Top Banner

of 77

NIT38EEPVMD2201516RECALL

Mar 02, 2018

Download

Documents

Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
  • 7/26/2019 NIT38EEPVMD2201516RECALL

    1/77

    1

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    INDEX

    Name of Work: C/o UNESCO Building at Chankayapuri, New Delhi. (SH:- Interior

    furnishingandfurnitureofAuditorium.)

    NIT No. - 38/EE/PVMD-2/2015-16(RECALL)

    Time: - 02Months

    Page No.1. Index ........ 01

    2. Instructions for Executive Engineer................................................................... 02

    3. Check list for contractors for submission of tenders online............................... 03

    Part-A (Civil work) 04

    4. CPWD-6 for e Tendering ...... 05 09

    5. Information and Instructions for bidders for e-Tendering............. 10

    6. Press Note...................................................................................................... 11

    7. Item Rate Tender & Contract for Works CPWD-8........ 12 13

    8. Tender Acceptance 14 15

    9. Integrity Agreement........ 16 20

    10. Proforma of Schedules (A to F) ...... 21 27Part-B ( General conditions Civil Work) 28

    11. General Conditions.................................................................................... 29 32

    12. Amendment in General Condition of Contract 2014 Regd Wages, EPFO,ESICBOCW

    33 37

    13. Special Conditions........ 38 40

    14. Quality Assurance, Quality Audit & Inspection ..... 41 42

    15. Specification and Sketch of Auditorium chair 43 44

    16. Drawing of Auditorium seating layout plan 45

    17. Particular Specifications ....... 46 55

    18. Guarantee Bond for Water Proofing work 56 59

    19. Form of performance security........................................................................... 60 6120. Form Of Earnest Money (Bank Guarantee) 62

    21. Guarantee Bond for Defect Liability, specialized works, etc..................................... 63 65

    22. List of field tests 66

    23. List of field testing equipment & instruments for field laboratories.................... 67

    24. Proforma For Tests Carried Out 68

    25. List of preferred makes of materials for civil/sanitary work................................ 69 70

    26. Schedule of quantities for civil work. 71 77

    This N.I.T. contains 77 (Seventy Seven) pages from 1 to 77 pages.

    N.I.T. is approved for Rs. 51,79, 461/- (Rupees Fifty One Lakh Seventy Nine Thousand FourHundered Sixty One only).

    Assistant Engineer (P) Executive EngineerPVMD-2, CPWD PVMD-2, CPWDPushpa Bhawan, New Delhi Pushpa Bhawan, New Delhi

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    2/77

    2

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    INSTRUCTIONS FOR EXECUTIVE ENGINEER

    Important Instructions for Executive Engineer for e-Tendering

    1. All the Executive Engineers in Divisions, AE (P) in Divisions and Divisional Accountant shallhave to obtain digital signature from authorized certifying authorities viz. NIC, MTNL, e-Mudhra,TCS, Safes crypt, GNFC etc.

    2. All the documents such as NIT including Information and Instructions for contractors, all theconditions of NIT, Schedule of Quantities, Drawings and other documents shall be uploaded at onetime.

    3. Uploading of tender document on the ITI website is to be done by the Executive Engineer only.Under no circumstances document is to be got uploaded through ITI. In case of any difficulty faced

    by him he can seek clarification and take help from ITI.It shall be the responsibility of Executive Engineer alone to upload the tender document.

    4. In case of transfer of Executive Engineer, intimation to be sent to ITI immediately through e-mail.The new incumbent if not in possession of digital signature, has to obtain the same from authorizedagency.In case the new incumbent already has digital signature then S.No. of his digital signatures need to

    be intimated to ITI for updating so as to enable him to open e-tenders.

    If necessary, opening of bids could be postponed suitably.5. Time limit for publicity of tenders shall be as per the provisions of Para17.5 of CPWD WorksManual 2014 with amendment up to last date of submission of tender.

    6. To draw agreement EE shall download the tender document as uploaded with duly filled scheduleof quantities. Contractor`s negotiation letter and other relevant letters written by the contractor suchas extending the validity of tenders etc. and Standard GCC-2014 with amendment up to last date ofsubmission of tender.

    7. Hard copies of documents as submitted physically by the lowest bidder shall be compared with thedocuments uploaded at the time of submission of bid. In case of any discrepancy noticed, thetender shall become invalid.

    8. Requisite blanks marked XXX in the NIT should be filled in by the Executive Engineer.9. The Executive Engineer may retain either Clause-31 or Clause-31(A) regarding supplying water to

    the contractor and should delete one of the Sub-Clauses before entering into agreement (Pleaserefer General Conditions at Page 30-33 Sl.No.-4).

    10.The Executive Engineer may delete/ add any Special Condition/Particular Specification, which heconsiders necessary as per requirement of site/ or work with prior approval of NIT approvingauthority before uploading of tender documents on ITI website.

    11.The Executive Engineer should sign each & every document for its authentication as laid downOM No. DG/MAN/224-B.

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    3/77

    3

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    CHECK LIST FOR CONTRACTORS FOR SUBMISSION OF TENDERS ONLINE:

    1. TENDER TO BE WITNESSED AT SPECIFIED PAGE OF TENDERED DOCUMENTS ATTHE TIME OF DRAWING AGREEMENT WITH THE SUCCESSFUL BIDDER.

    2. THE TENDER / TENDERS CONTAINING CONDITIONS CONTRARY TO THOSESPECIFIED IN THIS DOCUMENT SHALL BE SUMMARILY REJECTED.

    3. IN SCHEDULES OF QUANTITIES APPENDED TO THE TENDER DOCUMENTS, THERATES IN TERMS OF OVERALL PERCENTAGE ABOVE OR BELOW THE TOTALESTIMATED AMOUNT PUT TO TENDER MUST BE FILLED BOTH IN FIGURES ANDWORDS ON SPECIFIED PAGE OF TENDER DOCUMENT.

    4. THE CONTRACTOR(S) SHALL QUOTE THE RATES KEEPING IN MIND, GENERALCONDITIONS OF CONTRACT FOR CPWD WORKS 2014 WITH AMENDMENT UP TOLAST DATE OF SUBMISSION OF TENDER, SPECIAL CONDITIONS ANDPARTICULAR SPECIFICATIONS ETC.

    5. IT MAY BE NOTED THAT IN THE PRESENT CONTRACT 10CC IS NOT APPLICABLE.

    6. THE CONTRACTOR/ AGENCY SHALL QUOTE THE RATE KEEPING IN VIEW THATTHEY HAVE TO GIVE AN UNDERTAKING BEFORE AWARD OF WORK THATTHEY WILL INSTALL/ ARRANGE FIELD TESTING INSTRUMENTS AND

    ESSENTIAL T&P SPECIFIED IN THE TENDER DOCUMENT.

    7. IT WILL BE MANDATORY TO CONSTITUTE DISPUTE REDRESSAL COMMITTEE(DRC) & CONTRACTOR OR DEPARTMENT CAN ONLY SEEK ARBITRATION IF NOTSATISFIED WITH THE DECISION OF DRC.

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    4/77

    4

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    PART- A

    (CIVIL WORK)

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    5/77

    5

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    CPWD-6 FOR e-TENDERING

    1. Item rate bidsare invited on behalf of President of India from approved list and eligible

    contractors of CPWD in furniture appropriate class category only for the work C/o

    UNESCOBuilding atChankayapuri,NewDelhi. (SH:- Interior furnishing and

    furnitureofAuditorium.) The enlistment of the contractors should be valid on thelast date of submission of bids. In case the last date of submission of bid is extended, the

    enlistment of contractor should be valid on the original date of submission of bids.

