Download as pdf or txt
Download as pdf or txt
You are on page 1of 79

ffi

&
GEhITRAIL PG'BILIG W@R.D<S DEPARTNfl EhlT
OFFICE MEMORANDUM
No. DG/CON/Misc./ 11
ISSUED BY AUTHORIW OF DIRECTOR GENERAL, CPWD
NIRMAN BHAWAN NEW DELHI DATED: 07.09.2020
Sub:- Suggestion on draft MODEL NIT for EPC Projects

The draft Model NIT is uploaded herewith for obtaining feed back/suggestions
from officers of CPWD before finalizing the same.

Any feed back/suggestion on the MODEL NIT should reach to the office of SE

(C&M) CPWD, latest by 27.09.2020 on email secm@nic.in. These suggestions shall be


used to upgrade GCC-2020 EPC Projects.

This issues with the approval of ADG(Tech.) CPWD.

Encl: Model NIT


(v. . Sahu)

Superintending Engineer (C&M)

lssued from file No. CSQ/CM /17(ll/2O2O (Through CPWD Website)


e-file no. 9087981

Copy to:

All the officers of CPWD/PWD Delhi, through CPWD website for information and
necessa ry action.

o .o\'Ltuo
Superinte ding Engineer (C&M)
1

DRAFT

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

MODEL NIT
NIT No:

Name of the Work:

Estimated Cost: Civil : ………../-


E&M : ……………/-
Total : ……………/-

Earnest Money: Rs. ……………./-

Pre Bid Date: */*/2020 at 11:00 Hrs.

Last date and time


of Online submission of bid : */*/2020 upto 15:00 Hrs.

* To be filled by EE, CPWD

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


2

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

Name of Work:

This Bid Document Consists of :-

Part – II Eligibility Bid


To be Submitted on */*/2020 at 15:00 Hrs
To be opened on */*/2020 at 15:30 Hrs.
Pre-bid meeting to be held on */*/2020 at 11:00 Hrs.

Part - III Financial Bid

* To be filled by EE, CPWD

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


3

INDEX (Indicative)

Name of work:

Sl. No Description Page No.


1 Index
2 Approval

Part-I: General Information


1 Information and instructions for Bidders for e-tendering
2 Notice Inviting e-Bid- CPWD-6

Part-II: Eligibility Bid


1 Glossary
2 Section-I: Scope of work
3 Section-II: Information and Guide-lines for bidders
4 Eligibility and evaluation criteria – Annexure-1
5 Section-III: Letter of Transmittal
6 From A, B, B-1,C,D,E,F,G

Part-III: Financial Bid


1 NIT FORM CPWD-8–EPC
2 Schedule A-F
3 Appendix-I: Establishing Site Laboratory and Testing of Materials
4 Appendix-II: Requirements of Plant and Equipment at site

Chapter- A: Scope of work, Planning, Designing and Safety


1 Scope of Work, General Condition for Planning & Design
2 Safety, Health & Environment

Chapter-B: Conditions and Specifications of Civil works


1 Additional Conditions for Civil works
2 Particular Specifications for Civil Works
3 Design Basis Report for Civil Works
4 Preferred makes List for Civil Works
5 Guarantee bonds
6 Performance Guarantee/ Performance Security Form
7 Contract Agreement Form

Chapter- C: Scope and Specifications of Electrical and Mechanical Works


1 Association of Agencies for Execution of E&M Works by Main
Contractor
2 Detailed Scope & Technical Specifications of E & M Works
3 List of preferred make E&M
4 Particular Technical Specifications of Electrical & Mechanical
Works

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


4
Chapter – D: Reports and Drawings (Indicative)
1 Soil Investigation Report
2 Architectural Plans (Indicative)

Chapter – E: Schedule of Stage Payment


1 Payment Conditions and Schedule of Stage payment

Chapter – F: Schedule of Financial Bid


1 Schedule of Financial Bid

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


5

APPROVAL

Name of Work:

PART I General Information


PART II EligibilityBid
PART III Financial Bid

Chapter- A Scope of work, Planning, Designing and Safety


Chapter- B Conditions, Specifications & Design Basis Report of Civil works
Chapter- C Scope and Specifications of Electrical and Mechanical works
Chapter- D Reports and Drawings (Indicative)
Chapter- E Schedule of Stage Payment
Chapter- F Schedule of Financial Bid

NOTICE INVITING TENDERS (NIT) amounting to Rs……………(


Rupees……….only) from Page number 01 to ………… is approved.

Executive Engineer(Elect.), CPWD Executive Engineer(Civil), CPWD

Approved by

Chief Engineer, CPWD/ Superintending Engineer, CPWD

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


6

PART-I
GENERAL INFORMATION

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


7
“INFORMATION & INSTRUCTIONS To BIDDERS” for E-Tendering

1. The Executive Engineer, CPWD, (Telephone No:..*.., e-mail:…*…..) on behalf of the


President of India invites online bids on EPC basis from eligible agencies (Joint
Ventures are not accepted) satisfying the set eligibility criteria, in two bid system for the
following work:

NIT No
Name of Work

Location
Civil: Rs…..
E&M: Rs…….
Estimated cost put to bid Total: Rs……

Earnest Money Rs…….


Total Time Period: …… Months
Period of Completion (i) …..Months for Planning, Designing and
obtaining various approvals as per this
contract document and complying all pre-
construction activities for commencing the
construction work, thereafter
(ii) …..Months for execution and physical
completion, occupancy certificate from local
body and no objection certificate from fire
department & other local bodies.
(iii) Defect Liability Period of ….. months
after record of completion of the said work
Last date & time of online
submission of bid ……….. up to 15:00 Hrs.

Time and date of opening of ……….. at 15:30 Hrs.


eligibility bid

1.1. The work is estimated to cost Rs…………….(Civil component: Rs…… and E & M
component: Rs………).This estimate, however, is given merely as a rough guide.

(* To be Filled by EE, CPWD)

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


8

1.2. Intending bidders are eligible to submit the bid provided they have 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:
1.3. Bidders who fulfil the following requirements (Initial eligibility criteria) shall be
eligible to apply. (Joint Ventures are not accepted)

1.3.1 (i) Should have satisfactorily completed the following works in last 7 (seven) years
ending previous day of last date of submission of bids including extended date, if
any. For this purpose, cost of work shall mean gross value of the completed work
including the cost of materials supplied by the Government/Client, but excluding
those supplied free of cost. This should be certified by an officer not below the rank
of Project Manager/Executive Engineer or equivalent.

Three similar completed works each of value not less than 40% of Estimated cost
put to tender of construction work‟s cost
Or

Two similar completed works each of value not less than 60% of Estimated cost
put to tender of construction work‟s cost
Or

One similar completed work of value not less than 80% of Estimated cost put to
tender of construction work‟s cost

In this regard, details submitted by bidders in concerned Form shall be evaluated


for assessing this initial eligibility criteria. This work shall be considered for the
purpose of assessing the technical competency only without adding its monetary
value for determining eligibility criteria.

1.3.2 Similar works shall mean works of:-

“Construction of RCC framed structure building of at least **** storeys including


Internal Electrical Installations and any one services out of (i.e Fire-Fighting, Fire-
Alarm, Substation, DG set, HVAC and Lifts executed under one agreement in
India”. ( To be as per CPWD Works Manual & SOP finally)

Note:-
1) If there are a number of buildings in a similar work, then minimum one
building should satisfy the definition of similar work.
2) Mumty and machine room shall not be considered as storey for this purpose.
3) Each basement, stilt constructed in the building shall be considered as
storey.
The value of executed works shall be brought to current costing level by enhancing
the actual value of work at simple rate of 7% per annum; calculated from the date of
completion to the previous day of last date of submission of tenders.

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


9

1.3.3 Should have had average Annual Financial Turn Over (gross) of not less than
50% of Estimated cost put to tender on construction works during the immediate
last three consecutive Financial years ending on 31st March 2020. This should be
duly audited by Chartered Accountants. Year in which no turnover is shown would
also be considered for working out the average. Scanned copy of certificate from
Chartered Accountant to be uploaded. Further details, if required may be asked
from the bidder after opening of eligibility bids.
The multiplication factor of 7% per annum simple interest is NOT applicable on the
Annual Financial Turnover figures
1.3.4 Should not have incurred any loss (profit after tax should be positive) in more
than two years during the last five consecutive Financial years ending 31stMarch
2020 duly audited and certified by the Chartered Accountant. (scanned copy of
certificate from CA to be uploaded). The balance sheet in case of Pvt/Public Ltd
company means its Standalone Finance Statement and Consolidated Financial
Statement both)
1.3.5 Should have Networth of minimum 10% of Estimated cost put to tender
certified by chartered accountant (Scanned copy of original Networth Certificate
issued by Certified Chartered Accountant in Form B-1 to be uploaded) or Should
have Bank Solvency Certificate of minimum 40% of Estimated cost put to
tender certified by solvency issuing bank on bank(Scanned copy of original Bank
Solvency Certificate issued by the Bank in Form B to be uploaded).
1.3.6 Should have bidding capacity equal to or more than estimated cost put to
tender. The bidding capacity shall be worked out by the following formula:
Bidding Capacity = {[AxNx2]-B}, Where,
A = Maximum turnover in construction works executed in any one year during the
last five 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 has been
invited. When the value of N is less than 0.5 years, then for purpose of calculation
value to N shall be taken as 0.5.
B = Value of existing commitments and on going works to be completed during the
period of completion of work for which bids have been invited.
1.3.7 To become eligible for issue of bid, the bidders shall have to furnish an
affidavit in Form G as under (Scanned copy to be uploaded):
I/We undertake and confirm that eligible similar work(s) has/have not been got
executed through another contractor on back to back basis or subletting basis.
Further that, if such a violation comes to the notice of Department, then I/we shall
be debarred for bidding in CPWD in future forever. Also, if such a violation comes to
the notice of Department before date of start of work, the Engineer-in-Charge shall
be free to forfeit the entire amount of Earnest Money Deposit/Performance
Guarantee. (Scanned copy to be uploaded at the time of submission of bid).
1.3.8 The bidder should have sufficient number of Technical and Administrative
employees for the proper execution of the contract. The bidder shall have to submit
a list of these employees stating clearly how these would be involved in this work
within 15 days of award of work.

2. The intending bidder must read the terms and conditions of CPWD-6 carefully. He
should only submit his bid if he considers himself eligible and he is in possession of
all the documents required.
TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)
10

3. Information and instructions for bidders posted on website shall form part of bid
document.

4. The bid document consisting of indicative architectural plans, specifications,


schedule of quantities of items to be executed, schedule of stages for payment and
the set of terms & conditions of the contract to be complied with and other
necessary documents can be seen and downloaded free of cost from website
www.tenderwizard.com/cpwdor www.eprocure.gov.in. or www.bolpatra.gov.np/egp

5. The bid can only be submitted after deposition of original EMD either in the office of
Executive Engineer & Senior Manager inviting bids or division office of any Executive
Engineer, CPWD within the period of bid submission and uploading the mandatory
scanned documents such as Demand darft or Pay order or Bankers Cheque or
Deposit at call Receipt or Fixed Deposit Receipts and Bank Guarantee of any
scheduled Bank towards EMD in favour of Executive Engineeras mentioned in NIT,
receipt for deposition of original EMD to division office of any Executive
Engineer(including NIT issuing EE/AE), CPWD and other documents as specified.

6. Those contractors not registered on the website mentioned above, are required to
get registered beforehand. Only e-bids shall be accepted on webite
www.tenderwizrad.com/cpwd through e-tendering processes.

7. The intending bidder must have valid Class-III digital signature to submit the bid.

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

9. Contractor can upload documents in the form of JPG format and PDF format.

10. Certificate of Financial Turn over: At the time of submission of bid, contractor
may upload Affidavit/ Certificate from CA mentioning Financial Turnover of last 3
years or for the period as specified in the bid document and further details if
required may be asked from the contractor after opening of technical bids. There is
no need to upload entire voluminous balance sheet.

11. Contractor must ensure to quote rate of each item. The column meant for quoting
rate in figures appears in pink colour and the moment rate is entered, it turns sky
blue.

In addition to this, while selecting any of the cells a warning appears that if any cell
is left blank the same shall be treated as "0". Therefore, if any cell is left blank and
no rate is quoted by the bidder, rate of such item shall be treated as "0" (ZERO).

However, If a tenderer quotes nil rates against each item in item rate tender or
does not quote any percentage above/below on the total amount of the tender or
any section / sub head in percentage rate tender, the tender shall be treated as
invalid and will not be considered as lowest tenderer.

