designation ……..…………………….

74
AE (P) EE
DATA SHEET
S.No. Description Detail
Development of sites of industries estates at Kashmir J&K. (SH:
Providing comprehensive consultancy services for preparation of
Masterplan, Concept & preliminary Architectural drawings,
1. Name of work: Detailed Project Report)

2. Engineer-in-Charge Executive Engineer, Srinagar Project CPWD


3. Department Central Public Works Department
As detailed elsewhere in this bid document:
4. Estimated total Plinth Area of all
buildings
3500 sqm
728 kanals.
5. Plot Area

Rs. 1,50,000 /- which shall be refunded after submission of


6. Earnest money
Performance Guarantee.
7. Performance Guarantee 5% of accepted Bid amount

8. Security Deposit 2.5% of accepted Bid Amount


9. Schedule of payment Attached in this bid document.
10. Time Allowed 30 days
11. General Rules & Directions As detailed in this bid document.
12. Accepting Authority Superintending Engineer, Srinagar CPWD
Performance Guarantee
i)Time allowed for submission of
13a Performance Guarantee from the 7 days
date of issue of letter of
acceptance
ii) Maximum allowable
extension with late fee @ 0.1%
13b per day of performance 3 days (late fee shall not refunded after completion of work)
guarantee amount beyond the
period as provided in (i) above.
Authority for fixing
14. Compensation for Delay in Superintending Engineer, Srinagar CPWD
Completion of Work
Number of days from the date of
15. issue of letter of acceptance for 07 days
reckoning date of start.
Authority to give fair and
16. reasonable Extension of time for Executive Engineer
completion of work
Consultant must assess all applicable taxes i/c Goods &
17. Tax liability Service Tax (GST) and liabilities should include them in
his quoted financial bid.
18. Bid Validity period 75 days from the date of opening of Eligibility cum Technical
Bid

75
AE (P) EE
GENERAL RULES & DIRECTION

All work proposed for execution by contract will be notified in a


General
form of invitation to Bid posted in public online platforms and digitally
Rules & 1.
signed by the officer inviting Bid.
Directions

This form will state the work to be carried out, as well as the date for
submitting and opening Bids and the time allowed for carryingout the
work, also the amount of earnest money to be deposited with the Bid,
and the amount of the security deposit and Performance Guarantee to
be deposited by the successful Bidder and thepercentage, 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 Bid shall also be
open for inspection by the consultant at the office of officer inviting
Bid during office hours.

In the event of the Bid 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
2.
power-of attorney authorizing him to do so, such power of attorney
to be produced with the Bid, and it must disclose that the firm is duly
registered under the Indian Partners hip Act, 1952.

Receipts for payment made on account of work, when executed by


a firm, must also be signed by all the partners, except where consulting
firms are described in their Bid as a firm, in which case the receipts
3.
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.

In case the maximum marks obtained, in final evaluation after opening


of financial bids, by two or more Bidders are same, thensuch
Bidders may be asked to submit sealed revised financial offer in the
form of letter mentioning amount of Bid including all sub sections/sub
heads as the case may be, but the revised amount of bid quoted
should not be higher than their respective original amount quoted at
the time of submission of Bid. The revised marks shall be worked out
4.
on the basis of revised financial offers quoted by the bidders.
In case of any such bidder in his revised offer quotes rate of any
item more than their respective original rate quoted already at the time
of submission of tender, then such revised offer shall be treated
invalid. Such case of revised offer of the bidder or case of
refusal to submit revised offer by the bidder shall be treated as

76
AE (P) EE
withdrawal of his bid before acceptance and 50% of his earnestmoney
shall be forfeited.
If the revised maximum marks of two more Bidders received after
revised financial offer is again work out to be equal, the successful
bidder, among such Bidders, shall be decided by draw of lots in the
presence of Superintending Engineer, Srinagar CPWD.

The officer inviting Bid or his duly authorized assistant will open
5. Bids in the presence of any intending consulting firms who may be
present at the time.

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

The receipt of an accountant or clerk for any money paid by the


consulting firm will not be considered as any acknowledgment or
7. payment to the officer inviting Bid and the consulting firm shall be
responsible for seeing that he procures a receipt signed by the officer
inviting Bid or a duly authorized Cashier.

The Bidders shall sign a declaration under the officials Secret Act 1923,
if desired by the department for maintaining secrecy of the Bid
8.
documents drawings or other records connected with the work
given to them.

Use of correcting fluid, anywhere in Bid document is not permitted.


9.
Such Bid is liable for rejection.

(i) The bidder whose bid is accepted, will be required to furnish


performance guarantee of 5% (Three percent) of the bidder
amount within the period specified in NIT. This guarantee shall be
10.
in the form of lnsurance Surety Bonds, Account Payee Demand
Draft, Fixed Deposit Receipt or Bank Guarantee from any of the
Commercial Banks in accordance with the prescribed form.

77
AE (P) EE
(ii) The consulting firm whose Bid is accepted will also be required
to furnish by way of Security Deposit for the fulfillment of his
contract, an amount equal to 2.5% of the Bided value of thework.
The Security deposit will be collected by deductions from the
running bills of the consulting firm at the rates mentioned above.
Security amount will also be accepted in cash or in the shape of
Government Securities. Fixed Deposit Receipt of a Scheduled Bank
or State Bank of India will also be accepted for this purpose
provided confirmatory advice is enclosed.

On acceptance of the Bid, the name of the accredited representative(s)


of the consulting firm who would be responsible for taking
11.
instructions from the Engineer-in-Charge shall be
communicated in writing to the Engineer-in-Charge

Goods & Service Tax (GST) shall be payable by the Consulting


firm and Government will not entertain any claim whatsoever in
12.
respect of the same. The estimated cost is inclusive of GST and all
taxes for work.

The consulting firm shall give a list of all the gazetted and non-
13.
gazetted C.P.W.D. employees related to him.

The Bid for work includes all works detailed in scope of work and
14.
other term and conditions of this bid document.

The consulting firm 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
Engineer-In-charge may in his discretion, without prejudice to any
15.
other right or remedy available in law, cancel the contract. The
consulting firm shall also be liable for any pecuniary liability arising
on account of any violation by him of the
provisions of the said Act

78
AE (P) EE
CHAPTER-8
GENERAL CONDITIONS OF CONTRACT &
ADDITIONAL CONDITIONS

79
AE (P) EE
CLAUSES OF CONTRACT

i. Performance Guarantee

The Bidder shall submit an irrevocable Performance Guarantee of 5% (Three percent) of the Bid amount
in addition to other deposits mentioned elsewhere in the contract for his proper performance ofthe contract
agreement, (not withstanding and/or without prejudice to any other provisions in the contract) within 7
days from the date of issue of letter of acceptance. This period can be further extended by the Engineer-
in-Charge up to a maximum period of 03 days on written request of the Bidder stating the reason for delays
in procuring the Performance Guarantee, to the satisfaction of the Engineer- in-Charge on demand furnish
additional security to the Government to make good the deficit. This guarantee shall be in the form of
lnsurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt or Bank Guarantee
from any of the Commercial Banks in accordance with the prescribed form. In case the Consultant fails
to deposit the said performance guarantee within the period as indicated in indicated above, including the
extended period if any. The Earnest Money deposited by the Consultant shall be forfeited automatically
without any notice to the Consultant. The earnest money deposited along with bid shall be returned after
receiving the aforesaid performanceguarantee. The Performance Guarantee shall be initially valid for at least
two months beyond the completion date. In case the time for completion of work gets enlarged, the Bidder
shall get the validityof Performance Guarantee extended to cover such enlarged time for completion of
work. After recording of the completion certificate for the work by the competent authority, the
performance guarantee shall be returned to the Bidder, without any interest.

The Engineer-in-Charge shall not make a claim under the performance guarantee except for amounts to which
the President of India is entitled under the contract (not withstanding and/or without prejudice to any other
provisions in the contract agreement) in the event of:

(a) Failure by the Bidder to extend the validity of the Performance Guarantee as described herein above,
in which event the Engineer-in-Charge may claim the full amount of the Performance Guarantee.