    1.1 The work is estimated to Rs. 51,79,461/-.This estimate, however, is given merelyas a rough guide.

    2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 8which is available as a Govt. of India Publication and also available on websitewww.cpwd.gov.in. Bidders shall quote his rates as per various terms and conditions ofthe said form which will form part of the agreement.

    3. The time allowed for carrying out the work will be 02 (Two) monthsfrom the date of startas defined in schedule 'F' or from the first date of handing over of the site, whichever islater, in accordance with the phasing, if any, indicated in the bid documents.

    4. (i) The site for the work is available.

    (ii)The architectural and structural drawings shall be made available in phased manner,as per requirement of the same as per approved program of completion submitted bythe contractor after award of work.

    5. The bid document consisting of plans, specifications, the schedule of quantities ofvarious types of items to be executed and the set of terms and conditions of the contractto be complied with and other necessary documents except Standard General Conditionsof Contract Form can be seen on website www.tenderwizard.com/CPWD orwww.cpwd.gov.infree of cost.

    6. After submission of the bid the contractor can re-submit revised bid any number oftimes but before last time and date of submission of bid as notified.

    7 While submitting the revised bid, contractor can revise the rate of one or more item(s) anynumber of times (he need not re-enter rate of all the items) but before last time and date ofsubmission of bid as notified.

    8 When bids are invited in three stage system and if it is desired to submit revised financialbid then it shall be mandatory to submit revised financial bid. If not submitted then thebid submitted earlier shall become invalid.

    9 Earnest Money in the form of Treasury Challan or Demand Draft or Pay order orBankers Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favourof Executive Engineer, PVMD-2, Pushpa Bhawan, New Delhi - 110062 ) shall be scannedand uploaded to the e-Tendering website within the period of bid submission. Allintending tenderer/ bidders who have uploaded/ submitted their bids have to submittheir original hard copy of EMDs which is verified from the issuing bank upto 3:00p.m. on last date of tender otherwise their tenders cannot be opened and to be treatedas invalid tender. (Modified vide OM DG/MAN/303 dt. 28.03.2014). A part of earnestmoney is acceptable in the form of bank guarantee also. In such case, minimum 50% ofearnest money or Rs. 20 lac, whichever is less, shall have to be deposited in shape prescribedabove, and balance may be deposited in shape of Bank Guarantee of any scheduled bankhaving validity for six months or more from the last date of receipt of bids which is tobe scanned and uploaded by the intending bidders. (Modified vide OM DG/MAN/307dt. 27.05.2014)

    http://www.cpwd.gov.in/http://www.tenderwizard.com/CPWDhttp://www.cpwd.gov.in/http://www.cpwd.gov.in/http://www.tenderwizard.com/CPWDhttp://www.cpwd.gov.in/
  • 7/26/2019 NIT38EEPVMD2201516RECALL

    6/77

    6

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    Interested contractor who wish to participate in the bid has also to make followingpayments within the period of bid submission: (Modified vide OM DG/MAN/312 dt.4.7.2014).

    E-tender processing fee - Rs. 2,962/- if registration with tender processing fee iscontinued, shall be payable to M/s ITI Limited through their e-gateway by credit /debitcard, internet banking or RGTS/NEFT facility .

    The contractors already registered on the e-tendering portal will have option to continueby paying tender processing fee upto one year from the date of registration or to switchover to (New) registration without tender processing fee any time. All new registrationfrom 01.04.2015 will be without tender processing fee.

    (Ref: office memo No DG/e-Gov/26 dt. 02.06.2015)

    Copy of Enlistment Order and certificate of work experience and other documents asspecified in the press notice shall be scanned and uploaded to the e-Tendering websitewithin the period of bid submission. However, certified copy of all the scanned anduploaded documents as specified in press notice.

    Online bid documents submitted by intending bidders shall be opened only of those

    bidders, who has deposited e-Tender Processing Fee with M/s ITI Limited and EarnestMoney Deposit and other documents scanned and uploaded are found in order.

    The bid submitted shall be opened at 03:30 PM on 31/12/2015

    10. The bid submitted shall become invalid and e-tender processing fee shall not be

    refunded if:

    (i) The bidder is found ineligible.

    (ii) The bidder does not upload all the documents (including service tax registration/ VATregistration/ Sales Tax registration) as stipulated in the bid document includingscanned copy of EMD uploaded.

    (iii) If any discrepancy is noticed between the documents as uploaded at the time ofsubmission of bid and hard copies as submitted physically by the Lowest Bidder inthe office of bid opening authority.

    (iv) The tenderer/bidder does not deposit original hard copy of EMD upto 3:00 pm in

    Division office, otherwise their tender can not be opened and to be treated as

    invalid tender.

    11. The contractor whose bid is accepted will be required to furnish performanceguarantee of 5% (Five Percent) of the bid amount within the period specified in ScheduleF. This guarantee shall be in the form of cash (in case guarantee amount is less than Rs.10000/-) or Deposit at Call receipt of any scheduled bank/Banker's cheque of any

    scheduled bank/Demand Draft of any scheduled bank/ Pay order of any ScheduledBank of any scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) orGovernment Securities or Fixed Deposit Receipts or Guarantee Bonds of any ScheduledBank or the State Bank of India in accordance with the prescribed form. In case thecontractor fails to deposit the said performance guarantee within the period as indicated inSchedule 'F', including the extended period if any, the Earnest Money deposited by thecontractor shall be forfeited automatically without any notice to the contractor. Theearnest money deposited along with bid shall be returned after receiving the aforesaidperformance guarantee. (Modified vide OM DG/CON/273 dt. 01.10.2013)

    xxxx To be filled in by EE

    12. The description of the work is as follows:

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    7/77

    7

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    (SH:- C/o UNESCO Building at Chankayapuri, New Delhi. (SH:- Interior

    furnishingandfurnitureofAuditorium.)

    Intending Bidders are advised to inspect and examine the site and its

    surroundings and satisfy themselves before submitting their bids as to the nature of the

    ground and sub-soil (so far as is practicable), the form and nature of the site, the means

    of access to the site, the accommodation they may require and in general shall

    themselves obtain all necessary information as to risks, contingencies and other

    circumstances which may influence or affect their bid. A bidders shall be deemed to

    have full knowledge of the site whether he inspects it or not and no extra charge

    consequent on any misunderstanding or otherwise shall be allowed. The bidders shall be

    responsible for arranging and maintaining at his own cost all materials, tools & plants,

    water, electricity access, facilities for workers and all other services required for

    executing the work unless otherwise specifically provided for in the contract

    documents. Submission of a bid by a bidders implies that he has read this notice and all

    other contract documents and has made himself aware of the scope and specifications of

    the work to be done and of conditions and rates at which stores, tools and plant, etc.will be issued to him by the Government and local conditions and other factors having a

    bearing on the execution of the work.

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

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

    liable for rejection.

    15. The competent authority on behalf of President of India reserves to himself the right ofaccepting the whole or any part of the bid and the bidders shall be bound to perform thesame at the rate quoted.