12. The “Eligibility Bid” shall be opened first on due date and time as mentioned above.
The time and date of opening of “Financial Bid” of bidders qualifying the eligibility
bid shall be communicated to them at a later date. The financial bid shall be
opened at the notified time, date & place. The bidders or their representatives may
remain present in the office of tender opening authority.
TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)
11

13. Pre bid conference shall be held in the Office of ……… at …*…Hrs. on …*... to
clear the doubt of intending bidders, if any. (* To be filled by EE, CPWD before
uploading)

14. The department reserves the right to reject any or all bids without assigning any
reason thereof and may restrict the list of qualified bidders to any number deemed
suitable by it, if too many bids are received satisfying the minimum laid down
criteria.

15. After submission of the bid, the bidder can re-submit revised bid any number of
times but before last date and time of submission of bid as notified.

While submitting the revised bid, bidder can revise the quoted rates of one or more
items any number of times but before last date and time of submission of bid as
notified.

Following List of Document are to be scanned and uploaded by intending


bidders within the period of bid submission as applicable:-
Table – 1 (a): For Non-CPWD contractors:

1. Copy of Treasury Challan/Demand Draft/Pay Order or Banker‟s Cheque/


Deposit at Call Receipt/Fixed Deposit Receipt of a Scheduled Bank/ Bank
Guarantee of any Scheduled Bank against EMD.
2. Copy of receipt for deposition of original EMD issued from Division office of any
Executive Engineer, CPWD. (including NIT issuing EE, CPWD) Form-F
3. Letter of transmittal.
4. GST Registration Certificate of State in which work is to be taken up, if already
obtained by the bidder. If the bidder has not obtained GST registration of the
State in which work is to be taken up, or as required by GST authorities, then in
such a case the following undertaking:
“If work is awarded to me, I/We shall obtain GST registration certificate of the
States, in which said works are 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 works executed and/or for any action
taken by CPWD or GST Department in this regard”.
5. Financial information (Form „A‟).
6. Networth Certificate (Form „B-1‟) / Bank Solvency Certificate (Form-B)
7. Details of eligible similar nature of works completed during the last seven years
ending previous day of last date of submission of tenders (Form „C‟).
8. Performance report of works referred in Form „C‟ (Form „D‟)
9. Structure & Organization (Form „E‟).
10. Affidavit (Form „G‟)

Table – 1 (b): For CPWD contractors of appropriate class & category:

1. Copy of Treasury Challan/Demand Draft/Pay Order or Banker‟s Cheque/


Deposit at Call Receipt/Fixed Deposit Receipt of a Scheduled Bank/ Bank
Guarantee of any Scheduled Bank against EMD.
2. Copy of receipt for deposition of original EMD issued from Division office of any
Executive Engineer, CPWD (including NIT issuing EE, CPWD) Form-F.
3. Enlistment order in appropriate class and category issued by CPWD.
TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)
12
4. Networth Certificate (Form „B-1‟) / Bank Solvency Certificate (Form-B)
5. GST Registration Certificate of the State in which the work is to be taken up, if
already obtained by the bidder. If the bidder has not obtained GST registration in
the State in which the work is to be taken up, or as required by GST authorities,
then in such a case the following undertaking:
“If work is awarded to me, I/We shall obtain GST registration certificate of the
State, in which said 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 works executed and/or for any action
taken by CPWD or GST Department in this regard”.

Important:

(a) The contractor shall submit original copies of all documents within 03 days of the date
of opening of eligibility bid mentioned at Serial Nos. 2,3, 6 and 10 in Table-1 (a) and
self-certified documents in respect of other documents mentioned in Table-1(a) with
Executive Engineer, CPWD…………
(b) CPWD enlisted contractors of class 1 (super) in composite category shall also submit
original copy of document at Serial Nos. 2 & 4 in Table-1 (b) and self attested copies
of documents at Serial Nos. 1,3 & 5 of Table-1(b)

Executive Engineer, CPWD

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


13

CPWD-6 FOR e-BIDDING

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
NOTICE INVITING e-BIDS

1. The Executive Engineer………………..(Telephone No: …*…e-mail:…*…..) on behalf of the


President of India invites online bids on EPC basis from eligible firms/ agencies satisfying
the set eligibility criteria, in two bid system for the following work:

Name of work:…………………………………………………………………………………….

1.1. The work is estimated to cost Rs………(Civil component: ………… and E & M component:
…………). This estimate, however, is given merely as a rough guide.

1.2. Intending bidders are eligible to submit the bid provided they have 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:
1.3. Bidders who fulfil the following requirements (Initial eligibility criteria) shall be eligible to
apply (Joint Ventures are not accepted)

1.3.1 (i) Should have satisfactorily completed the following works in last 7 (seven) years ending
previous day of last date of submission of bids including extended date, if any. For this
purpose, cost of work shall mean gross value of the completed work including the cost of
materials supplied by the Government/Client, but excluding those supplied free of cost.
This should be certified by an officer not below the rank of Project Manager/Executive
Engineer or equivalent.

Three similar completed works each of value not less than 40% of Estimated cost put to
tender of construction work‟s cost
Or

Two similar completed works each of value not less than 60% of Estimated cost put to
tender of construction work‟s cost
Or

One similar completed work of value not less than 80% of Estimated cost put to tender
of construction work‟s cost

In this regard, details submitted by bidders in concerned Form shall be evaluated for
assessing this initial eligibility criteria. This work shall be considered for the purpose of
assessing the technical competency only without adding its monetary value for determining
eligibility criteria.

1.3.2 Similar works shall mean works of:-

“Construction of RCC framed structure building of at least **** storeys including


Internal Electrical Installations and any one services out of (i.e Fire-Fighting, Fire-
Alarm, Substation, DG set, HVAC and Lifts executed under one agreement in
India”. (To be as per CPWD Works Manual & SOP finally)
TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)
14

Note:-
1) If there are a number of buildings in a similar work, then minimum one
building should satisfy the definition of similar work.
2) Mumty and machine room shall not be considered as storey for this purpose.
3) Each basement, stilt constructed in the building shall be considered as
storey.
The value of executed works shall be brought to current costing level by enhancing
the actual value of work at simple rate of 7% per annum; calculated from the date of
completion to the previous day of last date of submission of tenders.

1.3.3 Should have had average Annual Financial Turn Over (gross) of not less than 50% of
Estimated cost put to tender on construction works during the immediate last three
consecutive Financial years ending on 31st March 2020. This should be duly audited by
Chartered Accountants. Year in which no turnover is shown would also be considered for
working out the average. Scanned copy of certificate from Chartered Accountant to be
uploaded. Further details, if required may be asked from the bidder after opening of
eligibility bids.
The multiplication factor of 7% per annum simple interest is NOT applicable on the Annual
Financial Turnover figures
1.3.4 Should not have incurred any loss (profit after tax should be positive) in more than
two years during the last five consecutive Financial years ending 31stMarch 2020 duly
audited and certified by the Chartered Accountant. (scanned copy of certificate from CA to
be uploaded). The balance sheet in case of Pvt/Public Ltd company means its Standalone
Finance Statement and Consolidated Financial Statement both)
1.3.5 Should have Networth of minimum 10% of Estimated cost put to tender certified by
chartered accountant (Scanned copy of original Networth Certificate issued by Certified
Chartered Accountant in Form B-1 to be uploaded) or Should have Bank Solvency
Certificate of minimum 40% of Estimated cost put to tender certified by solvency
issuing bank on bank(Scanned copy of original Bank Solvency Certificate issued by the
Bank in Form B to be uploaded).
1.3.6 Should have bidding capacity equal to or more than estimated cost put to tender. The
bidding capacity shall be worked out by the following formula:
Bidding Capacity = {[AxNx2]-B}, Where,
A = Maximum turnover in construction works executed in any one year during the last five
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 has been invited.
When the value of N is less than 0.5 years, then for purpose of calculation value to N shall
be taken as 0.5.
B = Value of existing commitments and on going works to be completed during the period
of completion of work for which bids have been invited.
1.3.7 To become eligible for issue of bid, the bidders shall have to furnish an affidavit in
Form G as under (Scanned copy to be uploaded):
I/We undertake and confirm that eligible similar work(s) has/have not been got executed
through another contractor on back to back basis or subletting basis. Further that, if such a
violation comes to the notice of Department, then I/we shall be debarred for bidding in
CPWD in future forever. Also, if such a violation comes to the notice of Department before
date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of
Earnest Money Deposit/Performance Guarantee. (Scanned copy to be uploaded at the
time of submission of bid).
1.3.8 The bidder should have sufficient number of Technical and Administrative employees for
TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)
15
the proper execution of the contract. The bidder shall have to submit a list of these
employees stating clearly how these would be involved in this work within 15 days of award
of work.

2. Agreement shall be drawn with the successful bidder on prescribed Form No.
CPWD– 7/8 annexed at ………..along with General Condition of Contract 2020 for EPC
Projects as amended up to the last date of submission of bid, which is available on website
www.cpwd.gov.in. This form shall be read with modifications as per NIT Document.
Bidders shall quote their rates as per various terms and conditions of the above documents
which will form part of the agreement.

3. Time allowed for carrying out of work …………Months


(i) …….. Months (from the date of issue of award letter) for Planning, Designing and obtaining
various approvals as per this contract document and complying all pre-construction activities
for commencing the construction work, thereafter
(ii) ……… Months for execution and physical completion, occupancy certificate from local
body and no objection certificate from fire department & other local bodies.

Defect Liability Period: ………months, after completion of construction work or record


of Final completion certificate, whichever is later.
4. Site for the work is available/ to be made available in phased manner as mentioned below:-
………………………………………………………………………………………………………………
…………………………………………………………………………………………………………..

Accordingly, intending bidders are advised to inspect and examine the site and its
surroundings and satisfy themselves before submitting their bids as to the nature of the ground
and sub-soil (copy of indicative soil investigations attached with this NIT), the form and nature
of the site, the means of access to the site, the accommodation they may require and in
general shall themselves obtain all necessary information as to risks, contingencies and
other circumstances which may influence or affect their bid. A bidder shall be deemed to have
full knowledge of the site whether he inspects it or not and no extra claims/payments
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 bid implies
that he has read this notice and all other contract documents and has made himself aware of
the scope and specifications of the work to be done and local conditions and other factors
having a bearing on the execution of the work.

5. The bid document consisting of indicative architectural plans, specifications, schedule of


quantities of items/ financial bid to be executed, schedule of stages for payment and the set of
terms & conditions of the contract to be complied with and other necessary documents can be
seen and downloaded free of cost from website www.tenderwizard.com/cpwd or
www.eprocure.gov.in.
6. After submission of the bid, the bidder can re-submit revised bid any number of times but
before last date and time of submission of bid as notified.

7. While submitting the revised bid, bidder can revise the quoted rates of one or more items any
number of times but before last date and time of submission of bid as notified.

8. Only e-bids shall be accepted through www.tenderwizard.com/cpwd. Agencies willing to


TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)
16
participate in this bidding process, if not already registered, should get themselves registered
before hand with M/s ITI Limited, New Delhi India through their e- gateway by credit/debit card
or internet banking or RTGS/NEFT facility.
The bid can only be submitted after depositing e-tender Processing Fee as applicable
in favour of ITI Limited through their e-gateway by credit/debit card, internet banking or
RGTS/NEFT facility.

9. Earnest Money Deposit/Bid Security:-


a) The bid can only be submitted after deposition of original EMD either in the office
of Executive Engineer& Senior Manager inviting bids or division office of any
Executive Engineer, CPWD within the period of bid submission and uploading the
mandatory scanned documents such as Demand draft or Pay order or Bankers
Cheque or Deposit at call Receipt or Fixed Deposit Receipts and Bank Guarantee
of any scheduled Bank towards EMD in favour of Executive Engineeras
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
b) EMD/Bid Security as above, shall be scanned & uploaded to the e-tendering website
within the period of bid submission.
c) The original EMD/Bid security should be deposited either in the office of Executive
Engineer inviting bids or division office of Executive Engineer, CPWD…………. within the
period of bid submission.
d) The EMD receiving Executive Engineer shall issue a receipt of deposition of earnest
money deposit to the bidder in a prescribed format (Form „F‟) uploaded by tender inviting
EE in the NIT.
e) This receipt shall also be uploaded to the e-tendering website by the intending bidder upto
the specified bid submission date and time.
f) The bid can only be submitted after deposition of original Earnest Money Deposit (EMD)
in favour of “Executive Engineer…………….” in the form prescribed in NIT and uploading
the mandatory scanned documents such as receipt for deposition of EMD and other
documents as specified.