(b) Failure by the Bidder to pay President of India any amount due, either as agreed by the Bidder or
determined under any of the Clauses/Conditions of the agreement, within 30 days of the service of notice
to this effect by Engineer-in-Charge.

(c) Failure to execute any subcomponent of the contract work.

In the event of the contract being determined or rescinded under provision of any of the Clause/Condition
of the agreement, the performance guarantee shall stand forfeited in full and shall be absolutely at the
disposal of the President of India.

Release of Performance Guarantee


The performance guarantee shall be released without any interest after recording completion certificate for
this contract/closure of contract by Engineer-in-charge.

ii. Recovery of Security Deposit


The person/persons whose Bid(s) may be accepted (hereinafter called the Bidder) shall permit Government
at the time of making any payment to him for work done under the contract to deduct a sumat the rate of
2.50% of the gross amount of each running and final bill till the sum deducted, will amountto security
80
AE (P) EE
deposit of 2.50% of the Bided value of the work. Such deductions will be made and held by Government by
way of Security Deposit unless he/they has/have deposited the amount of Security at the rate mentioned above
in cash or in the form of Government Securities or fixed deposit receipts. In case a fixed deposit receipt of
any Bank is furnished by the Bidder to the Government as part of the security deposit and the Bank is unable
to make payment against the said fixed deposit receipt, the loss caused thereby shall fall on the Bidder and
the Bidder shall forthwith on demand furnish additional security tothe Government to make good the
deficit.
All compensations or the other sums of money payable by the Bidder under the terms of this contract may
be deducted from, or paid by the sale of a sufficient part of his security deposit or from the interest arising
there from, or from any sums which may be due to or may become due to the Bidder by Government on any
account whatsoever and in the event of his Security Deposit being reduced by reason of any such deductions
or sale as aforesaid, the Bidder shall within 10 days make good in cash or fixed deposit receipt Bided by the
State Bank of India or by Scheduled Banks or Government Securities (if deposited for more than 12
months) endorsed in favour of the Engineer-in-Charge, any sum or sums which may have been deducted
from, or raised by sale of his security deposit or any part thereof.

The security deposit shall be collected from the running bills of the Bidder at the rates mentioned above.

The security deposit as deducted above can be released against bank guarantee issued by a scheduled bank,
on its accumulations to a minimum of Rs. 5.00 lac subject to the condition that amount of such bank
guarantee, except last one, shall not be less than Rs. 5.00 lac. Provided further that the validity of bank
guarantee including the one given against the earnest money shall be in conformity with provisions contained
in various classes and which shall be extended from time to time depending upon extension of contract granted
under provisions of clauses of the contract.

Note-1: Government papers bided as security will be taken at 5% (five per cent) below its market price or
at its face value, whichever is less. The market price of Government paper would be ascertained
by the E n g i n e e r - i n - C h a r g e / Divisional Officer at the time of collection of interest
and the amount of interest to the extent of deficiency in value of the Government paper will be
withheld if necessary.

Note-2: Government Securities will include all forms of Securities mentioned in Rule No. 274 of the G.F.
Rules except fidelity bond. This will be subject to the observance of the condition mentionedunder
the rule against each form of security.

Note-3: Note 1 & 2 above shall be applicable for all the Performance Guarantee and Recovery of security
Deposit

Release of Security Deposit


The security deposit shall be released 6 months (Six months) after recording of completion
certificate for this contract/closure of contract by Engineer-in-charge.

iii. When Contract can be Determined


Subject to other provisions contained in this clause, the Engineer-in-Charge may, without prejudice to
his any other rights or remedy against the consultant in respect of any delay, inferior work, any claims for
damages and/or any other provisions of this contract or otherwise, and whether the date of completion
has or has not elapsed, by notice in writing absolutely determine the contract in any of the following cases:

i. If the consultant having been given by the Engineer-in-Charge a notice in writing or that the work is being
performed in an inefficient or otherwise improper or unworkman like manner shall omit to comply with
the requirement of such notice for a period of seven days thereafter.

ii. If the consultant has, without reasonable cause, suspended the progress of the work or has failed to
proceed with the work with due diligence and continues to do so after a notice in writing of seven days
from the Engineer-in-Charge.
81
AE (P) EE
iii. If the consultant fails to complete the work or section of work with individual date of completion on
or before the stipulated or justified extended date, on or before such date completion; and the Engineer
in Charge without any prejudice to any other right or remedy under any other provision in the contract
has given further reasonable time in a notice given in writing in that behalf as either mutually agreed or
in absence of such mutual agreement by his own assessment making such time essence of contract and in
the opinion of Engineer-in-Charge the Consultant will be unable to complete the same or does not
complete the same within the period specified.

iv. If the consultant persistently neglects to carry out his obligations under the contract and/ or commits
default in complying with any of the terms and conditions of the contract and does not remedy it or take
effective steps to remedy it within 7 days after a notice in writing is given to him in that behalf by the
Engineer- in-Charge.

v. If the consultant shall offer or give or agree to give to any person in Government service or to any
other person on his behalf any gift or consideration of any kind as an inducement or reward for doing or
forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution
of this or any other contract for Government.

vi. If the consultant shall enter into a contract with Government in connection with which commission
has been paid or agreed to be paid by him or to his knowledge, unless the particulars of any such
commission and the terms of payment thereof have been previously disclosed in writing to the Engineer-
in-Charge.

vii. If the consultant had secured a contract with Government as a result of wrong Bidding or other non-
bonafide methods of competitive Bidding or commits breach of integrity agreement.

viii. If the consultant being an individual, or if a firm, any partner thereof shall at any time be adjudged
insolvent or have a receiving order or order for administration of his estate made against him or shall
take any proceedings for liquidation or composition (other than a voluntary liquidation for the purpose
of amalgamation or reconstruction) under any Insolvency Act for the time being in force or make any
conveyance or assignment of his effects or composition or arrangement for the benefit ofhis creditors
or purport so to do, or if any application be made under any Insolvency Act for the time being in force
for the sequestration of his estate or if a trust deed be executed by him for benefit ofhis creditors.

ix. If the consultant being a company shall pass a resolution or the court shall make an order that the company
shall be wound up or if a receiver or a manager on behalf of a creditor shall be appointed or if
circumstances shall arise which entitle the court or the creditor to appoint a receiver or a manageror
which entitle the court to make a winding up order.

x. If the consultant assigns, (excluding part(s) of work assigned to other agency(s) by the Consultant as per
terms of contract) transfers, sublets (engagement of labour on a piece- work basis or of labour with
materials not to be incorporated in the work, shall not be deemed to be subletting) or otherwise parts with
or attempts to assign, transfer, sublet or otherwise parts with the entire works or any portion thereof
without the prior written approval of the Engineer -in-Charge. When the consultanthas made himself
liable for action under any of the cases aforesaid, the Engineer-in-Charge on behalfof the President of
India shall have powers:

(a) To determine the contract as aforesaid so far as performance of work by the Consultant is concerned
(of which determination notice in writing to the consultant under the hand of the Engineer-in-Charge
shall be conclusive evidence). Upon such determination, the earnest money deposit, Security Deposit
already recovered and Performance Guarantee under the contract shall be liable to be forfeited and
shall be absolutely at the disposal of the Government.

(b) After giving notice to the consultant to measure up the work of the consultant and to take such whole,
or the balance or part thereof, as shall be un-executed out of his hands and to give it to another
consultant to complete the work. The consultant, whose contract is determined as above,

82
AE (P) EE
shall not be allowed to participate in the Bidding process for the balance work.

In the event of above courses being adopted by the Engineer-in-Charge, the consultant shall have no
claim to compensation for any loss sustained by him by reasons of his having purchased or procured
any materials or entered into any engagements or made any advances on account or with a view to
the execution of the work or the performance of the contract. And in case action is taken under any of
the provision aforesaid, the consultant shall not be entitled to recover or be paid any sum for any work
thereof or actually performed under this contract unless and until the Engineer- in-Charge has certified
in writing the performance of such work and the value payable in respect thereof and he shall only be
entitled to be paid the value so certified.
In case, the work cannot be started due to reasons not within the control of the consultant within
1/8th of the stipulated time for completion of work or one month whichever is higher, either party
may close the contract by giving notice to the other party stating the reasons. In such eventuality, the
Performance Guarantee of the consultant shall be refunded within following time limit.