    16. The contractor shall not be permitted to bid for works in the CPWD Circle (Division incase of contractors of Horticulture/Nursery category) responsible for award andexecution of contracts, in which his near relative is posted as Divisional Accountant oras 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 workingwith him in any capacity or are subsequently employed by him and who are nearrelatives to any gazetted officer in the Central Public Works Department or in theMinistry of Urban Development. Any breach of this condition by the contractor wouldrender him liable to be removed from the approved list of contractors of thisDepartment.

    17. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering orAdministrative duties in an Engineering Department of the Government of India isallowed to work as a contractor for a period of one year after his retirement fromGovernment service, without the prior permission of the Government of India in writing.This contract is liable to be cancelled if either the contractor or any of his employees isfound any time to be such a person who had not obtained the permission of the

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    8/77

    8

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    Government of India as aforesaid before submission of the bid or engagement in thecontractor's service.

    18. The bid for the works shall remain open for acceptance for a period of Thirty (30) daysfrom the date of opening of bids. If any bidders withdraws his bid before the saidperiod or issue of letter of acceptance, whichever is earlier, or makes any modifications inthe terms and conditions of the bid which are not acceptable to the department, then the

    Government shall, without prejudice to any other right or remedy, be at liberty to forfeit50% of the said earnest money as aforesaid. Further the bidders shall not be allowed toparticipate in the rebidding process of the work. (Modified vide OM DG/CON/279 dt.09.05.2014).

    19. This notice inviting Bid shall form a part of the contract document. The successfulbidders/contractor, on acceptance of his bid by the Accepting Authority shall within 15days from the stipulated date of start of the work, sign the contract consisting of:-

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

    (b) Standard C.P.W.D. Form 7/8 or other Standard C.P.W.D. Form as applicable.

    20 The contractor will give detailed execution program of the work which will form part ofhis agreement with the department. He will indicate in the program, the time/stage ofthe work when the agencies of minor components of works will be deployed by him.

    21 Acceptance of the tender shall be done by the PM/Zonal CE or SE or EE as defined inSchedule-F and conveyed by the Engineer in charge on behalf of the President of India.After the work is awarded, the contractor will have to sign agreement.

    22 Supervision of various components of works will be carried out by concerned wings ofthe department under the overall co-ordination of the SE, DCC-12, CPWD.

    23 SE of the concerned discipline will be competent authority for deciding reduced rates, ifany. Date of completion of all components of work will be same. Levy of compensationunder Clause 2 as well as fair and reasonable extension of time will be granted by the SEin charge.

    24 Also EE in charge shall be competent authority to give fair and reasonable extension oftime under provision of clause 5 and SE shall be competent authority to reschedule

    milestones as stipulated under clause 5.

    25 Same milestones shall be applicable for all components of work. The agencies will ensurethat their components of the work are executed in time without giving any chance forslippage of milestones of the project. The amount to be withheld under Clause 5 of thecontract will be decided by the EE. In the event of not achieving the necessary milestonesas assessed from milestone bar chart, specified percentage of the tendered value of workwill be withheld for failure of each milestone.

    26 Arbitration case shall be handled by the EE

    27 Security Deposit will be worked out separately for each component corresponding to theestimated cost of the respective component of works as per provision in schedule A to F.

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    9/77

    9

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    28 Superintending Engineer will examine the case of extension of time, after obtainingcomments the Executive Engineer.

    29 The bidder shall be responsible for coordinating the activities of all works and essentialprogress of works as per mile stone and laid down programs.

    30 The bidder shall render all help to the department and associate themselves forobtaining, necessary clearances/No Objection Certificates (NOCs) for the work donefrom the appropriate statutory bodies. The departmental engineers shall sign necessaryapplication wherever required and fee, if any, to the statutory bodies shall be made bythe department. The contractor shall attend inspection of the statutory body, if any, andshall comply all the requirement and changes, if any, sought for by such body forclearance and acceptance of the equipments/services.

    31 The bidder shall ensure that the maintenance during the guarantee period are to becarried out by the appropriate specialized agency who has executed/carried-out andcompleted the original work or by the manufacturers authorized service agencies, as the

    case may be.

    32 The intending bidder has to fill all the details Demand Draft/Pay Order/BankersCheque (Bankers name, amount, number and date) against tender processing fee.(As applicable as per Memo No DG/e-Gov/26 dt. 02.06.2015

    33 List of Documents to be scanned and uploaded within the period of bid submission:

    i) Treasury Challan /Demand Draft/Pay order or Bankers Cheque /Deposit at Call

    Receipt/ FDR/Bank Guarantee of any Scheduled Bank against EMD

    ii) Enlistment order of Contractoriii) Certificate of Registration of Sales Tax/VAT and acknowledgement of up to date

    filed return.

    iv) All intending tenderer/ bidders who have uploaded/ submitted their bids have to

    submit their original hard copy of EMDs which is verified from the issuing bank

    upto 3:00 p.m. on last date of tender otherwise their tenders cannot be opened and

    to be treated as invalid tender.

    For & on behalf of the President of India.

    Signature................................................

    Executive EngineerPVMD- 2,CPWDPushpa Bhawan, New Delhi.

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    10/77

    10

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING

    PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE

    (Applicable for inviting open bids)

    The Executive Engineer, PVMD-2, CPWD, Pushpa Bhawan, New Delhi invites on behalf ofPresident of India online Item rate bids from approved list and eligible contractors of CPWD infurniture appropriate class category only for the following work:-

    Sl

    No.

    Description Remarks

    1 NIT no. 38/EE/PVMD-2/2015-16(RECALL)

    2 Name of work and location C/o UNESCO Building at Chankayapuri,

    NewDelhi.(SH:- Interiorfurnishingand

    furnitureofAuditorium.)

    3 Estimated cost put to tender Rs. 51,79,461/-

    4 Earnest money Rs. 1,03,589/-

    5 Period of completion 02 (Two) Months

    6 Last date & time of submission of bid 31/12/2015 UP TO 3.00 PM

    7 Period during which physical EMD, and

    certified copy of all the scanned anduploaded other Documents to besubmitted physically by lowest tendererin the office of EE, PVMD-2.

    Within One week after opening of the tender

    8 Time and date of opening of tender 3.30 PM ON 31/12/2015

    The intending bidder must read the terms and conditions of CPWD-6 carefully. He should onlysubmit his bid if he considers himself eligible and he is in possession of all the documents required.Information and Instructions for bidders posted on website shall form part of bid document. The biddocument consisting of plans, specifications, the schedule of quantities of various types of items to beexecuted and the set of terms and conditions of the contract to be complied with and other necessarydocuments can be seen and downloaded from www.tenderwizard.com/CPWD or www.cpwd.gov.inor www.eprocure.gov.infree of cost. But the bid can only be submitted after uploading the mandatoryscanned documents.XXXX To be filled by EE

    Those bidder not registered on the website mentioned above, are required to get registeredbeforehand. If needed they can be imparted training on online bidding process as per details availableon the website. The intending bidder must have valid class-III digital signature to submit the bid. Onopening date, the bidder can login and see the bid opening process. After opening of bids he willreceive the competitor bid sheets. Bidder can upload documents in the form of JPG format and PDFformat.SC/ST contractors enlisted under class V category are exempted from processing fee payable toITI. being composite tender, the bidder must associate with himself any one of the approved associateagencies for each sub package for tendering for the respective component of the electrical works. Thisis item rate tender. Bidder must ensure to quote rate for all individual items accordingly.

    In case the bidder fails to quote any rate by mistake, the same shall be treated as zero.