10. Copy of certificate of work experience and other documents as specified in the Notice Inviting
Tender (NIT) documents for eligibility shall be scanned and uploaded to the e-tendering
website within the period of bid submission. However, certified copy of all the scanned and
uploaded documents as specified in Notice Inviting Tender (NIT) shall have to be submitted by
the lowest bidder only along with physical EMD of the scanned copy of EMD uploaded within a
week physically in the office of tender opening authority. Online bid documents submitted
by intending bidders shall be opened only of those bidders, whose original EMD
deposited with any division of CPWD and other documents scanned and uploaded are
found in order.
11. Online bid documents submitted by intending bidders shall be opened only of those bidders,
who has deposited e-processing fee with M/s ITI Limited and earnest money deposit and other
documents scanned and uploaded are found in order.
12. Pre bid conference shall be held in the Office of …………….at …*…Hrs. on …*... to clear the
doubt of intending bidders, if any. (* To be filled by EE, CPWD before uploading)

13. The date of opening of Financial Bid shall be informed through web site by Executive Engineer,
CPWD…….

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


17
14. The eligibility bid submitted shall be opened on …*..at 15:30 Hrs.
15. The bid submitted shall become invalid and e-bid processing fee shall not be refunded if:
(a) The bidder is found ineligible.
(b) The bidder does not upload scanned copies of all the documents stipulated in the
Bid document.
(c) 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 bidder in the office of bid
opening authority.

(d) If any bidder quotes NIL rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section/sub head in
percentage rate tender, the tender shall be treated as invalid and will not be considered for
evaluation as lowest tenderer.

16. The bidder whose bid is finally accepted will be required to furnish performance guarantee of
5% (Five Percent) of the bid amount of the works with Enginner-in-Charge within the period
specified in Schedule-F. This guarantee shall be in the form of cash (in case guarantee amount
is less than Rs 10,000) or Deposit at Call receipt of any Scheduled bank / Banker‟s cheque of
any Scheduled bank / Demand Draft of any Scheduled bank / Pay order of any Scheduled
bank (in case guarantee amount is less than Rs 1,00,000) orGovernment Securities or Fixed
Deposit Receipts of a Scheduled bank or an irrevocable Bank Guarantee Bonds of any
Scheduled Bank or the State Bank of India in accordance with the prescribed form.
In case, the Bidder fails to deposit the said performance guarantee within the period as
indicated in Schedule-„F‟ including the extended period if any, the Earnest Money deposited by
the Bidder shall be forfeited automatically without any notice to the Bidder. The Earnest money
deposited along with the bid shall be returned only after receiving the aforesaid performance
guarantees of the work by the Engineer-in-Charge.
The Bidder whose bid is accepted will also be required to furnish either copy of applicable
licenses/registrations or proof of applying for obtaining labour licenses, registration with EPFO,
ESIC, and BOCW Welfare Board including Provident Fund Code No. if applicable and also
ensure the compliance of aforesaid provisions by the sub-agencies, if any, engaged by the
Bidder for the said work with in the period specified in Schedule-F.

17. The competent authority on behalf of the President of India does not bind itself to accept the
lowest or any other bid and reserves to itself the authority to reject any or all the bids received
without assigning any reason. Department may restrict the list of qualified bidders to any
number deemed suitable by it, if too many bids are received satisfying the minimum laid down
criteria.
18. Canvassing whether directly or indirectly, in connection with bids is strictly prohibited and the
bids submitted by the bidders who resort to canvassing will be liable to rejection.
19. The competent authority on behalf of President of India reserves to himself the right of
accepting the whole or any part of the bid and the bidders shall be bound to perform the same
at the rate quoted.
20. The bidder shall not be permitted to bid for works in the CPWD Circle(Division in case of
Bidders of Horticulture / Nursery category) responsible for award and execution of contracts, in
which his near relative is posted as Divisional Accountant or as an officer in any capacity
between the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall
also intimate the names of persons who are working with him in any capacity or are
subsequently employed by him and who are near relatives to any gazetted officer in the
TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)
18
Central Public Works Department or in the Ministry of Housing and Urban Affairs. Any breach
of this condition by the bidder would render him liable to be removed from the approved list of
Bidders of this Department i.e CPWD.
21. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or
Administrative duties in an Engineering Department of the Government of India is allowed to
work as a Bidder for a period of one year after his retirement from Government service, without
the prior permission of the Government of India in writing. This contract is liable to be cancelled
if either the Bidder or any of their employees is found any time to be such a person who has
not obtained the permission of the Government of India as aforesaid before submission of the
bid or engagement in the Bidder‟s service.
22. The bid for the works shall remain open for acceptance for a period of ……….days from the
date of opening of eligibility bid. In case, the bidder withdraws their bid before the said period
or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms
and conditions of the bid which are not acceptable to the department, then the Engineer-in-
Charge on behalf of President of India shall, without prejudice to any other right or remedy, be
at liberty to forfeit 50% of the said earnest money as aforesaid. Further, the bidder shall not be
allowed to participate in the re-tendering process of the work.
23. This Notice Nnviting Tender/Bid (NIT) shall form a part of the contract document. The
successful bidder, on acceptance of his bid by the Accepting Authority shall within 15 days
from the letter of acceptance, sign the agreement consisting of:
(a) The Notice Inviting Bid/Tender, all the documents including special conditions, additional
conditions, particular specifications and drawings, if any, forming part of the bid as
uploaded at the time of invitation of bid and the rates quoted online at the time of
submission of bid and acceptance thereof together with any correspondence leading
thereto.
(b) Standard C.P.W.D. Form-7/8 annexed at Page number ………..along with General
Condition of Contract 2020 for EPC Projects including up to date amendments and duly
modified for EPC work as applicable and modified/amended up to last date of
submission of Bid.

24. For Composite Bid document :


24.1 The Executive Engineer, CPWD………….. will call bids for the work. The cost of Bid
document and Earnest Money has been fixed with respect to the combined estimated cost
put to tender of all components i.e. Civil, E&M and Horticulture etc for the composite EPC
bid.
24.2 The bidders must associate with himself, with agencies as per NIT conditions.
24.3 The eligible bidders shall quote rates for all items of bid documents.
24.4 After acceptance of the bid by the competent authority, the EE in charge of major
component of the work shall issue letter of award on behalf of the President of India for
execution of work and shall draw the agreement accordingly. Thus the main contractor will
have to enter into agreements with EE in charge of major component and has also to sign
two or more copies of agreement depending upon number of EE in charge of minor
components. One such signed set of agreement shall be handed over to EE in charge of
minor component(s) of work. EE of major component will operate Part-I,II&III including
chapters A, B, D, E & F. EE (minor) in charge of minor component shall operate Chapters-
A, C, D, E & F along with Part-I and II. EE of the major component shall operate the
agreement in general.
24.5 Entire main work under the scope of composite bid including major and all minor
TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)
19
components shall be executed under agreements depending upon major and number of
minor components at station as stated in above paras.
24.6 The main contractor has to associate contractor(s) for specialized component(s)
conforming to eligibility criteria as defined in the bid document and has to submit detail of
such contractor(s) to Engineer-in-charge of relevant component(s) within prescribed time.
Name of the contractor(s) to be associated shall be approved by Engineer-in-charge of
relevant component(s) which have been detailed in chapters B and C.
24.7 In case the main contractor intends to change any of the above contractor/agencies during
the operation of the contract, he shall obtain prior approval of Engineer-in-charge of
relevant specialized component(s). The new contractor/agencies shall also have to satisfy
the laid down eligibility criteria. In case said Engineer-in-charge is not satisfied with the
performance of any contractor, he can direct the contractor to change the contractor
executing such items of work and this shall be binding on the contractor.
24.8 The main contractor has to enter into agreement with agencies contractor(s) associated by
him for execution of minor component(s). Copy of such agreement shall be submitted to EE
in charge of each relevant component as well as to EE in charge of major component. In
case of change of associate contractor, the main contractor has to enter into agreement
with the new contractor associated by him.
24.9 Running payment for the major component shall be made by EE of major discipline to the
main contractor. Running payment for minor components shall be made by the Engineer-
in-charge of the minor component of discipline of relevant component directly to the main
contractor.
24.10 The Composite work shall be treated as complete when all the components of the work are
complete. The completion certificate of the composite work shall be recorded by the
concerned Engineer- in-Charge of major component after record of completion certificate
of all minor components by its stipulated Engineer-in-Charge .
Final bill of works shall be finalized and paid by EE of major component. Engineer(s) in
charge of minor component(s) will prepare and pass the final bill for their component of
work and pass on the same to the corresponding EE of major component for including the
same in the final bill for composite contract.

24.11 The Contractor shall be deemed to have satisfied himself before tendering as to the
correctness and sufficiency of his tender for the works and of the rates and prices quoted in
the schedule of financial bids in this tender document, 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.
24.12 The several documents forming the Contract are to be taken as mutually explanatory of
one another, detailed drawings being followed in preference to small scale drawing and
figured dimensions in preference to scale and special conditions in preference to General
Conditions.

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


20

24.13 In the case of discrepancy between the Schedule of Quantities, the Specifications and/ or
the Drawings, the following is order of preference:-
(i) Description of Schedule of Quantities.
(ii) Scope of Work
(iii) Particular Specification and Special Condition, if any.
(iv) Drawings.
(v) CPWD Specifications.
(vi) IndianStandard Specifications of B.I.S.

Executive Engineer, CPWD


(For and on behalf of President of India)

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


21

INTEGRITY PACT

To,
………………………………………
………………………………………
………………………………………

Sub: NIT No. …………………………………. for the work

Dear Sir,

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

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that
the Bidder will sign the Integrity Agreement, which is an integral part of tender/bid documents,
failing which the tenderer/bidder will stand disqualified from the tendering process and the bid of
the bidder would be summarily rejected

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

Yours faithfully

Executive Engineer, CPWD

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


22
INTEGRITY PACT

To,
Executive Engineer,
………………………………………

Sub: Submission of Tender for the work of……………………

Dear Sir,

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

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that I/We will sign the enclosed integrity Agreement, which is an integral part of tender
documents, failing which I/We will stand disqualified from the tendering process. I/We acknowledge
that THE MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND
ABSOLUTE ACCEPTANCE of this condition of the NIT.

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

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

Yours faithfully

(Duly authorized signatory of the Bidder)

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


23
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,

(Name of Division)
CPWD,............................................................................................................, (Hereinafter referred
as the
(Address of Division)

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

Preamble

WHEREAS the Principal / Owner has floated the Tender (NIT No ....................................)
(hereinafter referred to as “Tender/Bid”) and intends to award, under laid down organizational
procedure, contract for (Name of work) hereinafter referred to as the “Contract”.

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

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this
Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions
of which shall also be read as integral part and parcel of the Tender/Bid documents and Contract
between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties
hereby agree as follows and this Pact witnesses as under:

Article 1: Commitment of the Principal/Owner

(1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and
to observe the following principles:

a) No employee of the Principal/Owner, personally or through any of his/her family members, will
in connection with the Tender, or the execution of the Contract, demand, take a promise for or
accept, for self or third person, any material or immaterial benefit which the person is not
legally entitled to.
b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason.
The Principal/Owner will, in particular, before and during the Tender process, provide to all
Bidder(s) the same information and will not provide to any Bidder(s) confidential / additional

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


24
information through which the Bidder(s) could obtain an advantage in relation to the Tender
process or the Contract execution.

c) The Principal/Owner shall endeavour to exclude from the Tender process any person, whose
conduct in the past has been of biased nature.

(2) If the Principal/Owner obtains information on the conduct of any of its employees which is a
criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC
Act) or is in violation of the principles herein mentioned or if there be a substantive suspicion in
this regard, the Principal/Owner will inform the Chief Vigilance Officer and in addition can also
initiate disciplinary actions as per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s)

1. It is required that each Bidder/Contractor (including their respective officers, employees and
agents) adhere to the highest ethical standards, and report to the Government / Department all
suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge or
becomes aware, during the tendering process and throughout the negotiation or award of a
contract.

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


corruption. He commits himself to observe the following principles during his participation in
the Tender process and during the Contract execution:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise
or give to any of the Principal/Owner‟s employees involved in the Tender process or execution
of the Contract or to any third person any material or other benefit which he/she is not legally
entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the
Tender process or during the execution of the Contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement
or understanding, whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non-submission of bids or any
other actions to restrict competitiveness or to cartelize in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act.
Further the Bidder(s)/ Contract(s) will not use improperly, (for the purpose of competition or
personal gain), or pass on to others, any information or documents provided by the
Principal/Owner as part of the business relationship, regarding plans, technical proposals and
business details, including information contained or transmitted electronically.

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

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he
has made, is committed to or intends to make to agents, brokers or any other intermediaries in
connection with the award of the Contract.