(i) If the Tendered value of work is up to Rs. 45 Lac : 15 days.

(ii) If the Tendered value of work is more than Rs. 45 lac


and up to Rs. 250 lac: 21 days.
(iii) If the Tendered value of work exceeds Rs. 250 lac: 30 days.

Neither party shall claim any compensation for such eventuality. This clause is not applicable for
any breach of the contract by either party.

iv. Time and Extension for Delay: -

The time allowed for execution of the Works as specified in NIT or the extended time in accordance with
these conditions shall be the essence of the Contract. The execution of the works shall commence from
date of start as specified in bid document. If the consultant commits default in commencing the execution
of the work as aforesaid, the performance guarantee shall be forfeited by the Engineer in Charge and shall
be absolutely at the disposal of the Government without prejudice to any other rightor remedy available
in law.

If the work(s) be delayed by: -


I. force majeure, or
II. serious loss or damage by fire, or
III. Civil commotion, local commotion of workmen, strike or lockout, affecting any of thetrades
employed on the work, or
IV. delay on the part of other agencies engaged by Engineer-in-Charge in executing work not
forming part of the Contract, or
V. any other cause like above which, in the absolute discretion reasoned opinion of theEngineer-in-
Charge is beyond the Bidder’s control.

then upon the happening of any event causing delay, the Consultant shall immediately give notice thereof
in writing to the Engineer-in-Charge for entry in the hindrance register (physical or web – based) but
shall nevertheless use constantly his best endeavors to prevent or make good the delayand shall do all
that may be reasonably required to the satisfaction of the Engineer-in-Charge to proceed with the works.
The consultant shall have no claim of damages for extension of time grantedor rescheduling of time
schedule of Consultancy work for event listed in this sub clause.

Request for extension of time, to be eligible for consideration, shall be made by the consultant in writing
within fourteen days of the happening of the event causing delay on the prescribed form to the
Executive Engineer, Srinagar Project, CPWD, Srinagar (J&K). The consultant may also, if

83
AE (P) EE
practicable, indicate in such a request the period for which extension is desired.

In any such case the authority i.e. Superintending Engineer Srinagar CPWD, may give a fair and
reasonable extensionof time and reschedule the “time schedule for consultancy works” for completion of
work. Such extension or re-scheduling of “time schedule for consultancy works” shall be communicated
to the consultant by the authority in writing, within 4 weeks of the date of receipt of such request. In
event of non application by the bidder for extension of time Engineer in Charge after affording opportunity
to the Consultant, may give, supported with a programme, a fair and reasonable extension with a reasonable
period of occurrence of the event.

v. Compensation for Delay


If the consultant fails to maintain the required progress to complete in terms of time schedule for
consultancy work or justified extended date of completion, he shall, without prejudice to any other right
or remedy available under the law to the Government on account of such breach, pay as compensation the
amount calculated @ 1 % of accepted tendered value per month of delay to be computed on per day basis
as decided by the Superintending Engineer, Srinagar CPWD on the amount of Bided valueof the work
for every completed day/month (as determined) that the progress remains below that specified in the table
of Time Schedule for consultancy work or that the work remains incomplete. This will also apply to
items or group of items for which separate period of completion is specified in the Time Schedule
for consultancy work.
Provided always that the total amount of compensation for delay to be paid under this Condition shall not
exceed 5% of the Bid amount of work or of the Bid amount of the item or group of items of workfor
which a separate period of completion is originally given. The amount of compensation may be adjusted
or set-off against any sum payable to the consultant under this or any other contract with the Government.

vi. Foreclosure of Agreement:

If at any time after acceptance of the bid or during the progress of work, the purpose or object for which
the work is being done change due to any supervening cause and as a result of which thework
has to be abandoned or reduce in scope, the Engineer-in Charge shall give notice in writing to that effect
to the consultant stating the decision as well as the cause for such decision and the Consultant shall act
accordingly in the matter. The Consultant shall have no claim to any payment of compensation or
otherwise whatsoever, on account of any profit or advantage which he mighthave derived from the
execution of the works in full but did not drive in consequence of theforeclosure of the whole or part of
the works. In such circumstances the consultant shall be paid at contract rates, full amount for works
carried out by him. The quantum of work executed till date shall be derived by the Engineer-in-Charge
on the basis of submission made by the consultant and it shall be binding on the consultant. The security
deposit and the performance guarantee of the consultant shall be refunded, but no payment on account
of interest, loss of profit or damages etc.shall be payable at all and the Engineer - In- Charge shall
be at liberty to make full use of all or anyof the drawings, designs or other documents prepared by the
Consultant.

vii. Force Majeure

In the event, that either party is prevented, wholly or a part by any force majeure cause, as defined
hereinafter from performing or accepting performance by the other party under the agreement, its agreed
that either party shall have the right to terminate the agreement immediately upon giving notice and
full particulars of such act of force major in writing to the other party as soon as possible after the cause
relied on and in such an event the consultant shall be entitled to the amounts due to itas on the date,
under this agreement. Force Major is herein defined as:

Any cause which is beyond the reasonable control


84 of the consultant or department. Natural phenomenon
AE (P) EE
including but not limited to weather conditions (excluding monsoon), fire explosion, floods, drought,
earthquakes and epidemics.

Acts of any government authority, domestic or foreign, including but not limited towar declared or
undeclared, priorities, guarantees, embargoes, licensing controls or production or distribution
restrictions.

Strikes lockout and shortages.

Sabotage, riots, civil commotion, invasion and insurrection.

viii. Settlement of Disputes &Arbitration

Except where otherwise provided in the contract, all questions and disputes relating to the meaning of
the specifications, design, drawings and instructions here-in before mentioned and as to the quality
of workmanship or materials used on the work or as to any other question, claim, right, matter or
thing whatsoever in any way arising out ofor relating to the contract, designs, drawings, specifications,
estimates, instructions, orders or these conditions or otherwise concerning the works or the execution
or failure to execute the same whether arising during the progress of the work or after the cancellation,
termination, completion or abandonment thereof shall be dealt with as mentioned hereinafter:
(i) Conciliation: If the Consultant considers any work demanded of him to be outside the requirements
of the contract, or disputes any drawing, record or decision given in writing by the Engineer-in-
Charge; or if the Engineer-in-Charge considers any act or decision of the Consultanton any matter
in connection with or arising out of the contract or carrying out of the work to be unacceptable and
disputed; such party may promptly refer such disputes and amount claimed for each dispute to the
Conciliator (Special Director General or the Additional Director Generalconcerned with the work,
as applicable) in the proforma prescribed in this document, underintimation to the other party. The
Conciliator may then request each party to submit to him a brief written statement describing the
disputes and the points at issue. Each party shall send a copy of such statement to the other party.
At any stage of the conciliation proceedings, the Conciliator may request a party to submit to him
such additional information as he deems appropriate. When it appears to the Conciliator that there
exist elements of a settlement which may be acceptable to the parties, he shall formulate the terms
of a possible settlement and submit them to the parties for their observations. After receiving the
observations of the parties, he may re-formulate the terms of a possible settlement in the light of
such observations. If the partiesreach agreement on a settlement of the disputes, they may draw up
and sign a written settlement agreement on non-judicial stamp paper as per Stamp Act. The
Conciliator shall authenticate the settlement agreement and furnish a copy thereof to each party. The
termination of conciliation proceedings shall be in accordance with Section 76 of The Arbitration
and Conciliation Act, 1996. No party shall be represented before the said Conciliator by an advocate
or legal counsel. The conciliation proceedings shall be completed within 30 days from the receipt
of reference.This time may be enlarged by 15 days by the Conciliator. The conciliation proceedings
shall be deemed to have been terminated at the end of 60 days from the receipt of reference.