    Executive Engineer,

    PVMD-2, CPWD,Pushpa Bhawan, New Delhi

    http://www.tenderwizard.com/CPWD%20orhttp://../Users/ADMIN/Desktop/HUDCO/www.cpwd.gov.inhttp://www.eprocure.gov.in/http://www.eprocure.gov.in/http://../Users/ADMIN/Desktop/HUDCO/www.cpwd.gov.inhttp://www.tenderwizard.com/CPWD%20or
  • 7/26/2019 NIT38EEPVMD2201516RECALL

    11/77

    11

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    PRESS NOTE

    SHORT NOTICE INVITING e-TENDERS

    The Executive Engineer, PVMD-2, CPWD, Pushpa Bhawan, New Delhi- 110062 invites on

    behalf of President of India online Item rate tenders from approved list and eligible

    contractor of CPWD in furniture appropriate class category only for following work.

    NIT No.: 38/EE/PVMD-2/2015-2016(RECALL)

    Name of Work : C/oUNESCOBuilding at Chankayapuri,NewDelhi. (SH:-

    InteriorfurnishingandfurnitureofAuditorium.)Estimated Cost :Rs. 51,79,461/-Earnest Money :Rs. 1,03,589/-

    Period of Completion: 02 Months.

    Last time and date of submission of bid: 31/12/2015 up to 3.00 p.m.

    The tender forms and other details can be obtained from the website:

    www.tenderwizard.com/CPWD or www.cpwd.gov.inorwww. eprocure.gov.in

    Executive EngineerPVMD-2, CPWD

    Pushpa Bhawan, New Delhi

    XXXX to be filled by EE

    http://www.cpwd.gov.in/http://www.cpwd.gov.in/
  • 7/26/2019 NIT38EEPVMD2201516RECALL

    12/77

    12

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    CPWD 8

    GOVERNMENT OF INDIA

    CENTRAL PUBLIC WORKS DEPARTMENT

    State : Delhi. Circle : DCC-XII, CPWD New Delhi.

    Branch : B & R. Division : PVMD-2, CPWD, New Delhi.

    Zone : NDZ-VII.

    Item Rate Tender & Contract for Works

    C/o UNESCO Building at Chankayapuri, New Delhi. (SH:- Interior furnishing and

    furnitureofAuditorium.)

    (i) To be submitted online: - 31/12/2015 Up to 3.00 PM

    (ii) To be opened online: - 31/12/2015 at 3.30 PM

    T E N D E R

    I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F, Specificationsapplicable, Drawings & Designs, General Rules and Directions, Conditions of contract, clauses ofcontract, Special conditions, Schedule of Rate & other documents and Rules referred to in theconditions of contract and all other contents in the tender document for the work.

    I/We hereby tender for the execution of the work specified for the President of India within the timespecified in Schedule F, viz., schedule of quantities and in accordance in all respects with thespecifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules andDirections and in Clause 11 of the conditions of contract and with such materials as are provided for,

    by, and in respects in accordance with, such conditions so far as applicable.

    I/We agree to keep the tender open for forty (45) days from the due date of its opening and not to makeany modifications in its terms and conditions.

    A sum of Rs. 1,03,589/- is hereby forwarded in cash/ Receipt Treasury Challan / Deposit at callReceipt of a Scheduled Bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled

    bank/bank guarantee issued by a scheduled bank as Earnest Money. If I/We, fail to furnish theprescribed performance guarantee within prescribed period, I /We agree that the said President of Indiaor his successor in office shall without prejudice to any other right or remedy, be at liberty to forfeit thesaid earnest money absolutely. Further, if I/We fail to commence work as specified, I/We agree thatPresident of India or his successors in office shall without prejudice to any other right or remedyavailable in law, be at liberty to forfeit the said earnest money and the performance guaranty absolutelyotherwise the said earnest money shall be retained by him towards security deposit to execute all the

    works referred to in the tender documents upon the terms and conditions contained or referred totherein and to carry out such deviations as may be ordered, up to maximum of the percentagementioned in Schedule F and those in excess of that limit at the rates to be determined in accordancewith the provision contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that incase of forfeiture of Earnest Money or both Earnest Money & Performance Guarantee as aforesaid,I/We shall be debarred for participation in the re-tendering process of the work.

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    13/77

    13

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    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 tendering 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.

    I/We hereby declare that I/we shall treat the tender documents, drawings and other records connectedwith the work as secret/confidential documents and shall not communicate information/derived therefrom to any person other than a person to whom I/we am/are authorized to communicate the same oruse the information in any manner prejudicial to the safety of the State.

    Date: Signature of ContractorPostal address:

    Witness:

    Address:

    Occupation :

    xxxx To be filled in by EE

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    14/77

    14

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    ACCEPTANCE

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

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

    (i)

    (ii)

    (iii)

    For & on behalf of the President of India

    Signature

    Dated Designation

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    15/77

    15

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    To,Executive Engineer,PVMD-2, CPWD,Pushpa Bhawan, New Delhi.

    Sub:-C/oUNESCOBuildingatChankayapuri,NewDelhi. (SH:- Interior furnishing

    and

    furniture

    of

    Auditorium.)

    Dear Sir,

    I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated inthe 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 conditionthat 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 THEMAKING 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 andfurther agree that execution of the said Integrity Agreement shall be separate and distinct from the maincontract, which will come into existence when tender/bid is finally accepted by CPWD. I/Weacknowledge and accept the duration of the Integrity Agreement, which shall be in the line with Article1 of the enclosed Integrity Agreement.

    I/We acknowledge that in the event of my/our failure to sign and accept the IntegrityAgreement, while submitting the tender/bid, CPWD shall have unqualified, absolute and unfetteredright to disqualify the tenderer/bidder and reject the tender/bid is accordance with terms and conditionsof the tender/bid.

    Yours faithfully

    (Duly authorized signatory of the Bidder)

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

    relevant contract on behalf of CPWD.

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    16/77

    16

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    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 referredas the

    (Address of Division)Principal/Owner, which expression shall unless repugnant to the meaning or context hereof includeits successors and permitted assigns)

    AND

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

    .........

    (Name and Address of the Individual/firm/Company)through.................................................................................................................. (Hereinafter referred toas the

    (Details of duly authorized signatory)Bidder/Contractor and which expression shall unless repugnant to the meaning or context hereofinclude its successors and permitted assigns)

    Preamble

    WHEREAS the Principal / Owner has floated the Tender (NIT No. ................................) (hereinafterreferred to as Tender/Bid) and intends to award, under laid down organizational procedure, contractfor

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

    ..................................................................(Name of work)

    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) andContractor(s).

    AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this IntegrityAgreement (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 theparties.

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

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    17/77

    17

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    Article 1: Commitment of the Principal/Owner

    The Principal/Owner commits itself to take all measures necessary to prevent corruption and to observethe following principles:

    No employee of the Principal/Owner, personally or through any of his/her family members, will inconnection with the Tender, or the execution of the Contract, demand, take a promise for or accept, forself or third person, any material or immaterial benefit which the person is not legally entitled to.The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason. ThePrincipal/Owner will, in particular, before and during the Tender process, provide to all Bidder(s) thesame information and will not provide to any Bidder(s) confidential / additional information throughwhich the Bidder(s) could obtain an advantage in relation to the Tender process or the Contractexecution.

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

    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 inviolation of the principles herein mentioned or if there be a substantive suspicion in this regard, thePrincipal/Owner will inform the Chief Vigilance Officer and in addition can also initiate disciplinaryactions as per its internal laid down policies and procedures.