3. The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above
or be an accessory to such offences.

4. The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in
fraudulent practice means a willful misrepresentation or omission of facts or submission of

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


25
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)/Contractor(s) will not, directly or through any other person or firm use Coercive
Practices (means the act of obtaining something, compelling an action or influencing a
decision through intimidation, threat or the use of force directly or indirectly, where potential or
actual injury may befall upon a person, his/ her reputation or property to influence their
participation in the tendering process).

Article 3: Consequences of Breach

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

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


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

2. Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has


disqualified the Bidder(s) from the Tender process prior to the award of the Contract or
terminated/determined the Contract or has accrued the right to terminate/determine the
Contract according to Article 3(1), the Principal/Owner apart from exercising any legal rights
that may have accrued to the Principal/Owner, may in its considered opinion forfeit the entire
amount of Earnest Money Deposit, Performance Guarantee and Security Deposit of the
Bidder/Contractor.

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


Contractor, or of an employee or a representative or an associate of a Bidder or Contractor
which constitutes corruption within the meaning of IPC Act, or if the Principal/Owner has
substantive suspicion in this regard, the Principal/Owner will inform the same to law enforcing
agencies for further investigation.

Article 4: Previous Transgression

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

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

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

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


26

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors


1. The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in
conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any
violation(s) of the principles laid down in this agreement/Pact by any of its Subcontractors/sub-
vendors.

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

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

Article 6- Duration of the Pact


This Pact begins when both the parties have legally signed it. It expires for the
Contractor/Vendor 12 months after the completion of work under the contract or till the continuation
of defect liability period, whichever is more and for all other bidders, till the Contract has been
awarded.
If any claim is made/lodged during the time, the same shall be binding and continue to be
valid despite the lapse of this Pacts as specified above, unless it is discharged/determined by the
Competent Authority, CPWD.

Article 7- Other Provisions


1. This Pact is subject to Indian Law, place of performance and jurisdiction is the Head quarters
of the Division of the Principal/Owner, who has floated the Tender.
2. Changes and supplements need to be made in writing. Side agreements have not been made.
3. If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners
or by one or more partner holding power of attorney signed by all partners and consortium
members. In case of a Company, the Pact must be signed by a representative duly authorized
by board resolution.
4. Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact
remains valid. In this case, the parties will strive to come to an agreement to their original
intensions.
5. It is agreed term and condition that any dispute or difference arising between the parties with
regard to the terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal
in accordance with this Integrity Agreement/ Pact or interpretation thereof shall not be subject
to arbitration.
Article 8- LEGAL AND PRIOR RIGHTS
All rights and remedies of the parties hereto shall be in addition to all the other legal rights
and remedies belonging to such parties under the Contract and/or law and the same shall be
deemed to be cumulative and not alternative to such legal rights and remedies aforesaid. For the
sake of brevity, both the Parties agree that this Integrity Pact will have precedence over the
Tender/Contact documents with regard any of the provisions covered under this Integrity Pact.
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the
place and date first above mentioned in the presence of following witnesses:
(For and on behalf of Principal/Owner)
(For and on behalf of Bidder/Contractor)
WITNESSES:
1......................................................
(signature, name and address)

2......................................................
(signature, name and address)
Place:
Dated:

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


27
Form of Earnest Money Deposit

Bank Guarantee Bond

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


has submitted his tender dated ............. (date) for the construction of
.............................................. (name of work) (hereinafter called "theTender")

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


having our registered office at ................................... (hereinafter called "the Bank") are bound
unto ...................................................(Name and division of Executive Engineer& Senior
Manager) (hereinafter called "the Engineer-in-Charge") in the sum of Rs. .........................(Rs.
in words .................................................) for which payment well and truly to be made to the
said Engineer-inCharge the Bank binds itself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this .................day of ................. 20... . THE
CONDITIONS of this obligation are:

(1) If after tender opening the contractor withdraws, his tender during the period of validity of
tender (includingextended validity of tender) specified in the Form of Tender;

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

(a) fails or refuses to execute the Form of Agreement in accordance with the
Instructions to contractor, if required;

OR
(b) fails or refuses to furnish the Performance Guarantee, in accordance with the
provisions of tender document and Instructions to contractor,

We undertake to pay to the Engineer-in-Charge either up to the above amount or part thereof
upon receipt of his firstwritten demand, without the Engineer-in-Charge having to
substantiates his demand, provided that in his demand the Engineer-in-Charge will note that
the amount claimed by his is due to him owing to the occurrence of one or any of the above
conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date* ............. after the deadline
for submission of tenderas such deadline is stated in the Instructions to contractor or as it may
be extended by the Engineer-in- Charge,notice of which extension(s) to the Bank is hereby
waived. Any demand in respect of this Guarantee should reach theBank not later than the
above date.

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

WITNESS .................. SEAL

(SIGNATURE, NAME AND ADDRESS)

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

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


28

PART - II

ELIGIBILITY BID

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


29
GLOSSARY

CPWD Central Public Works Department, Government of India


GoI Government of India
E-in-C Engineer-in-Charge, CPWD as stipulated in Schedule „F‟
CE/ CE&ED Chief Engineer cum Executive Director, CPWD
SE&PM/ PM Superintending Engineer cum Project Manager, CPWD
EE/ EE&SM Executive Engineer (Civil) cum Senior Manager, CPWD
EE(E)/ EE&SM(E) Executive Engineer (Electrical), CPWD
Junior Engineer/Assistant Engineer / Assistant Executive Engineer
JE/AE / AEE
CPWD
INR/ Rs. Indian Rupees
BIM Building Information Management
BIS Bureau of Indian Standards
C & D Waste Construction & Demolition Waste
COA Council of Architecture
CPI Consumer Price Index
DBR Design Basis Report
DLP Defects Liability Period
DSR Delhi Schedule of Rates
JB Jal Board
DGCA Directorate General of Civil Aviation
EMD/EM Earnest Money/ Bid Security
PG Performance Guarantee/Performance Security
EPC Engineering Procurement & Construction
GCC General Conditions of Contract
GRIHA Green Rating for Integrated Habitat Assessment, GoI
HSE Health Safety & Environment
IGBC Indian Green Building Council, GoI
IPC Interim Payment Certificate
IS Indian Standard of GoI
MAS Material at Site
MEP Mechanical Electrical Plumbing
MT Metric Tonne
MTC Material Testing Certificate
NBC National Building Code
NGT National Green Tribunal
NIT Notice Inviting Tender
OEM Original Equipment Manufacturer
PPE Personal Protection Equipment
SAP Safety Action Plan
SOP Schedule of Payment
SOQ Schedule of Quantities
ETP Effulent Treatment Plant
TDS Tax Deduction at Source
TPQAA Third Party Quality Assurance Agency
UTTIPEC Unified traffic & transportation infrastructure (plg. &engg.) Centre
WPI Wholesale Price Index
GHAR Green Habitat Accomplished Rating of CPWD
NIT/Tender
Document/Bid This document i.e Notice Inviting Tender/Bid:-NIT No……………….
Document

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


30

Section-I

SCOPE OF WORK

(Areas to be described and any other details can be added as decided by NIT approving authority)

 Details about the campus/site:


 Planning and Design Principles to be Adopted:
 Components of Master Plan:
 Detailed Description/Scope of Proposed Building (i/c Plinth Areas, Plinth Height, No. of
Storeys, Basement etc):
 Residential Buildings :
 Non Residential Buildings :
 Service Blocks :
 Open Areas Facilities:
 Other Structure/Facilities:

 Detailed Scope of Civil Works and E&M works:-


 Scope of Work of Proof Checking & Issue of GFC Drawings:
 Scope of Geotechnical Work to be conducted by contractor:
 Scope of External Development & Services works:
 Scope of Horticulture & Landscaping works:
 Scope of Architectural Works:
 Interior planning and design:
 Horticulture Works:-
 Landscape design, Plantation and Development Works:

 Methodology for Project Monitoring:


 Phased wise Demolition, if any:
 Phased wise construction, if any:

 Construction Time Schedule & Review Methodology:


 General Planning and Designing Guidelines for Civil works & Services:
 Scope of works w.r.t Local Body/ Statutory Approvals:
 Schedule of Finishes and Specifications for Civil works:

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


31
SECTION – II

INFORMATION AND GUIDE LINES FOR BIDDERS


1.0 GENERAL:
1.1 Letter of transmittal and forms for deciding eligibility are given in Section – III.
1.2 All information called for in the enclosed forms should be furnished against the relevant
columns in the forms. If for any reason, information is furnished on 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 are 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.
1.3 References, information and certificates from the respective clients, certifying suitability,
technical knowledge or capability of the bidder should be signed by an officer not below the
rank of Executive Engineer or equivalent.
1.4 The bidder may furnish any relevant 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 criteria document unless it is called for by the Employer.
2.0 DEFINITIONS:
2.1 In this document the following words and expressions have the meaning hereby assigned
to them.
2.2 EMPLOYER: Means the President of India, acting through Engineer-In-Charge, CPWD
mentioned in schedule-F or successor thereof.
2.3 BIDDER: Means the individual proprietary firm, firm in partnership, limited company private
or public or corporation. Joint ventures are not accepted.
2.4 “Year” means “Financial Year” unless stated otherwise
2.5 “Project” means Construction of ………………………...
2.6 “CE” means Chief Engineer CPWD stipulated in Schedule- F or successor thereof.
3.0 METHOD OF APPLICATION:
3.1 If the bidder is an individual, the application shall be signed by him above his full type-
written name with current address.
3.2 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.
3.3 If the bidder is a firm in partnership, the application shall be signed by all the partners of the
firm above their full typewritten names and current addresses or alternatively by a partner
holding power of attorney for the firm. In the latter case, a certified copy of the power of
attorney should accompany the application. In both cases a certified copy of the partnership
deed and current address of all the partners of the firm should accompany the application.

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


32
3.4 If the bidder is a limited company or a corporation, the application shall be signed by a duly
authorized person holding power of attorney for signing the bid accompanied by a certified
copy of the power of attorney duly attested by a public Notary. The bidder should also
furnish a copy of this memorandum of Articles of Association duly attested by a public
Notary.
4.0 FINAL DECISION MAKING AUTHORITY:
The employer reserves the right to accept or reject any bid and to annul the process and
reject all bids at any time, without assigning any reason or incurring any liability to the
bidders.
5.0 PARTICULARS PROVISIONAL:
The particulars of the work given in Section-I are provisional. They are liable to change and
must be considered only as advance information to assist the bidder.
6.0 SITE VISIT:
The bidder is advised to visit the sites of work at his own cost, and examine it and its
surroundings to himself, collect all information that he considers necessary for proper
assessment of the prospective assignment. He may contact office of Engineer-in-Charge
defined in Schedule-F for location of the site where the builings/works have been proposed
to be constructed.
7.0 INITIAL CRITERIA FOR ELGIBILITY:
As mentioned under General Information, Part-1 of the NIT as Information & Instructions to
bidders for E-Temdering from Page-7 to 9 of this NIT/tender document.
8. EVALUATION CRITERIA FOR ELIGIBILITY BID:
8.1 The details submitted by the bidders will be evaluated in the following manner:-
8.1.1 The initial criteria prescribed in Para 7.0 above in respect of experience of eligible similar
class of works completed, loss and Networth, Bank solvency and financial turn over etc.
will first be scrutinized and the bidder‟s eligibility for the work will be determined.
8.1.2 The bidders qualifying the “Initial eligibility criteria”, as set out in Para 7.0 above will be
further evaluated for following criteria by scoring method on the basis of details furnished
by them.
(a) Financial strength (Form “A”& “B” & “B-1”) Maximum 20 Marks
A Average Annual Turnover 16
B-1/B Networth Certificate Bank/ Solvency Certificate 4
(b) Experience in eligible similar nature of work during last Maximum 20 Marks
Seven years (Form “C”)
(c) Performance on work (Form “D”)- Time over run Maximum 20 Marks
(d) Performance on work (Form “D”)- Quality Maximum 40 Marks
Total 100 Marks

The performance of the bidder/contractor shall be evaluated as per criteria mentioned in


Annexure-1. To become eligible for short listing the bidder must secure at least ………..%
marks in each (section a, b, c and d) and ………% marks in aggregate. CPWD however,

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


33
reserves the right to restrict the list of bidders qualifying in eligibility bid evaluation to any
number, as deemed suitable by it.
Note: The average value of performance of works for time overrun and quality shall be taken
on the basis of performance report of the eligible similar works.
9.0 FINANCIAL INFORMATION:
Bidders should furnish the following financial information:
Annual financial statement for the last five years in (Form “A”), Networth Certificate in
(Form “B-1”) or Bank Solvency Certificate in (Form-“B”)
10.0 EXPERIENCE IN SIMILAR WORKS :
10.1 Bidder should furnish the following:
a) List of all eligible similar nature of works successfully completed during the last seven
years (In Form “C”).
b) Performance report (corresponding to works mentioned in Form “C”) in Form „D‟.
The performance report should explicitly mention that the component of work as
mentioned in name of work of this project. If needed, the bidder may attach a separate
certificate in this regard from performance report issuing authority.
11.0 ORGANISATION INFORMATION:
Bidder is required to submit the information in respect of his organization in Form “E”.
12.0 LETTER OF TRANSMITTAL:
The bidder should submit the letter of transmittal attached with documents.
13.0 OPENING OF PRICE BID:
After evaluation of eligibility bid as mentioned above, a list of short listed bidders will be
prepared. Thereafter, the financial bids of only the qualified and technically acceptable
bidders shall be opened at the notified time, date and place in the presence of qualified
bidders or their representatives. The validity of tenders shall be reckoned from the date of
opening of eligibility bids.
14.0 AWARD CRITERIA:
1) The employer reserves the right, without being liable for any damages or obligation to
inform the bidder, to:
(a) Amend the scope and value of contract.
(b) Reject any or all the bids without assigning any reason.
2) Any effort on the part of the bidders or their agent to exercise influence or to pressurize
the employer would result in rejection of their bid. Canvassing of any kind is prohibited.