(ii) Arbitration: If the aforesaid conciliation proceedings fail or the Conciliator fails to give proposal
for settlement within the aforesaid period, either party may promptly give notice in the proforma
prescribed in Appendix XVIII, under intimation to the other party, to the Chief Engineer or the
Superintending Engineer concerned with the work (as applicable), hereinafter referred to as the
Arbitrator Appointing Authority as indicated in Schedule F, for appointment of Arbitrator. However,
a party may seek appointment of Arbitrator without taking recourse to the process of conciliation
mentioned in sub-clause 25.1 above. In the event of either party giving a notice to the Arbitrator
85
AE (P) EE
Appointing Authority for appointment of Arbitrator, the said Authorityshall appoint Arbitrator as
per the procedure given below and refer such disputes to arbitration.
(a) Number of Arbitrators: If the contract amount is less than Rs.100 crore, the disputes may
be referred for adjudication by a sole Arbitrator. If the contract amount is Rs.100 crore or more,
the disputes may be referred to an Arbitral Tribunal of three Arbitrators.
(b) Qualification of Arbitrators: It is a term of this contract that each member of the Arbitral
Tribunal shall be Graduate Engineer with experience in execution of public works engineering
contracts, and he should have worked earlier at a level not lower than the Chief Engineer
(equivalent to level of Joint Secretary to the Government of India).
The aforesaid educational qualification and work experience shall be mandatory for appointment
as Arbitrator.
The age of Arbitrator at the time of appointment shall not exceed 75 years. An Arbitrator may be
appointed notwithstanding the total number of active arbitration cases with him.
(c) Parties to select Arbitrator: Based on the criteria specified above, a list of empanelled
Arbitrators has been prepared in CPWD, and the parties shall have option to select an Arbitrator
from the list sent to them.
(iii) Appointment of Sole Arbitrator: The parties may opt for appointment of the Arbitrator of the Ministry
of Housing and Urban Affairs. In such cases, the party seeking arbitration has to submit an express
agreement in writing as per Appendix XIX towards waiver of Section 12(5) of the Arbitration and
Conciliation Act, 1996 along with the notice for appointment of Arbitrator in the proforma prescribed
in in this document, under intimation to the other party. The Arbitrator Appointing Authority shall,
within 30 days of receipt of the said notice, appoint Arbitrator of the Ministry of Housing and Urban
Affairs as Arbitrator in the matter, provided the other party also submits waiver of Section 12(5), ibid
in Appendix XIX within 7 days of the receipt of the said notice.
Where any one of the parties does not opt for the Arbitrator of the Ministry of Housing and Urban
Affairs, or does not submit the waiver agreement, the Arbitrator Appointing Authority shall propose
five Arbitrators from the list of CPWD Empanelled Arbitrators to the party seeking arbitration under
intimation to the other party within 15 days of receiving the notice. The party seeking arbitration shall
give his choice for one of them within 15 days of receiving the list, and the Arbitrator Appointing
Authority shall appoint the chosen person as the Sole Arbitrator within 15 days of the receipt of choice.
It is a term of this arbitration agreement that if the parties fail to select, within the period prescribed
above, an Arbitrator of their choice from the list of CPWD Empanelled Arbitrators forwarded to them,
the Arbitrator Appointing Authority shall himself select and appoint Arbitrator from the said list.
(iv) Applicable Law: The provisions of the Arbitration and Conciliation Act, 1996 (Act 26 of 1996) and
any further statutory modification or re-enactment thereof shall be applicable. Further, the fast- track
procedure for arbitration contained in Section 29B of the said Act shall apply.
(v) Fee payable to Arbitrator(s): The fee payable to the arbitral tribunal shall be as per CPWD OM
No.2/2006/SE(TLC)/CSQ/137 dated 19.11.2019 (or latest amendment), and shall be shared equally by
all the parties.
(vi) Place of Arbitration: The venue of the arbitration shall be such place as may be fixed by the Arbitral
Tribunal in consultation with all the the parties. Failing any such agreement, then the Arbitral tribunal
shall decide the venue.
(vii) Terms of reference: The Arbitral Tribunal shall adjudicate on only such disputes as are referred
to it by the Arbitrator Appointing Authority and give separate award against each dispute referred
to him and shall give reasons for the award in all cases where the total amount of the claim by any
party exceeds Rs.1,00,000.
(viii) Interest on Arbitration award: It is also a term of this arbitration agreement that where the Arbitral
award against any dispute is for the payment of money, no pre-suit and pendent elite interest shall be
payable on any part of the Arbitral award.
86
AE (P) EE
10 Bidder to indemnify Govt. against Patent Rights: -

The Bidder shall fully indemnify and keep indemnified the President of India against any action, claim
or proceeding relating to infringement or use of any patent or design or any alleged patent or design rights
and shall pay any royalties which may be payablein respect of any article or part thereof included in the
contract. In the event of any claims made under or action brought against Governmentin respect of any
such matters as aforesaid, the Bidder shall be immediately notified thereof and the Bidder shall be at
liberty, at his own expense, to settle any dispute or to conduct any litigation thatmay arise there from,
provided that the Bidder shall not be liable to indemnify the President of Indiaif the infringement of
the patent or design or any alleged patent or design right is the direct result ofan order passed by the
Engineer-in-Charge in this behalf.

11 Levy/taxes payable by Consultant:-

(i) GST, Income tax, Building and other Construction Workers Welfare Cess or any other tax or
Cess in respect of inputs for or output by this contract shall be payable by the consultant and
Government shall not entertain any claim whatsoever in this respect. GST shall not be reimbursed
to the consultant.

(ii) If pursuant to or under any law, notification or order any royalty, cess or the like becomespayable
by the Government of India and does not any time become payable by the Bidder to the State
Government, Local authorities in respect of any material used by the consultant in the works, then
in such a case, it shall be lawful to the Government of India and it will have the right and be entitled
to recover the amount paid in the circumstances as aforesaid from dues of the consultant.

(iii) All tendered rates shall be inclusive of any tax, levy or cess applicable on last stipulated date of
receipt of tender including extension if any. No adjustment i.e. increase or decrease shall be made
for any variation in the rate of GST or any tax, levy or cess applicable on inputs.
However, effect of variation in rates of GST or imposition or repeal of any other tax, levy or cess
applicable on output of contract shall be adjusted on either side, increase or decrease.
Provided further that for any tax (other than GST), levy or cess varied or imposed after the last
date of receipt of tender including extension if any, any increase shall be reimbursed to the contractor
only if the contractor necessarily and properly pays such increased amount of taxes/levies/cess.
Provided further that such increase including GST shall not be made in the extended period of contract
for which the contractor alone is responsible for delay as determined by authority for extension of time

12. Number of documents and copy right

Copies of all the documents /drawings, designs, reports and any other details envisaged under this
agreement shall be supplied (as per Scope of Work). All drawings as required for submissionshall
be as per the requirement of local body. Copies of all the final drawings shall be submitted to the
Engineer-in-Charge along with a soft copy in CD/Pen drive for reproducing it in A-3 or large size. If
there is any revision in any drawing/document for any reason, copies of drawing/document shall
be re-issued along with soft

87
AE (P) EE
copy in CD/pen drive without any extra charges. All these drawings will become the property
of the Engineer-in-Charge. The Engineer-in-Charge may use these drawings in part or full in any
other work without any notice to the consultant and without any financial claim of the consultant.

13. Responsibility of accuracy of project proposal

The consultant shall be responsible for accuracy of the data collected and the designs, drawings
and specification prepared by him as a part of the project. He shall indemnify the department
through a performance guarantee against any action arisingout of such inaccuracies in the work,
which might surface at any time at a later date of implementation of the project.
14. Variation Clause
Department shall have the right to request Consultant, in writing, to make any changes
modifications, and/or additions to Consultant's Scope of Work as defined in the document.
Consultant shall on such written requests carry out the consequential workon account of
such changes/modifications or addendums etc. without any additional payment from
Department. However, in case any additional facilities are required to be created beyond the
scope of the work as defined in this document, then additional fee shall be paid to the
Consultant. The work shall be awarded on percentage rate basis.