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

    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 offraud or corruption or Coercion or Collusion of which it has knowledge or becomes aware, duringthe tendering process and throughout the negotiation or award of a contract.

    The Bidder(s)/Contractor(s) commit himself to take all measures necessary to prevent corruption. Hecommits himself to observe the following principles during his participation in the Tender process andduring the Contract execution:

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

    The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement orunderstanding, whether formal or informal. This applies in particular to prices, specifications,

    certifications, subsidiary contracts, submission or non-submission of bids or any other actions torestrict competitiveness or to cartelize in the bidding process.

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

    The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses ofagents/representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shalldisclose names and addresses of foreign agents/representatives, if any. Either the Indian agent on

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    18/77

    18

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    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 beallowed to quote on behalf of another manufacturer along with the first manufacturer in asubsequent/Parallel tender for the same item.

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

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

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

    The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use CoercivePractices (means the act of obtaining something, compelling an action or influencing a decision

    through intimidation, threat or the use of force directly or indirectly, where potential or actual injurymay befall upon a person, his/ her reputation or property to influence their participation in the tenderingprocess).

    Article 3: Consequences of Breach

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

    If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed atransgression 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 havepowers to disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate/determine theContract, 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 anddetermined by the Principal/Owner. Such exclusion may be forever or for a limited period asdecided by the Principal/Owner.

    Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner hasdisqualified the Bidder(s) from the Tender process prior to the award of the Contract orterminated/determined the Contract or has accrued the right to terminate/determine the Contractaccording to Article 3(1), the Principal/Owner apart from exercising any legal rights that may haveaccrued 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.

    Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor, orof an employee or a representative or an associate of a Bidder or Contractor which constitutescorruption within the meaning of Indian Penal code (IPC)/Prevention of Corruption Act, or if thePrincipal/Owner has substantive suspicion in this regard, the Principal/Owner will inform the same tolaw enforcing agencies for further investigation.

    Article 4: Previous Transgression

    The Bidder declares that no previous transgressions occurred in the last 5 years with any otherCompany in any country confirming to the anticorruption approach or with Central Government orState Government or any other Central/State Public Sector Enterprises in India that could justify his

    exclusion from the Tender process.

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    19/77

    19

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

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

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

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

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

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

    The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between thePrincipal/Owner and the bidder, along with the Tender or violate its provisions at any stage of theTender 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 12months after the completion of work under the contract or till the continuation of defect liability period,whichever is more and for all other bidders, till the Contract has been awarded.

    If any claim is made/lodged during the time, the same shall be binding and continue to be valid despitethe lapse of this Pacts as specified above, unless it is discharged/determined by the CompetentAuthority, CPWD.

    Article 7- Other Provisions

    This Pact is subject to Indian Law, place of performance and jurisdiction is the Head quarters of theDivision of the Principal/Owner, who has floated the Tender.

    Changes and supplements need to be made in writing. Side agreements have not been made.

    If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by oneor more partner holding power of attorney signed by all partners and consortium members. In case of aCompany, the Pact must be signed by a representative duly authorized by board resolution.

    Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remainsvalid. In this case, the parties will strive to come to an agreement to their original intensions.

    It is agreed term and condition that any dispute or difference arising between the parties with regard tothe terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal in accordancewith 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 andremedies belonging to such parties under the Contract and/or law and the same shall be deemed to becumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, boththe Parties agree that this Integrity Pact will have precedence over the Tender/Contact documents withregard any of the provisions covered under this Integrity Pact.

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    20/77

    20

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

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

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    21/77

    21

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    PROFORMA OF SCHEDULESSCHEDULE A

    Schedule of quantities Page- 71-77

    SCHEDULE B

    Schedule of materials to be issued to the contractor.

    Sl.No.

    Description of item Quantity

    Rates in figures &words at which thematerial will be chargedto the contractor

    Place of Issue

    1 2 3 4 5

    ---------------------------------NIL----------------------------------

    SCHEDULE C

    Tools and plants to be hired to the contractorSl. Description Hire charges per day Place of issue

    No.---------------------------------NIL----------------------------------

    SCHEDULE D

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

    : As mentioned in tenderdocuments

    SCHEDULE E

    Reference to General Conditions of contract : General Condition of Contract forCentral PWD Works 2014 with

    amendment up to last date of

    submission of tenders.

    Name of work: -C/oUNESCOBuildingatChankayapuri,NewDelhi.(SH:- Interior

    furnishingandfurnitureofAuditorium.)

    Estimated cost of work Rs. 51,79,461/-

    Earnest Money : Rs. 1,03,589/-(to be returned after receivingPerformance guarantee)

    Performance Guarantee : 5%of the Tendered value

    Security Deposit : 2.5% of the tendered value plus 50% of PG forcontract involving maintenance of the buildingand services/other work after construction of same

    building and services/other work.

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    22/77

    22

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    SCHEDULE F

    General Rules & Directions:

    Officer inviting tender : Executive Engineer,PVMD-2, CPWD

    Pushpa Bhawan, New Delhi.

    Maximum percentage for quantity of items ofwork to be executed beyond which rates are to

    be determined in accordance with clauses 12.2& 12.3

    :

    See below

    Definitions:

    2 (v) Engineer-in-Charge Executive Engineer,PVMD-2, CPWD

    Pushpa Bhawan, New DelhiOr

    His successor

    2(viii) Accepting Authority : Executive Engineer,PVMD-2, CPWD

    Pushpa Bhawan, New Delhi

    2(x) Percentage on cost of materials andlabour to cover all overheads and profits.

    : 15% (fifteen percent)

    2(xi) Standard schedule of Rates : Delhi Schedule of Rates 2014 for civil work with up todate correction slips

    2(xii) Department : Central Public Works Department.

    9(ii) Standard CPWD contract Form

    Clause 1

    : CPWD form 8 (GCC 2014 withamendment up to last date of submissionof tenders).

    i) Time allowed for submission of Performance Guarantee,

    Programme Chart(Time and Progress) and applicablelabour licenses,Registration with EPFO,ESIC and BOCW

    Welfare Board or proof of applying thereoffrom the date ofissue of letter of acceptance, in days.

    ii) Maximum allowable extension with late fee @ 0.1% per day of

    performance guarantee amount beyond the period provided in

    (i) above. (DG/CON/ 265, dt. 18.1.13)

    15 days.

    07 days.

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    23/77

    23

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    Clause 2

    Authority for fixing compensation underClause-2

    : Superintending EngineerDCC-XII, CPWD,

    New Delhi or his successorNote:- Levy of compensation underclause-2 as well as fair and reasonableextension of time will be granted by the

    Superintending Engineer, DCC-XII,CPWD, New Delhi or thereof on receiptof required information in this regardfrom Executive Engineer, PVMD-2,CPWD, Pushpa, Bhawan, NewDelhi

    Whether clause 2A shall be applicable : Not applicable

    Clause 5

    Number of days from the date of issue of letterof acceptance for reckoning date of start

    : 10 days

    Mile stone(s) as table given below:

    S. No. Description of Mile Stone

    (Physical)

    i/c Electrical works

    Time Allowed in days

    (From the date of Start)

    Amount to be withheld in case of non-

    achievement of Mile stone

    1 50% of tendered amount. 30 Days In the event of not achieving the necessaryprogress as assessed from the running payment,3% of the tendered value of work will bewithheld for failure of each milestone. Total 5%of tender amount.