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


34
Annexure -1

CRITERIA FOR EVALUATION OF THE PERFORMANCE OF CONTRACTORS FOR


PRE-ELIGIBILITY/ INITIAL ELIGIBILITY

Attributes Evaluation
(a) Financial strength (20 Marks) (i) 60% marks for minimum eligibility criteria
(i) Average annual 16 marks (ii) 100% marks for twice the minimum
Turnover (Form-A) eligibility criteria or more
(ii) Networth 4 marks
In between (i) & (ii)- on pro-rata basis
Certificate (Form-B-1) or Bank
Solvency (Form-B)
(b) Experience in similar (20 marks) (i) 60% marks for minimum eligibility criteria
Class of works (Form-C) (ii) 100% marks for twice the minimum
eligibility criteria or more
In between (i) & (ii)- on pro-rata basis
(c) Performance on works(20 marks)
(time over run) (Form-D)
Parameter calculation for points Score Max.
Marks
If TOR = 1.00 2.00 3.00 > 3.50 20
(i) without levy of compensation 20 15 10 10
(ii) with levy of compensation 20 5 0 -5
(iii) Levy of compensation not 20 10 0 0
decided
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) (40 marks) (Form-D)
(i) Outstanding 40
(ii) Very Good 30
(iii) Good
20
(iv) Poor
0

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


35
SECTION III

LETTER OF TRANSMITTAL
From:

To
Executive Engineer,
CPWD…………..

Subject:-

Sir,

Having examined the details given in press notice and bid documents for the above work,
I/we hereby submit the relevant information.

1. I/we hereby certify that all the statements made and information supplied in the enclosed
Forms A to F and accompanying statements are true and correct.
2. I/we have furnished all information and details necessary for eligibility and have no further
pertinent information to supply.
3. I/we submit the requisite certified Networth Certificate and authorize the
Executive Engineer, CPWD……………. to approach the Certified Chartered Accountant
issuing the Networth certificate to confirm the correctness thereof. I/we also authorize
Executive Engineer, CPWD ………..to approach individuals, employers, firms and
corporation to verify our competence and general reputation.
Or (as applicable)
I/we submit the requisite certified Bank Solvency Certificate and authorize the
Executive Engineer, CPWD……………. to approach the Bank issuing the Bank Solvency
Certificate to confirm the correctness thereof. I/we also authorize Executive Engineer,
CPWD ………..to approach individuals, employers, firms and corporation to verify our
competence and general reputation.

4. I/we submit the following certificates in support of our suitability, technical knowledge and
capabilities for having successfully completed the following eligible similar works.

Sl. No. Name of work Certificate from


1
2
3

Certificate:

It is certified that the information given in the enclosed eligibility bid are correct. It is also
certified that I/we shall be liable to be debarred, disqualified/cancellation of enlistment in
case any information furnished by me/us found to be incorrect.
Enclosures:
Seal of bidder
Date of submission:

Signature(s) of Bidder(s).

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


36
FORM-A

FINANCIAL INFORMATION

1. Financial Analysis - Details to be furnished duly supported by figures in balance sheet /


Profit and Loss account for the last five years duly certified by the Chartered Accountant as
submitted by the Applicant to the Income - Tax Department (copies to be attached).(The
balance sheet in case of Pvt./ Public Ltd. Company means its standlone finance statement
and consolidated financial statement both) (copies to be attached).

Fig in Rs.

Sl. Particulars Financial Year


No.
2014-2015 2015-16 2016-17 2017-18 2018-19

1 Gross Annual
Turnover Amount

2 Turn-Over Amount on
Construction Works

3 Profit/loss
(Standalone Finance
Statement and
Consolidated
Financial Statement
both)

The bidder should give information strictly in above format.

2. Financial arrangements for carrying out the proposed work.


3. Networth Certificate from Certified Chartered Accountant in the prescribed Form “B-1”.
4. Solvency Certificate from Bankers of the bidder in the prescribed Form “B”.

Signature of Chartered Accountant with Seal SIGNATURE (S) OF BIDDER (S)

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


37

FORM “B-1”

FORM FOR CERTIFICATE OF NETWORTH FROM CHARTERED ACCOUNTANT

It is to certify that as per the audited Balance Sheet and Profit & Loss Account during the

Financial Year……………….., the Net Worth of M/s …………………………(Name & Registered

Address of Individual/ Firm/ Company), as on ……………..(the relevant date) is Rs.…………….

after considering all liabilities. It is further certified that the Net Worth of the company has not

eroded by more than 30% in the last three years ending on (the relevant date).

(Signature of Chartered Accountant)


Name of Chartered Accountant:-
Membership No.of ICAI:-
Date and Seal:-

NOTE:
1. Net Worth certificate should be on letter head of the Chartered Accountant, sealed in cover
addressed to tendering authority (Executive Engineer, CPWD………….).
2. In case of partnership firm, certificate should include names of all partners as recorded with
the Chartered Accountant.
3. The certificate should not be more than 6 months old.

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


38

FORM “B”

FORM OF BANKERS‟ CERTIFICATE FROM A SCHEDULED BANK

This is to certify that to the best of our knowledge and information that
M/s.Sh………………………………………………………….having marginally noted address, a
customer of our bank are/is respectable and can be treated as good for any engagement upto a
limit of Rs……………………………………………………….)

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, sealed in cover addressed to
tendering authority.
(2) In case of partnership firm, certificate should include names of all partners as recorded with
the Bank.

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


39

FORM “C”

DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS COMPLETED DURING THE LAST SEVEN
YEARS ENDING PREVIOUS DAY OF LAST DATE OF SUBMISSION OF TENDER

Sl. Name of Owner or Co Date of Stipulate Actual Litigatio Name Wheth


work/proj sponsorin st commencem d date of date of n / and er the
N
ect and g of ent as per completi completi arbitrati addres work
o.
Location Organizati wor contract on on on s was
on k cases (Postal done
pending & on
/ in email)/ back
progres telepho to
s with ne no back
details* of basis
officer
Yes/N
to
o
whom
referen
ce may
be
made

1 2 3 4 5 6 7 8 9 10

SIGNATURE (S) OF BIDDER (S)


(WITH STAMP)
*Indicate gross Amount Claimed and Amount Awarded by the Arbitrator.

Note:
1) The bidder/ contractor should give list of only those eligible works which are of
similar nature.

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


40
FORM „D‟

PERFORMANCE REPORT OF WORKS REFERRED TO IN FORMS “C”

1. Name of work/project & location:-

a) Type of Structure (RCC framed or load bearing) :-


b) No. of storeys (Note:- Mumty, Machine Room shall not be counted as Storeys) :-
c) Whether the work executed with basement (Yes/No):-
d) Whether the work executed with Internal & External electrical installations (Yes/No) :-
e) Whether the work executed with Fire fighting works(Yes/No) :-
f) Whether the work executed with Fire Alarm works (Yes/No) :-
g) Whether the work executed with Substation(s) work (Yes/No):-
h) Whether the work executed with DG Set(s) work (Yes/No):-
i) Whether the work executed with HVAC work (Yes/No):-
j) Whether the work executed with Lift (s) work (Yes/No) :-
k) Whether works mentioned in “Name of work/Project” above is included in scope of main work
(Yes/No):-

2. Agreement no.

3. Estimated cost :

4. (i) Tendered cost:


(ii) Completion cost:

5. Date of start

6. Date of completion
(i) Stipulated date of completion:
(ii) Actual date of completion:

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

(b) If decided, amount of compensation levied for delayed completion, if any

8. Amount of reduced rate items, if any

9. Performance Report

(1) Quality of work Outstanding/Very Good/Good/Poor


(2) Financial soundness Outstanding /Very Good/Good/Poor
(3) Technical Proficiency Outstanding/Very Good/Good/Poor
(4) Resourcefulness Outstanding/Very Good/Good/Poor
(5) General Behaviour Outstanding/Very Good/Good/Poor

Dated:

Executive Engineer or Equivalent

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


41
FORM „E‟
STRUCTURE AND ORGANISATION

1. Name and address of the bidder


2. Telephone No./Telex No./Fax No.
3. Legal status of the bidder (Attach copies of original document defining the legal status)
(a) An individual
(b) A proprietary Firm
(c) A firm in Partnership
(d) A limited company or Corporation
4. Particulars of registration with various Government bodies (Attach Attested Photocopy)
Organization/Place of Registration Registration No.
a.
b.
c.
5. Names and Titles of Directors and Officers with designation to be concerned with this
work
6. Designation of individuals authorized to act for the organization.
7. Has the bidder, or any constituent partner in case of partnership firm Limited Company
ever been convicted by the court of law? If so, give details.
8. In which field of Civil Engineering Construction the bidder has specialization and
interest?
9. Any other information considered necessary but not included above.

SIGNATURE (S) OF BIDDER(S) WITH STAMP

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


42

FORM-„F‟
Receipt of Deposition of Original EMD/Bid Security
(Receipt no………. / date……)

Name of work:

NIT No.:-

1.Estimated Cost: Rs ………………


2. Amount of Earnest money deposit: Rs ………………
3. Last date of submission of bid : up to 3:00 PM on……. ..**../..**../2020

(* to be filled by Executive Engineer, CPWD………………….)

#1.Name of contractor………………………………….
#2.Form of EMD………………………………………...
#3.Amount of Earnest Money Deposit……………………
#4.Date of submission of EMD……………………………

Signature, Name & Designation of EMD


receiving officer (EE/AE/AAO)
along with office stamp

(* to be filled by Executive Engineer, CPWD………………….)


(# to be filled by EMD/ Bid Security receiving Executive Engineer………………….)

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


43

FORM-„G‟

AFFADAVIT

I/We undertake and confirm that eligible similar work(s) has/have not been got executed
through another contractor on back to back basis or subletting basis. Further that, if such a
violation comes to the notice of Department, then I/we shall be debarred for bidding in
CPWD in future forever. Also, if such a violation comes to the notice of Department before
date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of
Earnest Money Deposit/Performance Guarantee.
(Scanned copy to be uploaded at the time of submission of bid).

Signature of bidder(s) with stamp

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


44

PART-III

FINANCIAL BID

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


45

NIT FORM CPWD-8


CPWD-EPC
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

COUNTRY: India

PLACE: DIVISION:CPWD

EPC (Turn Key) Bid


Name of Work:

(i) To be uploaded up to ..*../..*.../2020 up to 15:00 Hrs. on website:


www.tenderwizard.com/cpwd

(ii) To be opened in the presence of bidders who may be present on …*…./2020 at 15:30
Hrs. in the office of the Executive Engineer,CPWD…………………………...

BID

I/We have read and examined the notice inviting bid, Schedule-A, B, C, D, E & F, Specifications
applicable, Drawings & Designs, General Rules and Directions, General Conditions of Contract
2020 for EPC Contracts with amendments up to the last date of submission of bids, clauses of
contract, Special conditions, Bill of Quantities & other documents and Rules referred to in the
conditions of contract and all other contents in the bid document for the work.

I/We hereby bid for the execution of the work specified for the President of India within the time
specified in Schedule „F‟ viz., schedule of quantities and in accordance in all respect with the
specifications, designs, drawing and instructions in writing referred to in Rule-1 of General Rules
and Directions and in Clause 11 of the Conditions of contract of 2014 and Conditions of contract of
2020 for EPC Projects with amendments up to the last date of submission of bids and with such
materials as are provided for, by, and in accordance with, such conditions so far as applicable.

We agree to keep the bid open for …………. days from the date of opening of eligibility bid and not
to make any modification in its terms and conditions.