15. Jurisdiction & Applicable Law


Notwithstanding any other Court or Courts having jurisdiction to decide the question(s) forming
the subject matter of the reference, any/all actions and proceeding arising out of or relative to the
Agreement (including any arbitration in terms thereof) shall lie only in the Court Competent
Civil Jurisdiction in this behalf in UT of Jammu and Kashmir and only the said Court(s) shall
have jurisdiction to entertain and try any such action(s) and/or proceeding(s) to theexclusion of
all other courts. This Agreement shall be governed by the laws of India for thetime being in
force.
16. Consultants’ Personnel
a. General
The Consultant shall employ and provide such qualified and experienced person as are required to
carry out the services.

b. Description of Personnel
The titles, job descriptions, minimum qualification, and estimated periods of engagement in
carrying out of the services of each of the consultant's Key personnel as described in Technical
proposal. If any of the key personnel has already been approved by the Engineer- in-Charge, his/her
name is listed as well.
If the additional work is required beyond the scope of the services specified in Terms ofreference,
the estimated periods of engagement of key personnel set forth in Technical proposal may be
increased by agreement in writing between the Engineer-in-Charge and the consultant. The
decision as to whether the scope of work is increased or not, shall be taken by the Superintending
Engineer, Srinagar CPWD and such decision shall be final and binding on the consultant.
c. Approval of personnel
The key personnel and sub-Consultant listed by title as well as by name in Technical Proposal and
88
AE (P) EE
accepted by the Engineer-in-Charge shall deem to be approved by the Engineer-in-Charge. In respect
of other Key Personnel that the Consultant propose to use in carrying out of the service, the Consultant
shall submit to the Engineer-in-Charge for review and approval a copy of their biographical data. If the
Engineer-in-Charge does not object in writing (stating the reasons for the objection) within twenty-one
(21) calendar days from the date of receipt of such biographical data and (if applicable) such certificate,
such key personnel shall be deemed to have been approved by the Engineer-in-Charge.

d. Removal and/or Replacement of Personnel


Except as Department may otherwise agree, no changes shall be made in the Key Resource Personnel
as mentioned in this document. If, for any reason beyond the reasonable control of the Consultant, it
becomes necessary to replace any of the Key Resource Personnel as mentioned in this document, the
Consultant shall provide as a replacement a person of equivalent or better qualifications and experience
with approval of Department.
If Department finds that any of the Personnel have (i) committed serious misconduct or have been charged
with having committed a criminal action, or (ii) have reasonable cause to be dissatisfied with the
performance of any of the Personnel, then the consultant shall, at Department’s written request specifying
the grounds provide replacement a person with qualifications and experience as acceptable to the
department. The Consultant shall have no claim for additional costs arising out of or incidentalto any
removal and/ or replacement of Personnel.

89
AE (P) EE
ADDITIONAL CONDITIONS

1 The Consultant shall execute all works/provide consultancy services as per scope of work and terms
& conditions of this bid document.
2 Consultant shall propose 2 or more alternatives for specifications of various items proposed in the
design and drawings for consideration and approval of the Engineer- in-charge and specifications
approved by Engineer-in-charge shall be final and binding on consultant for adoption and final
submission of design & drawings.
3 The Consultant shall assume full responsibility for the designs and specifications for items described
in the scope of work in accordance with the relevant NBC/ Indian Standards and other established
codes.
4 The Engineer-in-charges / his authorized engineers will have full access to the details, calculations
and designs for architectural, HVAC works for the purpose of scrutiny and satisfying themselves on
correctness of data. The design engineer of the Consultants shall be available to render all help for the
above scrutiny at Engineer-in-charge's office or at a place as directed by Engineer- in-charge.
5 The Consultant, within fees mentioned in this agreement shall, for the scope of work and services to
be rendered thereon, engage qualified sub consultants with prior approval of competent authority
as defined in this bid document. The remuneration for any such sub consultants appointed by the
consultant for the services under this agreement shall be borne by the Consultant at his cost.
6 Except as above, the Consultant shall not assign, sublet or transfer their interest in the Agreement
without the written consent of the Engineer-in-charge.

(A) General
1 The Consultant should preferably interact closely with reputed Institutes with view to take relevant
inputs from them for Architectural and Engineering designs.
2 The scope of the work mentioned in this Bid Document is broad and suggestive. Notwithstandingthe
scope of the work and role of consultant mentioned elsewhere in this Bid Document, the consultant is
required to provide consultancy services on all aspects of the work for completing comprehensive
planning and designing.
3 However, the Engineer-in-charge reserves the right to exclude any of the above services from the
scope of the consultant’s work. In case of withdrawal of any services form the scope of consultant’s
work at later stage, the consultant shall be paid for the work done by him upto the date of withdrawal
of such item/item of work and services.
4 The consultant shall maintain constant and regular interaction with Central University of Kashmir
and CPWD.
7 The Consultant shall assist the department regarding the sequence and methodology of
construction.

90
AE (P) EE
Chapter-9
FINANCIAL BID AND ANNEXURES

91
AE (P) EE
ANNEXURES

92
AE (P) EE
ANNEXURE A
LETTER OF TRANSMITTAL

To,
Executive Engineer,
Srinagar Project, CPWD
Srinagar (J&K).

Subject: Development of sites of industries estates at Kashmir J&K. (SH: Providing comprehensive consultancy
services for preparation of Masterplan, Concept & preliminary Architectural drawings, Detailed Project
Report)

Sir,

1. I/we hereby certify that all the statement made and information supplied in the enclosed Annexures
and accompanying statement are true and correct.

2. I/We have read and examined the complete document including the instruction to Consultants,
terms of reference and general conditions of the agreement and services to be provided for above-
mentioned work.

3. I/We confirm that we are registered with the Council of Architecture of India or I shall engage
Architects registered with council of Architecture.

4. I/we confirm that I/we am/are not debarred/ blacklisted by any Government
department/organization/PSU on the last date of submission of this bid

or

I am debarred or blacklisted by …… (Name of Client) for the period from …… to ……

5. I/We hereby express our interest and submit my/our bid for Eligibility cum Technical Bid (Part-
1) in prescribed formats for undertaking the above referred work.

6. I/We agree to abide by and fulfill all the terms, conditions and provisions of the aforesaid
documents.

7. I/We confirm that to the best of my/our knowledge and belief the information contained in the
specified formats and all supporting and explanatory information is truthful and exact.

8. I/We have furnished all information and details necessary for qualification of Technical bid 1 and
have no further pertinent information to supply. For fulfillment of the requiredcompetence for
undertaking the instant consultancy work we wish to associate the following firms or individuals:

S.No. Name of Firm Associate Domain/ Sub-domain


1.
2.

93
AE (P) EE
9. I/We also authorize Executive Engineer Srinagar, CPWD, S r i n a g a r P r o j e c t approach
individuals, employers, firms and corporation to verify our credentials, competenceand general
reputation.

10. I/We submit the following 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 disqualified and/or debarred in case any information furnished by me/us
found to be incorrect”.

Date: (Signature of Bidder / Authorized


signatory of Bidder*)

Name and Address of Bidder:

Note: * Letter of Authority from Bidder should be enclosed, in case of Authorized


Signatory of Bidder.

94
AE (P) EE
Annexure B

Receipt of deposition of original EMD

(Receipt No. …………………………… / Date ................................... )

Name of Work:Development of sites of industries estates at Kashmir J&K. (SH: Providing


comprehensive consultancy services for preparation of Masterplan, Concept &
preliminary Architectural drawings, Detailed Project Report)

1. NIT No. 20/EE/Srinagar/2022-23


2. Estimated Cost: Rs. 75 lakhs
3. Amount of Earnest Money Deposit: Rs.1,50,000/-
4. Last date of submission of bid: 26.12.23 up to 3:00 PM
(Following data to be filled by EMD receiving EE)
1. Name of Consultant: ……………………………………………………………..
2. Form of EMD: …………………………………………………………………..
3. Amount of Earnest Money deposit: ….…………………………………………
4. Date of submission of EMD: ……………………………………………………

Signature, Name and designation of EMD


Receiving officer (EE/AE (P)/AE/AAO)
along with office stamp

INFORMATION & INSTRUCTION FOR EXECUTIVE ENGINEER FOR e-TENDERING

1. The Executive Engineer of all divisions of CPWD should receive the original EMD for tender of
other division.
2. The NIT approving authority/ Executive Engineer at the time of issue of NIT shall also fill and upload
the following prescribed format of receipt of deposition of original EMD along with NIT.
3. The Executive Engineer receiving EMD in original form shall examine the EMD deposited by
the bidder and shall issue a receipt of deposition of earnest money to the agency in a given format
uploaded by tender inviting Executive Engineer. The receipt may be issued by the AE (P)/AE/AAO).
4. The Executive Engineer receiving original EMD shall also intimate tender inviting Executive
Engineer about deposition of EMD by the agency by e-mail/fax/telephonically.
5. The original EMD receiving Executive Engineer shall release the EMD after verification from
the e-tendering portal website (www.etender.cpwd.gov.in) that the particular contractor is not L-
1 tenderer and work is awarded.
6. The tender inviting Executive Engineer will call for original EMD of the L-1 tenderer from EMD
receiving Executive Engineer immediately.