    2 100% of tendered amount 60 Days

    Time allowed for execution of work : 02 (Two) Months

    Authority to decide:

    (i) Extension of time (Engineer in Charge orEngineer in Charge of Major Component in caseof Composite Contracts, as the case may be)

    Executive Engineer,PVMD-2, CPWD

    Pushpa Bhawan, New Delhior his successor

    (ii) Rescheduling of mile stones (SuperintendingEngineer in Charge or Superintending Engineerin Charge of Major Component in case ofComposite Contracts, as the case may be)

    Superintending EngineerDCC-XII, CPWDNew Delhi.

    or his successor

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    24/77

    24

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    Clause 6 : . .....NA.....

    Clause 6A : Clause 6A applicable

    Clause 7 :

    Gross work to be done together with net payment /adjustment of advances for material collected, ifany, since the last such payment for being eligibleto interim payment:

    Clause 7A:

    Whether Clause 7A shall be Applicable

    : Rs. 20 Lac

    Yes

    Clause 10 A:List of testing equipment to be provided by thecontractor at site lab

    : As required to conduct the test in the field labas per specifications/tender documents.

    Clause 10 B(ii)

    Whether clause 10-B(ii) shall be applicable : ....... No..

    Clause 10 CComponent of labour expressed as percent ofvalue of work for civil work : ....... 25% ..

    Clause 10 CA:

    S.N. Material coveredunder this clause

    Nearest Materials (other than cement,reinforcement bars and the structural steel)for which All India Wholesale Price Indexshall be followed as notified by DG CPWDfor June 2015unless otherwise modified byDG(CPWD) for the month of submission of

    Financial bid

    Base Price of allMaterials coveredunder clause 10 CA*as notified by DG,CPWD

    1 Cement (OPC) - 4500.00 Per M.T

    2 Cement (PPC) - 4240.00 Per MT

    2 Reinforcement BarsTMT-500

    - -

    PrimaryManufacturer

    - 40505.00 Per M.T

    3 Structural Steel - 39722.00 Per M.T

    Clause 10 CC: Not Applicable

    To be applicable in contracts with stipulatedPeriod of completion exceeding the periodShown in next column...12 months scheduleOf component of Materials, Labours, POLetc for price escalation. Component of Civil(except material covered under):

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    25/77

    25

    Clause 10CA

    Electrical construction materials expressed aspercent of total value of work : Xm ......... %Component of Labour expressed as

    percent of Total value of work : Y ......... %Component of P.O.L expressed as

    percent of total value of work : Z ......... %

    Clause 11 :Specifications to be followedfor execution of work

    Civil CPWD Specifications 2009 Vol. I & II withup to date correction slips up to last date ofreceipt of e-tenders.

    Clause 12: Type of Work: - Original Work

    Overall deviation limit shall be 25% and the

    payment

    shall

    be

    made

    at

    agreement

    rate

    only.

    The completion cost of work under this

    agreement should not exceed 1.25 times of

    Tendered amount. Payment of extra/substitute

    items incaseofschedule itemsaretobepaidas

    per the scheduled rate plus cost index (at the

    time of tender) plus Quotedpercentage (%)

    aboveorbelowonEstimatedCostPuttoTender.

    Paymentofextra/substitute items incaseofnon

    scheduled

    items

    are

    to

    be

    paid

    as

    per

    the

    prevailingmarketrate.

    12.2 &

    12.3 Deviation limit beyond whichClauses 12.2 & 12.3 shall apply 30%.for Superstructure work

    12.5 i) Deviation limit beyond whichclause 12.2 & 12.3 shall applyforfoundation work(except earth work) 30%

    ii) Deviation limit for items inearth work sub head of DSRor related items in foundation 100%

    Clause 16:

    Competent Authority for deciding reduced rates:Civil Superintending Engineer

    DCC-XII, CPWD

    New Delhi

    Or his successor

    Up to 5% of the contract value and fullpower with CE/NDZ-VII, CPWD,New Delhi

    Clause 18:

    List of mandatory machinery tools & plantsto be Deployed by the contractor at site forcivil work :

    As per list at page66-68

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    26/77

    26

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    Modified clause 25 is applicable. The constitution of DRC is as under:

    (a) For total claims more than Rs. 25 lacs

    Chairman - Chief Engineer, NDZ-VIII, CPWD, New DelhiMember - Dir (W&TLC) O/o ADG (DR),Member - SE, DCC-V, CPWD, New Delhi

    SE DCC-XII, CPWD Shall present case before DRC but shall not have any part in decisionmaking.

    (b)

    For total claims up to Rs. 25 lacs

    Chairman - Dir (W&TLC) O/o ADG (DR)Member - EE, PVMD-I, CPWDMember - EE (P), DCC-XI, CPWD

    EE, PVMD-I, CPWD Shall present case before DRC but shall not have any part in decision making.

    Clause 36 (i)

    Sl.

    No

    .

    Minimum Qualification

    of Technical

    Representative

    Discipline

    Designation

    (Principal

    Technical/

    Technical

    representativ

    e)

    Mi

    ni

    mu

    m

    ex

    pe

    rie

    nc

    e

    N

    u

    m

    b

    e

    r

    Rate at which recovery shall

    be made from the contractors

    in the event of not fulfilling

    provision of clause 36(i)

    Figures Words

    1. Graduate Engineer Civil

    Project/SiteEngineer and

    ProjectPlanning/Billing Engineer

    2years

    1Rs. 15000/-(Per month)

    Rupees Fifteenthousand only(Per month)

    OR

    Diploma Engineer Civil

    Project/SiteEngineer and

    ProjectPlanning/Billin

    g Engineer

    5years

    1Rs. 15000/-(Per month)

    Rupees Fifteenthousand only(Per month)

    Executive Engineersretired from Govt. Services that are holding Diploma will be treated at par with

    Graduate Engineers.

    Diploma holder with minimum 10 year relevant experience with a reputed construction co. can be

    treated at par with Graduate Engineers for the purpose of such deployment subject to the condition that

    nos. of such diploma holders should not exceed 50% of requirement of degree engineers. (As per OM

    272, dated. 21.8.13)

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    27/77

    27

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    Clause 42:

    i) (a) Schedule /Statement for determiningtheoretical quantity of cement &

    bitumen on the basis of :

    Civil Delhi Schedule of Rate- 2014with upto date correction slips

    (ii) Variations permissible on

    theoretical quantities.

    (a) CementFor works with estimated cost put totender not more than Rs. 5 Lakh :

    3% plus/minusFor works with estimated cost put totender more than Rs. 5 lakh

    : 2% plus/minus

    (b) Bitumen for all works : 2.5% plus only & nil on minus side(c) Steel reinforcement and structuralsteel sections for each diameter,section and category

    : 2% plus/minus

    (d) GI Barbed wire : 2% plus/minus

    RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

    SlNo.

    Description of item Unit

    Rates in figures and words at which recovery

    shall be made from the Contractor

    Excess beyond thePermissible

    variation

    Less use beyond thepermissible variation

    1. Cement O.P.C. in bags M.T. NIL Rs. 4950/-

    2. Cement P.P.C. in bags M.T. NIL Rs. 4664/-

    3. Reinforcement bars TMT 500

    i Primary Manufacturer M.T. NIL Rs. 44556/-

    4. Structural Steel M.T. NIL Rs. 43694/-

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    28/77

    28

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    PART- B

    (General Conditions civil work)

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    29/77

    29

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    GENERAL CONDITIONS

    1. The order of preference in case of any discrepancy as indicated in condition no. 8.1 underConditions of Contract given in the General Conditions of contract for Central P.W.Dworks 2014 with up to date of submission of tenders shall supersede as follows:

    (i) Description in schedule of quantities(ii) General Conditions and Special conditions.(iii)

    Contract clauses of General conditions of contract for Central P.W.D. works manual2014with amendment up to last date of submission of tenders.