A copy of receipt of deposition of earnest money Rs……………in receipt Treasury Challan/


Deposit at call Receipt of scheduled bank/ Fixed deposit Receipt of scheduled bank /Demand draft
or pay order or Banker‟s cheque of scheduled bank/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 President of India or his successors, in office shall without
prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely.
Further, if I/We fail to commence work as specified, I/We agree that President of India or his
successors in office shall without prejudice to any other right or remedy available in law, be at
liberty to forfeit the said performance guarantee absolutely, the said performance guarantee shall
be a guarantee to execute all the works referred to in the bid documents upon the terms and
conditions contained or referred to those in excess of that limit at the rates to be determined in
accordance with the provision contained in clause 12.2 and 12.3 (as modified) of the bid form.

Further, I/We agree that in case of forfeiture of Earnest Money or Performance Guarantee as
aforesaid, I/We shall be debarred for participation in the re-bidding process of the work.

I/we undertake and confirm that eligible similar work(s) has/have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I/we shall be debarred for bidding in CPWD in future forever. Also, if such a
violation comes to the notice of Department before date of start of work, the Engineer-in-charge
shall be free to forfeit the entire amount of Earnest Money Deposited/Performance Guarantee.
TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)
46

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.

Dated: …………. **……………. Signature of Bidder **

Witness: **

Address: ** Postal Address **

Occupation: **

[** to be filled by Bidder]

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


47

ACCEPTANCE
Name of Work:

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

The letters referred to below shall form part of this contract agreement:
(a)
(b)
(c)

For & on behalf of President of India

Signature ………**……………………..

Dated: Designation ……**…………………….

(** To be filled by Executive Engineer, CPWD……………………………..)

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


48

Sample Letter of Acceptance of Tender

No. ..................... Dated ........................

From
The Executive Engineer
Division, C.P.W.D………

To
(Name and address of the contractor)

Subject:

Dear Sir (s),


Your tender for the work mentioned above has been accepted on behalf of President of India
at your tendered/negotiated tender amount of Rs…..(Rupees……………only), which is.........%
below/above the estimated cost of Rs……(Rupees. ........only).
2. You are requested to submit the Performance Guarantee of Rs….(Rupees………..only) within
…… days of issue of this letter. The performance guarantee shall be in the prescribed form as
provided in this NIT/tender document i.e NIT No……………………and shall be valid up to
…………..
3. On receipt of the prescribed performance guarantee, necessary letter to commence the work
shall be issued, and the site of work shall be handed over to you thereafter.
4. Please note that the time of .............(days/weeks/months) allowed for carrying out the above
work shall be reckoned from the …………day after the date of issue of this letter.

Yours faithfully,

Executive Engineer
For and on behalf of President of India
….……Division, CPWD, ……………..

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


49

PROFORMA OF SCHEDULES
(Civil, Electrical & Horticulture Works)

SCHEDULE „A‟

Schedule of the Financial Bid (Page No. …….to ……..)

SCHEDULE „D‟ Extra schedule for specific attached in tender form requirements/documents
for the work, if any.

SCHEDULE „E‟

Reference to General Conditions of contract – GCC 2020 for EPC Projects is applicable in this
contract along with up to date amendments, if any up to the last date of submission of bid.

Name of the Work:

(i) Estimated cost of the work Rs……………….


(ECPT)

(ii) Earnest money Rs……./- (To be returned by EE, CPWD only after
receiving of the performance guarantee)
(iii) Performance Guarantee 5% of the tendered value of the work

(iv) Security Deposit 2.50% of the tendered amount/value of the work.


(The 50% amount of security deposit of the contractor
shall be refunded after ………..months from the issue of
the certificate final or otherwise, of completion of work,
or till the final bill has been prepared and passed
whichever is later. The balance 50% amount of security
deposit of the contractor shall be refunded after
…………. months from the issue of the certificate final
or otherwise, of completion of work, or till the final bill
has been prepared and passed whichever is later)

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


50

SCHEDULE 'F' (GENERAL RULES & DIRECTIONS)

Officer inviting tender Executive Engineer,CPWD,………….

Maximum percentage of quantity of items of work to be


executed beyond which rates are to be determined in
accordance with Clause 12.2.

Definitions:

(i) Engineer-in-Charge Executive Engineer, CPWD …………or successor


For Civil items of work thereof
(ii) For Electrical items of work Executive Engineer (Electrical), CPWD, ………..
or successor thereof

(iii) For Horticulture items of work Executive Engineer, CPWD …………or successor
thereof

(iv) Accepting Authority Chief Engineer/ Superintending Engineer,


CPWD………..

(v) Percentage on cost of materials To be filled by NIT approving authority


and Labour to cover all overheads
and profits

(vi)
DSR 2020 modified and corrected upto last
Standard schedule of rates
date of submission of bids

(vii) Department Central Public Works Department (CPWD)

(viii) Standard CPWD Contract Form GCC 2020 for EPC projects modified and
GCC, CPWD form as modified and corrected up to the last date of submission of bid.
corrected up to

Clause 1 i) Time allowed for submission of Performance


Guarantee, Programme Chart (Time and
Progress) and applicable labour licenses,
registration with various applicable Welfare ….Days
Board or proof of applying thereof from the
date of issue of letter of acceptance.
ii) Maximum allowable extension with late fee …..Days
@ 0.1% per day of Performance Guarantee
amount beyond the period as provided in (i)
TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)
51
above

Clause 2 Authority for fixing Compensation under Clause- Chief Engineer/ Superintending
2 Engineer, CPWD………..,
CPWD………..

Clause 2A Whether Clause 2A shall be applicable To be filled by NIT approving


authority

Clause 5 Number of days from the date of issue of letter of …..Days


acceptance for reckoning date of start
Table of Mile stones: Physical or Financial or both to be kept as decided by NIT approving
Authority
Financial Milestones (For Guidance Purpose only)
Sl. Description of Mile stone Time allowed in Amount to be
No. (For Guidance Purpose only) Months withheld in case of
(From date of start) Non-achievement of
mile stone
(% of Tendered
Amount)
(i) Submission and approval of structural
design, drawings & MEP conceptual
design, drawings and shifting of various As per NIT approving As per NIT approving
services, EIA clearance and any other authority authority
permission/local body approval required
to commence the works
(ii) -- --
25% of Total work in Financial Terms

(iii) -- --
50% of Total work at in Financial Terms

(iv) 75% of Total work in Financial Terms -- --

(v) 90% of Total work in Financial Terms -- --

(vi) All Civil, Electrical & Mechanical and -- --


Horticulture work completed in all
aspects in the building with services,
clearances from all local bodies,
completion certificates, occupancy
certificate etc. required to declare
buildings authorized for occupation.

NOTE:
1. Withheld amount shall be released if and when subsequent milestones are achieved within
respective time specified. However, in case milestones are not achieved by the contractor for
the work, the amount shown against milestones shall be withheld.

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


52

Time allowed for execution of work: …………Months (Following breakup is indicative only)
(i) ………Months for Planning, Designing and obtaining various approvals as per this contract
document and complying all pre-construction activities for commencing the construction work,
thereafter
(ii) ……… Months for execution and physical completion, occupancy certificate from local body
and no objection certificate from fire department and all local body approval of Nepal.

Defect Liability Period : ………months, after completion of construction work or record of final
completion certificate, whichever is later.
Authority to decide:
(i) Extension of time Engineer-in-Charge of major component of work or successor
thereof (The final authority to decide final extension of time is
Chief Engineer/ SE or his successor thereof)
(ii) Rescheduling of mile Chief Engineer/SEor his successor thereof
stones
Schedule of rate of recovery for delay in submission of the modified programme in terms of delay
days @ Rs. ……………./- per day

Clause 7 Gross work to be done together with net Rs…………….or part thereof to
payment /adjustment of advances for material facilitate progress of work.
collected, if any, since the last such payment for
being eligible to interim payment
Clause 7A Whether Clause 7A shall be applicable Yes
Clause 8A Authority to decide compensation on account if Chief Engineer/SE or his successor
contractor fails to submit completion plans thereof

Clause 10A List of testing equipment to be provided by the Appendix-I


contractor at site lab.
Clause 10 B (ii) Whether clause 10-B (ii) shall be applicable. Depending on quantum of work and
as decided by NIT approving
authority

Clause 10 C Component of labour expressed as percentage Not applicable


of value of work
Clause 10 CA : (Applicable for construction work.)

Materials covered Nearest material (other than Base price and corresponding
under this clause. cement*, reinforcement bars and period of all the materials
structural steel) for which covered under clause 10 CA
Wholesale Price Index is to be Base Price Corresponding
followed. (Per tonne) Period
1. Cement (OPC) NIL
2. Cement (PPC) NIL As approved
3. Steel (TMT by CE
Bars) 500 D
CPWD
Primary producer NIL
4. Structural Steel NIL
* Includes cement component used in RMC brought at site from outside approved RMC plants, if
any.

Clause 10 CC (Applicable only for construction work)

Clause 10CC to be applicable in contracts with stipulated


period of completion exceeding the period shown in next
column

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


53
Schedule of component of other Materials, Labour etc. for
price escalation.

Component of civil (Except materials covered under clause


10 CA / Electrical construction materials expressed as Xm = …..
percent of total value of work.
Component of Labour – expressed as percent of total value
Y = …….
of work
Clause 11 Specifications to be followed for execution of work:As per specifications in this
tender document, ECBC 2017, NBC 2016 and relevant BIS codes modified and
corrected upto last date of submission of bids.
For Civil items CPWD Specifications 2019 Vol. 1 and Vol. 2 with up to date correction slips and
of work as given in this document elsewhere.

For Electrical 1. CPWD General Specification for Electrical Works Part I Internal - 2013.
works 2. CPWD General Specification for Electrical Works Part IV Substation - 2013.
3. CPWD General Specification for Electrical Works Part V Wet riser & sprinkler
system - 2006
4. CPWD General Specification for Electrical Works Part VII DG Sets - 2013.
5. CPWD General Specification for Electrical Works Part VIII Gas Based Fire
Extinguishing System - 2013.
6. General Specification for Heating Ventilation & Air-Conditioning-2017.
7. General Specification for Electrical Works (Part III Lifts & Escalators)-2003
8. General Specification for Part-VI Fire Detection and Alarm System 2018
Note All above specifications shall be applicable along with all correction slips issued
by authority of Director General, CPWD up to the last date of
submission/uploading of bid.
Order of precedence shall be as following:
(a) Description of item as per Schedule of financial bids.
(b) Scope of work as per tender document
(c) Specification mentioned in tender document
(d) CPWD specifications amended up to date
(e) NBC 2016
(f) ECBC 2017
(g) Relevant BIS/IS codes

Clause 12
Applicable only for the original construction work.

Clause 16 Competent Authority for Deciding reduced rates:

For Civil items of work Chief Engineer /SEor successor


thereof
For Electrical items of work Chief Engineer/SEor successor
thereof

Clause 19 : Clause 19 D: Executive Engineer, CPWD or successor thereof shall be the authority
to decide penalty for each default.
Clause 19 G : Executive Engineer, CPWD or successor thereof shall be the
authority to decide penalty for each default.
Clause 19 K : Executive Engineer, CPWD or successor thereof shall be the authority
to decide penalty for each default.

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


54
Clause 25 :
Constitution of Dispute Redressal Committee (DRC) : ADG-Region, CPWD will constitute a
standing committee comprising members mentioned below:-
(i) For all claims in dispute:
(a) Chairman- Chief Engineer / ADG (other than under whose jurisdiction the work falls).
(b) Member- Superintending Engineer (TLQA)/Chief Engineer(TLQA) or SE, SE-cum-
PM/CE, CE-cum-ED as Member Secretary.
(c) Member- CE/CPM or SE/PM (other than under whose jurisdiction work falls).
The EE in-charge of the work shall presents the case as a party to dispute before DRC.

Clause 32 : Requirement of Technical Representative(s) and Recovery Rate:


(Requirement of Technical Staff exclusively for Designing &
Planning Works, if any, may be decided by NIT approving Authority)
S. No. Requirement of Technical Minimum Designation of Rate at which
Staff Experience Technical Staff recovery shall
(Years) be made from
Number of
the contractor in
Major +
Qualification the event of non
Minor
fulfilling
component
To be taken as per CPWD Manual & SOP amended upto date

Assistant Engineers retired from Government services that are holding diploma will be treated at
par with Graduate Engineers. Diploma holder with minimum 10 years relevant experience with a
reputed construction company can be treated at par with Graduate Engineers for the purpose of
such deployment subject to the condition that such diploma holders should not exceed 50% of
requirement of degree engineers.