95
AE (P) EE
Annexure “C”

BANKER’S CERTIFICATE FROM A COMMERCIAL BANK

This is to certify that to the best of our knowledge and information that M/s/Sh……………
……………………………………………………………………………………

…………………..….having marginally noted address, ...................................... as a Customer of our bank are/is respectable
and can be treated as good for any engagement upto a limit of Rs…………………………..……………….………….
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 certificates should be on letter head of the Bank, addressed to Executive Engineer, Parliament
House Civil Works Division, CPWD.

(2) In case of partnership firm, certificate should include names of all partners as recorded with the Bank.

96
AE (P) EE
ANNEXURE D

FINANCIAL INFORMATION

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

Financial Year 2018-19 2019-20 2020-21 2021-22 2022-23

(i) Gross Annual Turnover on


consultancy works.

(ii) Profit/Loss (After Tax)

Signature of Chartered Accountant with Seal Signature of Bidders

Date :

(Name, Address & Contact Number of CA)

97
AE (P) EE
ANNEXURE E

AFFIDAVIT

I/we undertake and confirm that our firm/partnership firm has not been blacklisted and/or debarred by CPWD,
MoUHA or Ministry of Finance. Further that, if such information comes to the notice of the department, then
I/we shall be debarred for bidding in CPWD in future forever. Also, if such information comes to the notice
of department on any day before date of start of work, the Engineer-in-Charge shallbe free to cancel the
agreement and to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee (Scanned copy
of this notarized affidavit to be uploaded at the time of submission of bid)

Signature of Bidder(s) or an authorized


Officer of the firm with stamp

98
AE (P) EE
ANNEXURE F

DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS COMPLETED DURING


THE LAST SEVEN YEARS ENDING PREVIOUS DAY OF THE LAST DAY OF
SUBMISSION OF BID

S. Name Owner Cost of Cost of Date of Details of Stipulat Actual Litigati Name, Whet
N of or the consult comm Consultancy services ed date date of on / Conta her
o. Work/ sponsor work/Pr ancy nce provided: of complet arbitrat ct the
Project ing ojects in work in ment of (a) Brief complet ion of ion Addre work
and organiz Crores Lacs of consult Description ion of Consult case ss, was
locatio ation of Rupees ancy as of Project Constru ancy pendin Telep done
n Rupees* per (b) Scope of ction work. g/ in hone on
Consultancy
contrac work progres numb back-
– Master Plan /
t s with er, to-
Architectural /
details Email back
Structural / MEP
* id of basis
/ HVAC / Fire
fighting Project Yes/
/ Interior Design In- No
charge
/ GRIHA/ECBC
Consultancy from
(c) Functional
Client
Use of side to
whom
Different
referen
Buildings
Designed ce may
be
made
for
verifica
tion
1 2 3 4 5 6 7 8 9 11 12

* Indicate Gross Amount claimed and Amount awarded by the Arbitrator.


Note:

i. Supporting documents like Certificate from Client in support of each of the


above Similar Works/ Projects to be furnished.

ii. The photographs, drawings etc. can be enclosed to supplement any salient
features/components.

99
AE (P) EE
ANNEXURE F-1

PERFORMANCE REPORT OF CONSULTANCY SERVICES RENDERED BY THE


CONSULTANT REFERRED IN ANNEXURE F

For Comprehensive Consultancy

1. Name of Consultant with Address:


2. Name of Work/Project & location.
3. Agreement no. & Name of Contracting Organization:
4. Nature of Project:
a. Type of Building / Campuses:
5. Construction Cost of work on Completion (if applicable):
6. Date of Completion of Construction of work:
7. Consultancy Services Fee Paid:
8. Brief Detail of Scope of Consultancy Work Done:
9. Date of start of Consultancy work:
10. Date of completion of Consultancy work:
11. Brief Details of Project:
12. Performance Report of Consultant Work*:

(i) Quality of Consultancy Services : Outstanding/Very Good/ Good / Poor

(ii) Technical Proficiency : Outstanding/Very Good/Good / Poor

(iii) General Behavior : Outstanding/Very Good/Good / Poor

*Weighted avg. of above three criteria shall be considered for marking in Technical Bid

Dated:

Executive Engineer or equivalent


/Authorized Signatory of Client

100
AE (P) EE
ANNEXURE G

STRUCTURE OF ORGANISATION

1. Name & Address of the Bidder:

2. Year of Establishment of Firm:

3. Telephone no. &Fax no.

4. Email id :

5. Legal status of the Bidder (Scan and Upload copies of original documentdefining
the legalstatus)
(a) An Individual*
(b) A proprietary firm*
(c) A firm in partnership*
(d) A limited company or Corporation*

6. Particulars of registration with various Government Bodies (Scan andUploaded


attested photocopy)
Organization/Place of registration Registration No.
i.

6. Names and titles of Directors & Officers with designation to be concerned with this work.:
Details of Architecture degree and Registration with COA of all Directors.

7. Designation of individuals authorized to act for the organization.

8. Has the Bidder or any constituent partner in case of partnership firm, Limited Company/Joint
Venture ever been convicted in the court of law? If so, give details.

9. In which field of Civil Engineering construction/ Architecture the Bidder has specialization and
interest?
**
10. Registration number and year of registration of the in house Architect(s) with Council
of Architecture :

11. Name, qualification and experience details of Architect(s), in-house with the bidder :

12. Any other information considered necessary but not included above.

** Scan and Uploaded Copy of Certificate of Registration with Council of Architecture.


Signature of
Bidder(s)
*Strike out which is not applicable.

101
AE (P) EE
ANNEXURE H

DETAILS OF COMPLETED WORKS OF PROVIDING ARCHITECTURAL & SERVICES


DESIGN
S. Name Owner Cost of Cost of Date of Details of Stipulat Actual Litigati Name, Whet
N of or the consult comme Consultancy services ed date date of on / Conta her
o. Work/ sponsor work/Pr ancy nce provided: of complet arbitrat ct the
Project ing ojects in work in ment of (a) Brief complet ion of ion Addre work
and organiz Crores Lacs of consult Description ion of Consult case ss, was
locatio ation of Rupees ancy as of Project Constru ancy pendin Telep done
n Rupees* per (b) Scope of ction work. g/ in hone on
Consultancy
contrac work progres numb back-
– Master Plan /
t s with er, to-
Architectural /
details Email back
Structural / MEP
* id of basis
/ HVAC / Fire
Project Yes/
fighting
In- No
/ Interior Design
charge
/ GRIHA
from
Consultancy
Client
(c) Functional
side to
Use of
whom
Different
referen
Buildings
ce may
Designed
be
made
for
verifica
tion
1 2 3 4 5 6 7 8 9 11 12

* Indicate Gross Amount claimed and Amount awarded by the Arbitrator.


Note:

1. Supporting documents like Certificate from Client in support of each of the above Similar Works/
Projects to be furnished. However, copy of award letters / work orders etc. need not be enclosed.