    (iv) CPWD specifications2009 Vol I &II with up to date correction slips(v) Architectural drawings.(vi) Indian standards specification/BIS.(vii) Sound Engineering practice.

    Any references made to any Indian standards specifications in these documents shall imply tothe latest version of that standard, including such revisions/amendments as issued by theBureau of Indian standards up to last date of receipt of tenders. The contractor shall keep at hisown cost all such publications of relevant Indian standards applicable to the work at site. In

    case of above mentioned scenario silent the decision of Engineer-in-charge shall be final.

    2. The work shall be carried out according to CPWD specifications 2009 Volume I & II,modified and corrected up to date of submission of bid. For the items which are not coveredunder CPWD specifications, the special conditions / B.I.S. specifications shall apply. In thisregard the decision of Engineer-in-charge shall be final.

    3. Unless otherwise specified, the agreement rates for all items of work of the schedule of

    quantities are for all heights, depths, leads and lifts involved in the execution of work.

    4.

    The contractor shall make his own arrangement of water required for the work as per clause 31of the general conditions of the contract for CPWD works.

    5. The contractor shall make his own arrangements for obtaining electric connection for carryingout any maintenance activity and make necessary payment directly to the departmentconcerned. In the absence of electric connection or failure of power supply, the contractor shallmake his own arrangement of generators.

    6. On account of security consideration, there could be some restrictions on the working hours,movement of vehicles for transportation of materials. The contractor shall be bound to followall such restrictions and adjust the programme for execution accordingly.

    7.

    The work shall be carried out in a manner complying in all respects with the requirements ofrelevant bye laws of the local bodies, labour laws, minimum wages act, workmen

    compensation act and other statutory laws enacted by Central Government as well as StateGovernment.

    8. All the malba or rubbish obtained from dismantling or otherwise during the execution of thework shall be brought down in packed bags or similar means through the staircase and is not to

    be thrown to the ground directly from the first floor or second floor etc. This shall betransported and stacked properly in the specified common disposal point/ dumping ground earmarked by field staff by cycle rickshaw or any other similar means on the same day and thesite shall be kept clean including the stair case etc. as per the instructions of the Engineer-in-charge. Nothing extra shall be paid on this account. A fine of Rs.500/- shall be recovered fromthe contractor for each complaint/default of such cases.

    9.

    After the collection of a full truck load of the said malba (approx 4.5 cum) the same shall bedisposed off by the contractor to the authorized municipal dhalao /dumping ground, for which

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    30/77

    30

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    the payment shall be made to contractor per cum basis as per item in the agreement. In case ofnon-removal/disposal within seven days after collection of a full truck load malba, a fine ofRs.1000/- (One Thousand) per day subject to maximum of Rs. 10,000 shall be recovered fromthe contractor.

    10.

    No Residential accommodation shall be provided to any of the staff engaged by the contractor.The contractor shall also not be allowed to erect any temporary set up for staff in the campus.

    11.

    No claims of the labours shall be entertained by the Department including that of providingemployment, regularization of services etc.

    12. The engineers who are present at the site from 9:00 AM to 5:00 PM on all working days or as

    working hours allowed by Engineer-in-Charge shall carry mobile telephone(s) to enable theEngineer-in-charge to have easy and quick communication. Nothing extra shall be paid to thecontractor on this account and his quoted rates for various items under this contract will beinclusive of this obligation.

    13. All materials, T & P, consumable and contingent articles required for the work shall bearranged by the contractor. Materials used shall be in order of preferences:

    13(i) Under the Nomenclature of the item

    13(ii) CPWD approved list

    13(iii) CPWD specifications 2009 with up to date correction slips

    13(iv) ISI marked

    13(v) Direction of the Engineer-in-Charge

    14. Replaced materials used shall have same or richer specifications to the original materials and

    compatible to the work.

    15. The staff employed by the contractor should be well behaved, Polite & courteous. Any

    complaint against staff on behaviour should be taken very seriously and such should beremoved by the contractor immediately from the site.

    16. The contractor shall make all safety arrangement required for the labour engaged by him at hisown cost. All consequences due to negligence or due to lapse of security/safety or otherwiseshall remain with the contractor. The department shall not be responsible for any mishap,injury, accident or death of the contractors staff. No claim in this regard shall be entertained/accepted by the department.

    17.

    Contractor shall be fully responsible for any damages caused to govt. Property or alloteesproperty by his labour / staff in carrying out the work and shall be rectified by the contractor athis own cost.

    18. VAT/ WCT/ Income Tax/ Construction Workers Welfare Cess/Other Taxes as applicable shall

    be recovered from the contractors bill.

    19. Chases, holes & drilling works etc. shall be done using power operated tools.

    20. Dismantling of cement concrete slabs, floors etc. inside the quarters/building shall be donewith the help of mechanized vibratory hammer, drills etc. The work shall be carried out insuch a way that there should be least disturbance to the nearby/ adjoining allottees /occupants.The work should be completed within least possible time. The contractor must ensure thatthere should be no damaged to the supporting RCC/structural member of the buildings.

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    31/77

    31

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    21. For non-compliance or partial compliance of satisfactory execution of items, the Engineer-in-charge reserves his rights to levy compensation in accordance with the scale of non-conformityand the period for which this non-conformity continues. However the total amount of thiscompensation for the whole contract shall not exceed 10% of the tendered value of thiscontract. This shall be without prejudice to other remedies available to Engineer-in-chargeunder this contract to take action against the contractor.

    22.

    The contractors are advised to get acquainted with the proposed work and its site and alsostudy the Architectural Drawings, specifications and special conditions carefully beforetendering. No claim of any sort shall be entertained on account of any site conditions andignorance of specifications and special conditions.

    23.

    The work shall be carried out as per CPWD specifications for works-2009 Vol. I & II with upto date correction slips unless otherwise specified in the nomenclature of individual item or inthe specifications and special conditions, where specifications are silent, the decision ofEngineer-in-Charge shall be final and binding on contractors.

    24. The rates quoted by the contractor shall be taken as net and nothing extra shall be paid on any

    account i.e. royalty, cartage, sales tax and stacking at required places etc. Centering, shuttering,however if required to be done for RCC beams, RCC floor slab and landings only for centeringheights greater than 3.5m shall be measured & paid separately.

    25. Articles manufactured by the reputed firms and approved by Engineer-in-Charge shall only beused. Only articles classified, as first quality by the manufacturer shall be used unlessotherwise specified. In case articles bearing ISI certification are not available in the market,quality of samples brought by the contractor shall be judged by standards laid down in therelevant CPWD specifications. For the items not covered by CPWD specifications relevantBIS standards shall apply. The sample of materials to be brought to site for use in work shall begot approved from the Engineer-in-Charge before actual execution of work.

    26.

    Samples of materials required for testing shall be provided free of cost by the contractor.Testing charges, if any, shall be borne by the department in case the test results are satisfactoryaccept where-ever specifically mentioned otherwise in the NIT. All other expenditure to beincurred for taking samples, conveyance, packing etc. shall be borne by the contractor.