Clause 38 : Applicable as given below

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION


i) Schedule/statement for determining theoretical quantity Delhi Schedule of Rates
of cement & bitumen based on Delhi Schedule of Rates 2020 with amendments up to
the date of submission of
bid.
ii) Variations permissible on theoretical quantities.

(a) Cement
Cement for works 2% Plus/Minus

Bitumen for all works. 2.5% Plus only and nil on


minus side.
(b) Steel reinforcement and structural steel 2% Plus/minus side sections
for each diameter, section
and category.
(c) All other materials Nil

Rates in figure and words at which recovery


Sl. shall be made from the Contractor
Description of item
No Excess beyond Less use beyond the
permissible variation permissible variation
1 Cement (PPC) NIL Not Permitted

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


55
2 Reinforcement bars(TMT) NIL Not Permitted
(a)Primary Producer
3 Structural steel NIL Not Permitted

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


56
Notice for appointment of Arbitrator

To
………………………………….
............

Dear Sir,

In terms of clause 25 (Arbitration Clause) of the agreement, particulars of which are given
below, I/we hereby give notice to you to appoint an arbitrator for settlement 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 CE for decision
17. Date of receipt of CE's decision
18. Date of appeal to you
19. Date of receipt of your decision.

Specimen signatures of the applicant


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

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.
3.

Yours faithfully, (Signatures)

Copy in duplicate to:


1. The Executive Engineer, …………………………………… Division.

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


57

Appendix-I

ESTABLISHING SITE LABORATORY AND TESTING OF MATERIALS

Equipments for conducting necessary tests (as per CPWD Specifications 2019 Volume-I&II) shall
be provided and installed at site campus in the well-furnished site laboratory by the contractor at
his own cost. The following laboratory equipment should be in general or as and when required be
set up at site laboratory: -

Sl. No. Equipment (indicative purpose only and to be Numbers


finalized as per actual requrement)
1. 100MT compression testing machine, electrical- As decided by NIT approving
cum-manually operated) authority
2. Slump cone, steel plate, tamping rod, steel
scale, scoop

3. Vicat Apparatus with Desk pot

4. Megger & earth resistance tester


5. Pumps and pressure gauges for hydraulic
testing of pressurepipes
6. Weighing scale platform type 100 Kg capacity
7. Graduated glass measuring cylinder
8. Sets of sieves of 450mm internal dia for coarse
aggregate [100mm, 80mm, 40mm; 20mm;
12.5mm,10mm; 4.75mm complete with lid and
pan]
9. Sets of sieves of 20mm internal dia for fine
aggregate [4.75mm; 2.36mm; 1.18mm; 600
microns; 300 microns & 150 microns, with lid
and pan]

10. Sieve Brushes and sieve shaker capable of


20mm and 300mm dia sieves,
manually/motorized operated with timing switch
assembly
11. Cube moulds size 70mmx70mmx70mm

12. Cube moulds size 150 mm x 150 mm x 150mm


13. Ultrasonic Test Equipment (For concrete)
14. Hot air oven temp. Range 50°C to 300°C-
sensitivity 1 degree
15. Electronic balance 600gx0.1g., 10kg and 50 kg
16. Physical balance weight up to 5 kg
17. Digital thermometer up to 150 degree centigrade
18. Air Content of concrete testing machine
19. Measuring jars 100ml, 200ml, 500ml

20. Gauging trowels 100mm & 20mm with wooden


handle

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


58
21. Spatula 100mm & 20mm with long blade
wooden handle
22. Vernier calipers 12” & 6” size
23. Digital PH meter least count 0.01mm
24. Digital Micrometer least count. 0.01mm
25. Digital paint thickness meter for steel 500
microns range
26. GI tray 600x450x50mm,
450x300x40mm,300x250x40mm
27. Electric Motor mixer 0.25 cum capacity
28. Rebound hammer (digital)
29. Screw gauge 0.1mm-10mm, least count 0.05
30. Water testing kit
31.
32. Pruning Rods 2 Kg weight length 40 cm and
ramming face 25 mm2
33. Extra Bottom plates for 15 cm cube mould
34. Standard Vibration Table
35. Pocket concrete penetrometer 0 to 50kg/ sq.cm
36. Concrete temperature measuring thermometer
with Brass protection sheath 0- 100 degree
centigrade
37. Vibrator for Cube containing mortar
38. Dial type spring balance preferable with zero
correction knob capacity 100 kgs. Reading to ½
kg.
39. Counter scale capacity 1 kg and 10 kg
40. Iron Weight of 5 kg, 2 kg, 1 kg, 500 gm, 20 gm,
100 gm
41. Brass Weight of 50 gm, 2 gm, 10 gm, 5 gm, 2
gm, 1 gm
42. Measuring cylinder (TPX or Poly propylene) of
capacity 100 ml, 250ml, 500 ml
43. Pyrex, corning or Borosil beakers with cover of
capacity 500 ml, 50 ml, 20 ml
44. Wash Bottles capacity 500 ml
45. Thermometers 1-100 degree centigrade (Max.
and Min.)/ (Dry and Wet) with holding table
46. Set of box spanner ratchet

47. Hammer 1lb& 2lb


48. Distance metre (of 100 metre)
49. Hacksaw with 6 blades
50. Measuring tape (5 metre)

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


59
51. Depth gauge 2 cm
52. Shovels & Spade
53. Steel plates 5 mm thick 75x75 cm
54. Plastic or G.I. Buckets 15 liter, 10 liters, 5 liter
55. Wheel Barrow
56. Floor brushes, hair dusters, scrappers, wire
brush, paint brushes, oil for shuttering steel
plates, kerosene with stove etc.
57. Any other equipment for site tests as outlined in -
BIS codes and as directed by Engineer-in-
charge.

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


60
Appendix-II

List of Minimum Requirements of Plant and Equipment

Sl. No. Equipment (indicative purpose only and to be finalized Numbers


as per actual requrement))
1. Builders hoist As decided by
NIT approving
2. Excavator cum loader (JCB 3D model or equivalent). authority
3. Compressor machine minimum 20 CFM with rock
Breaker.
4. DG set of minimum capacity of 62.5 KVA.
5. Transit mixers.

6. Concrete pump
7. Needle Vibrators.
8. Screed Leveller.
9. Plate Vibrator
10. Automatic Ring making machine(Reinforcement)

11. Dumper/Tipper
12. Reinforcement bending machine.
13. Reinforcement cutting machine.
14. Power driven earth rammer (Soil compactor).
15. Total station.
16. Water tanker (Minimum capacity of 5000 liters)

17. Welding machine 400 Ampere


18. Screener for coarse sand and fine sand
19. Centrifugal mono block water pump minimum capacity 2
HP
20. Road roller 8 to 10 tons
21. Vibratory roller
22. Drilling machine
23. Shuttering with necessary props
24. Double steel scaffolding and staging materials
25. Air compressor
26. Floor grinding/polishing machines
27. Granite cutting machine
28. Ceramic tile cutting machine
29. Granite polishing machine
30. Granite hand polishing machine

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


61
31. Mobile tower crane
32. Excellent quality Camera for taking photographs and
video recording of major activities for record purpose and
for quality assurance.
33. Any other machinery required for completion of the work
as per decision of Engineer-in-charge.

Note: The above list is only indicative and not exhaustive. The Bidder may be required to
deploy more T&P as per requirement of work so that work may be completed on
time.

All the above plants & equipment‟s are to be deployed as and when required or
directed by Engineer-in-Charge.

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


62

CHAPTER-A

Scope of Work, Planning, Designing & Safety :

Points that can be included:-


 Structural Design & Construction :
 External Water Supply & Sewerage:
 Storm Water Drainage System & Drainage System:
 Rain water harvesting guidelines and details:
 Provisions & technical requirements for “Catch the Rain” under Rain Water
harvesting techniques and methods:
 Site Development & Landscape:
 Solid Waste Management :
 Handling of Debris/ Excavated Earth
 External Bulk Services (Civil) :
 Local Body Approvals :
Engagement of contractor for specialized civil works:
Material and Quality Assurance:
 Test Laboratories :
1. Laboratory at site :
2. External Laboratories :
 Materials and sampling:
 Maintenance of Registers:
Consultancy Work:
 Conditions for Appointment of Consultant:
 Role of Consultant:
 Scope of Consultancy Services:
 Preliminary Stage:
 Master Plan/Lay out plan:
 Concept Design :
 Approval Stage :
 Detailed Design Stage:
 Civil and Structural Engineering Services :
 Design Basis:
 Structural Design Development
 Drawing Stage
Electrical & Mechanical Engineering Services:
Public Health Engineering:
 Water Supply System :
 Internal Sanitary Installations:
 Sewerage System:
 Drainage:
 Solid Waste Management:
Site development Works:
TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)
63
Green Building Design:
Presentations and Models:
Submission of Data sheet:

Safety, Health and Environment:


 Protection of Environment:
 Conditions of National Green Tribunal
 Prevention of Nuisance and Pollution
 Security of the Site:
 Traffic Management:
 Incidental Works Such as Bailing-Out Water, Shoring etc.
 Various Ancillary Provisions at Site:
 Contractor‟s Safety Engineer / Safety Officers:
 Information to be provided by contractor:
 Personal Protective Equipments (PPEs):
 Sanitation and Hygiene measures:

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


64

CHAPTER-B
Additional Conditions & Particular Specifications For Civil Works

Points that may be included:-


 Additional Conditions for Cement:
 Additional & special conditions for Steel Reinforcement:
 Particular Specifications for Civil items:
 Design mix concrete conditions and requirements:
 Additional Conditions and Particular Specifications for RCC WORK as per Design
Mix concrete requirements:
 Design Basis Report for Civil Works:
STRUCTURAL SYSTEM:-
1) Structural design:
2) Design Approach:
3) Structural Modeling:
4) Foundation System:.
5) Seismic Analysis &Design :
6) Ductility and Durability:
7) Steel Reinforcement:
8) Design Standards :

PLUMBING WORKS:-
1) External Water Supply System:
2) Sewerage System:
3) Storm Water Drainage System:
4) Rain Water Harvesting:
5) Internal Plumbing Works:
6) Approach for Planning:
7) Important Factors on Planning:
8) Water Supply System:
9) Pumping, Overhead Storage & Distribution System:
10) Water Supply Pumps:
11) Materials for Water Supply:
12) Valves:

SEWERAGE SYSTEM:
1) Type of distribution:
2) Final Disposal of Treated Effluent:
3) Appurtenances & Material Specifications for the Sewerage
System: Pipes & Manholes:

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


65
DRAINAGE & RAIN WATER HARVESTING SYSTEM:
1) Rainwater Harvesting:
2) Proposed Storm Water Drainage System:
3) Planning of drainage system shall be as follows:

INTERNAL PLUMBING SYSTEM:

1) Sewerage/Drainage System to be Adopted:


2) Requirements of Internal Shafts:
3) Fixtures and Fittings:
4) Materials for Internal Plumbing Soil, Waste & Rainwater Pipes:
5) Drainage of Parking / Basements:
6) List of References:

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


66

Chapter- C
Scope & Specifications of Electrical & Mechanical Works
 Scope of work for all E&M Works
 Eligibility Criteria for Association of Agencies for execution of E&M
Works.
 Format of willingness certificate from associate agencies
 Format for MoU between Associate and Main agency
 Format for letter of Transmittal
 C1:- Internal & External Electrical Installationsand Pumps i/c UPS
 C2:- Fire Alarm System
 C3:- Fire-Fighting System
 C4:- Sub Station
 C5:- DG Set
 C6:- Lifts
 C7:-HVAC
 C8:-Solar PV Generation
 C9:- IP EPABX
 C10:- EPABX
 C11:- CCTV
 C12:- LAN
 C13:- STP
 C14:- Audio/Video System
 Following parameters to be defined separately for all above mentioned
packages i.e C1 to C14:-
 Scope of Work
 Design basis
 Additional Specifications
 Important Indian Standards & Codes of Practise Guide
 Form of Completion Certificate
 List of Makes of all products/equipments
 Particular Technical Specifications of Electrical & Mechanical Works

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


67

CHAPTER-D

Soil Reports & Conceptual Architectural


Drawings (Indicative)

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


68

CHAPTER-E
SCHEDULE OF STAGE PAYMENTS

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


69

PAYMENT – SCHEDULE (DRAFT)

All running / intermediate & final payments shall be made to the agency in accordance with
the following schedule:

1. The running/intermediate account bills shall be submitted by the contractor for the work
executed on the basis of such recorded measurements as per Clause 6 of GCC 2020 for
EPC Projects on the format of the department in triplicate on or before the date of every
month fixed for the same by the Engineer-In-Charge, CPWD mentioned in schedule-F or
successor thereof.
2. Engineer-In-Charge, CPWD mentioned in schedule-F or successor thereof shall arrange to
have the bill verified in the event of the failure of the contractor to submit the bills, no claims
whatsoever due to delays on payment including that of interest shall be payable to the
contractor.
3. Payment on account of amount admissible shall be made by the Engineer-In-Charge, CPWD
certifying the sum to which the contractor is considered entitled by way of interim payment at
such rates as decided by the Engineer-In-Charge, CPWD.
4. The amount admissible shall be paid by 10th working day after the day of presentation of the
bill by the Contractor to the Engineer-In-Charge, CPWD mentioned in schedule-F or
successor thereof together with the account of the material issued by the department, or
dismantled materials, if any.
5. Unless explicitly stated otherwise in the Tender Documents/NIT, the payment shall be as per
provisions of Schedule-F and payment shall be as per actual measurements on submission
bill by the agency.
6. Mode of measurement of Plinth Area shall be as per prevailing guidelines of CPWD in Plinth
Area Rates 2020 issued by CPWD
7. The total plinth area of a building shall be sum of plinth area at every floor including
basement, if any.
8. Nothing extra shall be paid for services of various consultants such as architectural,
structural, E&M, green building, other services etc and related expenses for consultancy
services stipulated in this tender document. The agency shall quote the rates taking this
aspect into consideration.
9. Nothing extra shall be paid for testing of various materials, cost of materials used for
testing, handling & transportation and related expenditure. The agency shall quote the rates
taking this aspect also into consideration.
10. All duties, fees and other levies & taxes shall be payable by the Contractor and nothing
extra shall be paid. The agency shall quote the rates taking this aspect also into
consideration.