2. The photographs, drawings etc. can be enclosed to supplement any salient features/components.

102
AE (P) EE
ANNEXURE H-1

DETAILS OF ONGOING WORKS OF PROVIDING ARCHITECTURAL & SERVICES


DESIGN FOR RESIDENTIAL BUILDING PROJECT
S. Name of Owner Cost of the Cost of Date of Details of Stipulat Name,
or Consultancy e Contact
N Work/ sponsoring work/Proje consultanc commence services provided: d date Address
o. Project organizatio c y work in ment of (a) Brief of ,
and n ts in Description complet Telepho
Crores of Project i ne
location of Lacs of consultanc (b) Scope of on of number,
Rupees* y Consultancy Email
Rupees as per – Master Plan / Constru id of
Architectural / c Project
(as per contract Structural / tion In-
LOA) MEP work charge
/ HVAC / from
Fire fighting Client
/ Interior side to
Design whom
/ GRIHA reference
Consultancy may be
(c) Functiona made for
l Use of verificati
Different on
Building
s
Designed

1 2 3 4 5 6 7 8 9

1. Supporting documents like copy of award letters / work orders etc. need to be enclosed.

2. The photographs, drawings etc. can be enclosed to supplement any salient features/components.

103
AE (P) EE
ANNEXURE J
DETAILS OF TECHNICAL PERSONNEL TO BE DEPLOYED FOR THIS PROJECT
(Team for this Project)
Format for furnishing CV of Own Key personnel proposed to be engaged in the Consultancy
(Details should conform to requirements given in Chapter-6)

Number of Field of Educational Qualification


Name of Years of Position Specializatio
S.No Personn Experience Held (at n Post Remarks
Present (Out of Sub- Graduate or Graduate
el in relevant domains
field ) higher
mentioned)
1

(Signature of bidder with seal)

Note:
1. Details of all In-house personnel to furnished here i.e., Architects (Graduate or Post Graduate),
Environmental Expert, Electrical or Mechanical Engineer, etc.
2. Bidder is required to upload relevant documents in support of his information given above. If Form
16 is available or not applicable the bidder is required to upload the details of last month salary paid
to the employee in the following format:

Details last six salary transitions made to the employee (for each employee mentioned in
Annexure-J)
S.No. Name of Date of Employer’s Account Employee’s Ref. in
Employee transaction Details Account details Monthly
Account
statement of
Employer*

3. After award of contract by CPWD, all of the proposed key personnel to be available during
implementation of the project. However, any proposed substitution of key personnel by the Consultant has
to be approved by the Engineer-in-Charge. All substitution of Key Personnel by the consultant shallbe
done by Personnel with qualification and experience equal or more than of those mentioned in thebid.

104
AE (P) EE
Annexure J-1

Curriculum Vitae (CV) for each Own Key Personnel provided in Annexure-J (To be deployed
on the Project)
Proposed Position on this work: Colour
Name of Firm: Photo of
the
Name of staff:
Personnel
Nationality:
Profession:
Year with the Firm:
Details of tasks Assigned:
Qualification:
(Summarize College/ University and other specialized education of staff member giving
names of college/ institution, year of passing and degree obtained in about Quarter of a page)
Language:
(Include proficiency in speaking, reading and writing each language by a degree of
(Excellent/Good /Fair or Poor)
Employment Record & Present Commitments:
(Starting with present position, list in reversed order, and every employment held since
graduation, giving dates, names of employing organization, title of position held and location
of assignments. For experience in last ten years, also give type of activities performed and
references, where appropriate. The information to be provided will include the position, project
brief including location, cost, duration of assignment &current status etc.)

Particular Experience under this heading: Give outline of staff member’s experience and training
pertinent to this work. Describe degree of responsibility held by staff member on relevant previous
assignment and give dates and locations in addition academic qualifications (in about half a page)
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this bio-data correctly
describes my qualification, my experience and me.
I also indicate my willingness to work on this project and my availability for the man hours
committed for this project by me.

Date: Day/Month/Year:
Signature of Key personnel:
Sign of Authorized Official from
the firm and seal of the firm:
Note:

(i) The above information should be factually correct, providing false or incorrect information
will be considered very seriously and Bidder providing false information may be disqualified.
Each CV will be countersigned by the authorized signatory of the bidder firm in blue
ink and a scanned photo attached on it in the space provided.

105
AE (P) EE
ANNEXURE K

UNDERTAKING (for Associate firm/individual)


(Solar Associate/)

I/We have read and examined the Technical Bid and Financial Bid documents.

I/We hereby give my consent as an associate for the execution of the work: Development of sites
of industries estates at Kashmir J&K. (SH: Providing comprehensive consultancy services
for preparation of Masterplan, Concept & preliminary Architectural drawings, Detailed
Project Report) within the specified time frame for various activities in all respects and as per terms
and condition of agreement and as per instruction given by Engineer-in-Charge (CPWD).

I/We undertake and confirm that eligible Consultancy works(s) has/have not been got executing through
another Consultant on back-to-back basis. Further that, if such a violation comes to the notice of CPWD, then
I/we shall be debarred for tendering in CPWD in future forever. Also, if such a violation comes to the notice of
CPWD before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of
Performance Guarantee.
I/We undertake and confirm that our firm has not been debarred/ restrained/ black listed by any Central Govt. /
State Govt. agency/Autonomous body of the Central or State Govt./ PSU etc. in the past from providing
consultancy services to participate in the bidding process for selection of consultant.

Dated

Address:
Occupation:

Signature of Associate Firm


Postal Address
Signature of Main Consultants or Bidder
Postal Address

106
AE (P) EE
Annexure L
CALCULATION OF BIDDING CAPACITY
DETAILS OF EXISTING COMMITMENTS AND ONGOING WORKS

S. Name Owner or Contr Date of Stipulate Upto Remain Existing Name and Remarks
No. of sponsoring act comme d date of date ing commitme address/
work organizatio value ncement completi percent work in nt telephone
/ n in as per on age percentag Column 4 number of
projec crore contrac progres e (100- x Column officer to
t and of t s of column 7) 8 /100 whom
locatio rupee work reference
n s may be
made
1 2 3 4 5 6 7 8 9 10 11

Total (B) =
Maximum turnover in last seven years = Rs…………
Updated value of turnover (A) = Rs…………
No. of years (N) = …………..
Bidding Capacity= {[AxNx1.5]-B} =
Certificate:
I certify that all the awarded and ongoing works have been included in the above list.
(Signature of Bidder(s))

107
AE (P) EE
ANNEXURE M

APPENDIX - XVIII
Notice for appointment of Arbitrator

To,
The Chief Engineer/Superintending Engineer
................. (Zone or Circle) …………….
...............................................................
Subject: Notice for appointment of Arbitrator for adjudication of disputes relating to agreement number:
…………………………………………….
Dear Sir,
In terms of arbitration clause of the aforesaid agreement, particulars of which are given below, I/We
hereby give you notice to
appoint an Arbitrator for adjudication of disputes mentioned below.
1. Name of applicant
2. Whether applicant is Individual/Prop. Firm/Partnership Firm/Ltd. Co.
3. Full address of the applicant
4. Name of the work and contract number in which arbitration sought
5. Name of the Division which entered into contract
6. Contract amount in the work
7. Date of contract
8. Date of initiation of work
9. Stipulated date of completion of work
10. Actual date of completion of work (if completed)
11. Total number of claims made
12. Total amount claimed
13. Date of intimation of final bill (if work is completed)
14. Date of payment of final bill (if work is completed)
15. Amount of final bill (if work is completed)
16. Date of request made to SDG/ADG for conciliation
17. Date of receipt of SDG/ADG’s decision
18. *I/We hereby give consent for appointment of Arbitrator of MoHUA.
An agreement as per Appendix-XVIII is enclosed.
Or
* I/We do not give consent for appointment of Arbitrator of MoHUA.

I/We certify that the information given above is true to the best of my/our knowledge. I/We enclose
following documents.
1. Statement of claims with amount of claims. 2. *Agreement of waiver of Section 12(5) of the
Arbitration and Conciliation Act, 1996 Appendix-XIX.
( * strikeout whichever is not applicable).