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


70
11. For intermediate payments on “pro-rata basis” amount shall be worked out on the basis of
fraction of work done out of total scope of work under each activity / Item. The assessment
made by Engineer-In-Charge, CPWD or successor thereof shall be final in this regard
12. The rates to be quoted by contractor is inclusive of all the services, consultancy work etc
mentioned in NIT/tender document required to achieve the complete functionality of the all
proposed buildings. However, the final payment will be based on actual plinth area executed
and measured at site after completion of work and final payment will be based on rates (per
sqm) quoted in Schedule of Financial Bid.
13. Payment shall be made as per the Schedule of Stages as detailed below:-

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


71

PAYMENT-SCHEDULE OF STAGES (DRAFT)


For Typical Building (G+7)

Percentage of contract value of construction work


Individual Package wise total
S. No. Description of work
percentages percentages GrandTotal
Civil Elect. Civil Elect.
Civil works:
Planning, Detailed Design & obtaining
necessary statutory approvals from all
1
local bodies as mentioned in tender
document :
1.1 On preparation and after getting approval of
all Architectural Drawings initially from Client
department and also from all other local
bodies including submission of Six sets of
approved Good for Construction (GFC)
architectural drawings to Engineer in
Charge.
1.2 On approval of all Structural Drawings
including proof checking & vetting done by
third party as per contract conditions and
submission of all related calculations & Data
Sheets and Six sets of approved Good for
Construction (GFC) drawings to Engineer in
Charge.
1.3 On preparation and after submission of all
approved Good for Construction (GFC)
services drawings showing Sanitary,
Plumbing, Internal and external Water
supply & Sewage system/layout, MEP, all
E&M services layouts etc. on the approved
architectural and/or Structural drawings as
above, Supply of BIM/REVITT Co-ordinated
drawings for MEP services.
Total
On relocation of all affected existing services
as per scope of work defined in NIT/Tender
document, excavation & casting of foundation,
2 all structures up to plinth level as per approved
drawings including tie beams, backfilling,
compaction, earth/sand filling under flooring,
retaining walls (if any) etc.
2.1 Relocation of all affected existing services
as per scope of work defined in
NIT/Tender document, disposal & removal
of malba/debris, if any, from affected site of
work etc including completion of
excavation.
2.2 On completion of all foundations and RCC
structure work upto plinth level complete
including tie beams, backfilling,
compaction, earth/sand filling under
flooring etc.
Total

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


72
Completion of basic structure including R.C.C.
3 framework up to top of the building

3.1 On Completion up to Ist floor (Ground


Floor Slab)
3.2 On Completion up to 2nd floor
3.3 On Completion up to 3rd floor
3.4 On Completion up to 4th floor
3.5 On Completion up to 5th floor
3.6 On Completion up to 6th floor
3.7 On Completion up to 7th floor
3.8 On Completion up to 8th floor
3.9 On completion of terrace slab including
mumty slab.
3.10 On completion of Mumty, Lift room, water
proofing of terrace slab & all related work
of roof.
Total
Completion of Internal & External Masonary
work, flooring, plastering, interior & exterior
4 cladding and/or painting, doors, windows,
exteriors etc.
4.1 Brick Masonry work (Internal & External)
4.2 Plaster (Internal & External) i/c putty
4.3 All type of Flooring, skirting, dado, terrace
tiles etc in full building including flooring in
Auditorium
4.4 External Façade, structural glazing (if any),
ACP, all Interior works of Auditorium i.e
False ceiling, Accoustic Wall panelling etc.

4.5 Internal water supply


4.6 Sanitary installation
Total
On completion of Plumbing works, External
Civil Development Works like Internal Roads,
Pathways, Sewer lines, Water Supply lines
including connections to Main Sewer Lines &
5
Water Supply lines, UG tank, Overhead/Terrace
Tanks, Drains, Roof & Ground Rain Water
Harvesting, All type of development,
Horticulture works etc. Complete
5.1 Internal Road & path including berms,
paver blocks
5.2 External water supply, sewer lines, storm
water drains and related items.
5.3 Works of UG tank, Overhead Water tanks,
bore well, Horticulture Operation, Rain
Water Harvesting system including all
related items etc.complete
5.4 Fixing of door and windows, ventilators
complete with all related fixtures.
5.5 Painting and finishing in all respect
Total
Total percentage of Civil

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


73
E & M works :
Internal & External Electrical
6 Installations,Pumps & UPS
6.1 Supplying and laying of conduits and
boxes of all floors
6.2 Supplying and drawing of wires for all
floors
6.3 Supply of DBs, MCBs, rising mains
alongwith accessories
6.4 Supply of electrical indoor light fittings,
fans, Ex./ fresh air fans sensors, lightning
controls, raceways etc
6.5 Supply street light poles, bollard,
landscape lighting, cabling , panels,contour
light fittings, Façade lighting, cabling,
panels Pumps etc
6.6 Supply of UPS
6.7 Installation of above equipments
6.8 Testing and Commissioning
Total
7 Fire Alarm System & Signages
7.1 Supplying and laying conduits/wiring/cable
7.2 Supply of Main FA Panel, repeater Panels,
detectors, PA system, speakers, Fire/EXIT
Signages and other accessories

7.3 Installation of above equipments


7.4 Testing and Commissioning
Total
8 Fire Fighting System
8.1 Supplying of and laying of pipe, fittings and
valves, Hydrants accessories
8.2 Supply of Fire Pumps, Engine, Panel,
Cables etc
8.3 Installation of Above
8.4 Statutory Approvals
8.5 Testing & Commissioning
Total
9 Sub Station
9.1 Supply of HT Panels, Transformer, HT
Cable
9.2 Supply of Main LT Panel, APFC Panel,
Bus Trunking, LT Cables
9.3 Installation of Above
9.4 Statutory Approvals
9.5 Testing & Commissioning
Total
10 DG Set
10.1 Supply of DG Set, Synch Panel, Bus
Trunking, UG Diesel Tank, Exhaust Pipe
10.2 Installation of Above
10.3 Statutory Approvals
10.4 Testing & Commissioning

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


74
Total
11 Lifts
11.1 Supply of Lifts, Panel, Cables
11.2 Installation of Above
11.3 Testing & Commissioning
Total
12 HVAC ,BMS & Smoke Ventilation
12.1 Supply of VRV units
12.2 Installation of Above
12.3 Testing & Commissioning
Total
13 Solar PV Generation
13.1 Supply of Solar PV Plates, Inverter,
Cabling
13.2 Installation of Above
13.3 Testing & Commissioning
Total
14 LAN System
14.1 Supply of all active and passive
components
14.2 Installation of Above
14.3 Testing & Commissioning
Total
15 CCTV
15.1 Supply of CCTV Controller, Cameras,
Monitor, Cabling
15.2 Installation of Above
15.3 Testing & Commissioning
Total
16 STP
16.1 Construction of Sump/Tanks
16.2 Supply of Pumps, Equipments, Cabling
16.3 Installation of Above
16.4 Testing & Commissioning
Total
Audio ,Video Facility for auditorium
17
including stage lighting and curtain
17.1 Supply and Laying of Cabling, Audio,
Video Equipments, Display Stations, other
hardware & Software
17.2 Installation of Above
17.3 Testing & Commissioning
Total
18 IP EPABX
18.1 Supply of IP EPABX server,IP Phones,
Cabling
18.2 Installation of Above
18.3 Testing & Commissioning
Total

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


75
19 Access Control System
19.1 Supply of ACS,Baggage Scanners and
DFMD
19.2 Installation of Above
19.3 Testing & Commissioning
Total
MGPS
20 20.1 Supply of MGPS equipmet including piping
20.2 Installation of Above
20.3 Testing & Commissioning
Total
21 Nurse Call System
21.1 Supply of Nurse Call System, Cabling
21.2 Installation of Above
21.3 Testing & Commissioning
Total
22 Kitchen Equipment
22.1 Supply of Kitchen Equipment
22.2 Installation of Above
22.3 Testing & Commissioning
Total
Total percentage of E&M

On completion of construction, obtaining &


submission of all necessary statutory
approvals of completion plan from all local
authorities, obtaining Fire clearance,
completion certificate from all concerned local
bodies or any other authorities, consent to
operate, water connection, electric connection
18
from concerned state electricity authorities,
fulfilment of Griha-3star' rating norms etc,
preparation & submission of all 'As built
drawings' (on completion of entire work
including obtaining occupancy certificate/
completion certificate from the local bodies).

Total percentage

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


76

CHAPTER-F
SCHEDULE OF FINANCIAL BID

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


77

SCHEDULE OF FINANCIAL BID** (DRAFT)

Name of Work:- Construction of RCC framed Building including Civil, Electrical & Mechanical and
Horticulture services on EPC basis.

Quoted Rates
S. Quantit Amount
Description of Items Units
No. y In (Rs.)
In
Figur
Words
e
1 (a) Planning, Designing and Construction of RCC
Framed Structure Building of 'Z' Storeys including
Preparation of Preliminary Architectural & Detailed
Working Drawings, Structural Analysis & Design,
Planning, Designing & Execution of all related
Services including Internal Water Supply & Sanitary
Installations, Internal E&M installations, Civil &
Electrical External Service Connections, all E&M
services etc as per NBC 2016 including suitable no. of
Lifts of required capacity by incorporating stipulated
specifications and integrating all internal & external
services pertaining to Civil, E& M with External
Development works & making the facilities functional
all complete as per directions of Engineer-in-Charge.
The work shall be executed complete as per scope,
specifications, conditions and other details stipulated
in NIT/Tender document and as per direction of
Engineer-in-Charge.

(b) Planning, Designing and Construction of


Development Works & Bulk Services of above
proposed building for Civil and E&M works including
preparation of preliminary & detailed working /service
drawings, structural drawings incorporating stipulated
specifications and integrating all services with external
development works & making the facilities functional
all complete including various other development
works such as internal roads, pavement, paths, water-
supply system (external & internal), sewerage system,
STP including relocation of existing all types of
services, demolition of existing structures (if any),
drainage system, roof top & surface rain water
harvesting system including terrace and underground
tanks of required capacity, borewell etc. complete with
all related horticulture and landscape works as per
scope, specifications, conditions and other details
stipulated in NIT/Tender document and as per
direction of Engineer-in-Charge.

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)


78
(c ) Obtaining and submission of all necessary
statutory approvals on completion of above proposed
building work including statutory approvals on
completion plans from all local authorities, obtaining
fire clearance, completion certificate from all
concerned local bodies or any other authorities,
consent to operate, water connection, electric
connection from concerned state electricity authorities,
fulfilment of GHAR-'Green Plus' rating norms etc
including preparation& submission of all 'As built
drawings' (on completion of entire work including
obtaining occupancy certificate/ completion certificate
from the local bodies) as per scope of work, conditions
and other details provided in NIT/Tender document
and as per direction of Engineer-in-Charge.

Note:- Defect liability period of ………months is


included in the scope of above proposed building work
as stipulated in the NIT/Tender document and rates to
be quoted accordingly.

Total Quoted Amount (Rs.)

**To be Decided by NIT Approving Authority

TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)

You might also like