Copy in duplicate to:


1. The Executive Engineer, Division.
Yours faithfully, (Signatures)

Signature of the applicant


(only the person/authority who signed the contract should sign here)

108
AE (P) EE
ANNEXURE N

On non-judicial stamp paper of minimum Rs. 100


(Guarantee Offered by Bank to CPWD in Connection with The Execution of Contracts)
Form of Bank Guarantee for Earnest Money Deposit /performance
Guarantee/Security Deposit/Mobilization Advance

1. Whereas the Executive Engineer Srinagar Central Division, CPWD Srinagar on behalf of the President
of India (hereinafter called "The Government”) has invited bids under (NIT number)
………………………………………………………………………………………………....
dated…………………………for.….……………...……...……...........................................................
.........................(name of work)
……………………………………………………………………………...
The Government has further agreed to accept irrevocable Bank Guarantee for Rs. ..........................
(Rupees …………… only) valid upto …........ (date)*……...... as Earnest Money Deposit from
....................... (Name and address of contractor) .........................., (hereinafter called "the contractor")
for compliance of his obligations in accordance with the terms and conditions of thesaid NIT.
OR**

Whereas the Executive Engineer Srinagar Central Division CPWD Srinagar (Name of Division) on
behalf of the President of India (hereinafter called "The Government”) has entered into an agreement
bearing number……………... with ........................................................................... (name and address
of the contractor) ………………………. (Hereinafter called "the Contractor”) for execution of
work............................ (Name of work) …………………....... The Government has further agreed
to accept an irrevocable Bank Guarantee for Rs. ....................... (Rupees ……………………......
only) valid upto .................. (date) ……………......... as Performance Guarantee/security
Deposit/Mobilization Advance from the said Contractor for compliance of his obligations in accordance
with the terms and conditions of the agreement.

2. We, ......................... (Indicate the name of the bank) (herein after referred to as “The Bank”), hereby
undertake to pay to the Government an amount not exceeding Rs ............................. (Rupees
…………................ only) on demand by the Government within 10 days of the demand.
3. We, ........................ (indicate the name of the Bank) do here by undertake to pay the amount due
and payable under this guarantee without any demur, merely on a demand from the Government
stating that the amount claimed is required to meet the recoveries due or likely to be due from the said
contractor. Any such demand made on the Bank shall be conclusive as regards the amount due and
payable by the Bank under this Guarantee. However, our liability under this guarantee shall be restricted
to an amount not exceeding Rs……………........ (Rupees ........................................... only).
4. We, .................. (indicate the name of the Bank)................ , further undertake to pay the Government
any money so demanded notwithstanding any dispute or disputes raised by the contractor in any suit
or proceeding pending before any court or Tribunal, our liability under this Bank Guarantee being
absolute and unequivocal. The payment so made by us under this Bank Guarantee shall be a valid
discharge of our liability for payment there under and the contractor shall have no claim against us for
making such payment.
5. We, ....................... (indicate the name of the Bank) further agree that the Government shall have the
fullest liberty without our consent and without affecting in any manner. our obligation here under to
vary any of the terms and conditions of the said agreement or to extend time of performance by the said
contractor from time to time or to postpone for any time or from time to time any of the powers
exercisable by the Government against the said contractor and.to forbear or enforce any of the terms

109
AE (P) EE
and conditions re-rating to the said agreement and we shall not be relieved from our liability by reason
of any such variation or extension being granted to the said contractor or for any forbearance, act of
omission on the part of the Government or any indulgence by the Government to the said contractor or
by any such matter or thing whatsoever which under the law relating to sureties would, but for this
provision, have effect of so relieving us.

6. We, ………................. (Indicate the name of the Bank) further agree that the Government at its option
shall be entitled to enforce this Guarantee against the Bank as a principal debtor at the first instance
without proceeding against the contractor and notwithstanding any security or other guarantee the
Government may have in relation to the Contractor's liabilities.

7. This guarantee will not be discharged due to the change in Contractor.

8. We, .............................. (indicate the name of the Bank) ................................undertake not to revoke
this guarantee except with the consent of the Government in writing.

9. This Bank Guarantee shall be valid up to …………………. unless extended on demand by the
Government. Notwithstanding anything mentioned above, our liability against this guarantee is
restricted to Rs………………... (Rupees............................ only) and unless a claim in writing is lodged
with us within the date of expiry or extended date of expiry of this guarantee, all our liabilities under
this guarantee shall stand discharged.
Date. ………………

Witnesses:

Signature.................. Authorized signatory


Name and address Name
Designation Staff code no.
Bank seal:

Signature..................
Name and address

□ Date to be worked out on the basis of validity period of 30 days, where only financial bids are
invited and 150 days for two/three bid system from the date of submission of tender.

** ln paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for earnest
money or for performance guarantee/security deposit/mobilization advance, as the case may be.

110
AE (P) EE
Financial BID (To be filled online in the format uploaded by CPWD)

Dated:
To,
Executive Engineer,
Srinagar Project, CPWD
NIT Campus Srinagar (J&K).

Name of Work: Development of sites of industries estates at Kashmir J&K. (SH: Providing
comprehensive consultancy services for preparation of Masterplan, Concept &
preliminary Architectural drawings, Detailed Project Report)

Dear Sir,

With reference to your NIT no.08/SE/Srinagar/2022-23, I/we, having examined the Bidding Documents and
understood their contents, hereby submit my/our BID for the aforesaid Project. The BID is unconditional
and unqualified.

1 I/ We acknowledge that the Department will be relying on the information provided in the BID and the
documents accompanying the BID for selection of the Consultant for the aforesaid Project, and we
certify that all information provided in the Bid are true and correct; nothing has been omitted which
renders such information misleading; and all documents accompanying the BID are true copies of
their respective originals.

2 The BID Price has been quoted by me/us after taking into consideration all the terms and conditions stated
in the bid document, draft Agreement, our own estimates of costs and after a careful assessment of
the site and all the conditions that may affect the project cost and implementation of the project.

3 I/ We acknowledge the right of the Department to reject our BID without assigning any reason or
otherwise and hereby waive, to the fullest extent permitted by applicable law, our right to challenge the
same on any account whatsoever.

4 In the event of my/ our being declared as the Selected Bidder, I/we agree to enter into an Agreement
in accordance with the draft that has been provided to me/us prior to the BID Due Date. We agree not
to seek any changes in the aforesaid draft and agree to abide by the same.

5 I/ We shall keep this offer valid for 75 (seventy-five) days from the date of opening of eligibility cum
technical bid (Part-1)

6 Open Areas for parking, lawns and landscaping etc. shall be deemed to be included in the total quoted
price bid and nothing extra shall be payable on this account.

111
AE (P) EE
%
Estimated % in figures
Item Above Total
Cost
No. Description or Cost
(in Rs.)
below
1 2 3 4 5 6
Providing comprehensive consultancy
services for preparation of Masterplan,
Concept & preliminary Architectural
drawings, Detailed Project Report
consisting of Geotechnical/soil
investigation, Reconnaissance Report,
External approach road, Internal Roads &
paths, Stormwater drainage system,
External & internal Water Supply
Network, Sewer System & STP i/c
1. effluent use & disposal, Ground
Levelling work, Overhead tank,
Underground Water Tank, Tube well.,
Boundary wall of site, Landscaping 75 lakhs
Work, Compound lighting, Solar Power
Generation, Internal & external electrical
installations i/c street lights, Electrical
Supply connection, Common facilities
like bank, post office, toilets, shopping
complex, community center, pump room,
etc, Tree translocation/Plantation, E&M
services like DG sets, Substation etc and
identification of all other components of
work required for working out cost of
project complete as per site requirements,
compliance of all codal provisions, local
bodies By-Laws and complete as per
direction of engineer-in-charge

I/we quote my / our rate for the above work as under:


1. The rate quoted is inclusive of all applicable taxes and duties.
2. The column No. 4 & 5 is mandatorily to be filled by the bidder/tenderer.
3. Amount in column No. 6 shall appear automatically.
Yours faithfully,

Date: (Signature, name and designation of the


Place: Authorized Signatory)

Name & seal of Bidder/Lead

112
AE (P) EE
ABBREVIATIONS

CUK:- Central University of Kashmir


CPWD: - Central Public Works Department
GC: - Group Centre
CRPF:- Central Reserve Police Force
NIT:- Notice Inviting Tender
J&K: - Jammu and Kashmir
E&M: - Electrical and Mechanical
HVAC: - Heating Ventilation and Air Conditioning
HUA: - Housing and Urban Affairs
CA: - Chartered Accountant
FY: - Financial Year
EMD: - Earnest Money Deposit
MSME: - Ministry of Micro Small and Medium Enterprises
NSIC: - National Small Industries Corporation Limited
DG: - Diesel Generator Set
PV: - Photo Voltaic Modules
GST: - Goods and Service Tax

113
AE (P) EE

You might also like