    27. The contractor shall submit a detailed programme of work within 15 days of the date of issueof letter of intent. Detailed programme should include all the mile stone, cash flow, material

    procurement, manpower deployment. Program must show clearly the critical path to completethe project in time.

    28.

    The Engineer-in-Charge can modify the programme and the contractor shall have to workaccordingly. During review of work progress, Engineer in Charge can ask to modify the

    programme. Contractor shall resubmit the modified programme in 2 days.

    29.

    The quantities of each item shall not be exceeded beyond the agreement quantities withoutprior permission of Engineer-in-Charge.

    30. All types of mortars to be used in the work shall be mixed in the mechanical mixer and hand

    mixing shall not be permitted.

    31. The contractor shall make his own arrangement for getting the permission to ply the trucks

    from the traffic police.

    32. No payment shall be made to the contractor for any damage caused by rain, snow fall, floods or

    any other natural causes whatsoever during the execution of work. The damage caused to work

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    32/77

    32

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    shall have to be made good by the contractor at his own cost and no claim on this account shallbe entertained.

    33. Other agencies may also simultaneously be executing the work of electrification, Horticultureor external services and other building works for the same building along with this work. Thecontractor shall offer necessary facilities for the same and no claim in the matter shall beentertained. The contractor shall especially co-ordinate with the other agency carrying out hiswork.

    34.

    The contractor shall take all precautions to avoid accidents by exhibiting necessary cautionboards. He shall be responsible for all damages and accidents caused due to negligence on hispart. No hindrance shall be caused to traffic during the execution of the work by storingmaterials on the road.

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

    36.

    Testing of materials :In case there is any discrepancy in the frequency of testing as given in the list of mandatory testand that in the individual sub-head of work as per the CPWD specifications for works-2009Vol-I & II with up to date correction slips, the higher of the two frequencies shall be followedand nothing extra shall be payable to the contractor on this account.

    37.

    Samples of all fittings and fixture to be provided shall be got approved from the Engineer-in-charge before use in the work.

    38. The rate for all items of work, shall unless otherwise clearly specified include cost of all

    labour, material and other inputs involved in the execution of the items.

    39.

    The contractor shall make necessary arrangement for water for construction purpose as well asfor electricity and its distribution as per IS Code at his own cost. The department will renderonly assistance to the contractor for making application to DJB/ authorised Electric supplyagency, if required. All the fees and charges including consumption charges shall be borne bythe contractor.

    40. The contractor will not have any claim in case of any delay by the Engineer-in-Charge in

    removal of trees or shifting, removing of telegraph, telephone or electric lines (overhead orunderground), water and sewer lines and other structure etc., if any which may come in theway of the work. However, suitable extension of time can be granted to cover such delay.

    41. The contractor shall clean the site thoroughly of scaffolding materials, rubbish, equipments leftout of his work and dress the site around the building to the complete satisfaction of theEngineer-in-charge before the work is treated as completed.

    42.

    The labour welfare fund/ cess @ 1% on gross work done shall be deducted.

    43. Maintenance of Register of Tests- All the registers of tests carried out at Construction Site or inoutside laboratories shall be maintained by the contractor which shall be issued to thecontractor by Engineer-in-Charge.

    44.

    Maintenance of Material at Site (MAS) Register- All the MAS Registers including Cement andSteel Registers shall be maintained by Contractor which shall be issued to the contractor byEngineer-in-Charge.

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

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    33/77

    33

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    34/77

    34

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    35/77

    35

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    36/77

    36

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    37/77

    37

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    38/77

    38

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    Special Conditions

    2.1 The contractor must study the specifications and conditions carefully before tendering. If thereare varying or conflicting provisions made in any documents forming part of the contract, theEngineer in-charge shall be the deciding authority with regard to the intention / interpretationof the documents and it will be binding on the contractor without any reservation whatsoeverand nothing extra shall be paid. Any error in description, quantity or rate in schedule of work

    bills of quantities /item or any omissions there from shall not vitiate the contract or release thecontractor from theexecution of the whole work or any part of the work comprised there in according to drawingsand specifications or from any of his obligations under the contract.

    2.2 If for any reason, any part of the site is not available temporarily for some time for part of thework under the contact, the agreed construction schedule shall be suitably modified andcontactor shall diligently divert his men and materials to utilize them profitably and no claimof damages whatsoever shall be entertained on the account. However the contractor shall beallowed extension of time for completing the work as deemed fit by the competent authority.

    2.3 A reference made to any Indian standard codes / specification in these documents, shall implyreference to the latest versions of that standard including such revision/ amendments as issued

    by the Bureau of Indian Standards on the date of opening of the tender. The contractor shall

    have to keep all relevant publications of codes at the site at his own cost. However, Engineer- in-charge may direct for keeping any other publication/codes at the site of work required in

    connection with work.2.4 (a) The contractor shall make his own arrangements for obtaining electric connections, and

    shall make necessary payments directly to the department concerned. The Engineer-in-chargewill however, make required references to the authority concerned in this regard. Nothing shall

    be reimbursed to the contractor in this regard. The contractor shall make his own arrangementfor backup power at his own cost. No interruption of work due to power failure shall beaccepted. Also no claim of whatsoever due to power failure shall be entertained.(b) If required, contactor shall obtain from the municipal or concerned authorities permanentwater supply and drainage connection and procure completion certificate for the same from

    Municipal / Local authorities. The Engineer-in-charge will however make required referencesto the authority concerned in this regard. Nothing shall be reimbursed to the contractor.2.5 The work shall be carried out in such a manner so as not to interfere or affect or disturb other

    works being executed by other agencies if any. Other agencies doing works related with thisproject will also simultaneously execute the works and the contractor shall provide necessaryfacilities for the same. The contractor shall leave such recesses, holes, openings etc. as may berequired for the wetrisers, air conditioning, lift and other related works etc. The contractor shallcarry out the false ceiling work in stages in close coordination with other agencies.

    2.6 The contractor shall have to make approaches to the site, if so required and keep them in goodconditions for transportation of labour and material as well as inspection of works. Nothingextrashall be paid on this account. Any damage done to existing roads shall be made good by the

    contractor at his own cost.2.7 The contractor shall have to deploy adequate well experienced technical staff for the work. A

    list of staff along with their designation, experience and duties shall be displayed at site ofwork. Thecontractor or his authorized representative should always be available at the site of work to takeinstruction from the departmental officers, and will ensure proper implementation.

    2.8 The structural, architectural, service and other drawings for the work shall at all times beproperly correlated before executing any work and no claim whatsoever shall be entertained inthis respect.

    2.9 The contractor shall be responsible for the true and proper setting out of building componentsof the work in coordination with the Engineer-in-charge or his authorized representative. The

    contractor shall be responsible for the correctness of the positions, levels, dimensions, andalignments of all the parts of the structure and for arrangement of all necessary instruments,

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    39/77

    39

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    appliances and labour in connection there with. If at any time, during the progress of the worksany error appears or arises in the position, levels, dimensions or alignment of any part of theworks, the contactor on being required to do so by the Engineer-in-charge shall at his ownexpense rectify such error to the entire satisfaction of Engineer-in-charge. The checking of anysetting out of any line or level by the Engineer-in-charge or his authorized representatives shallnot relieve in anyway, the contractor of his responsibility for the correctness there of and thecontractor shall carefully protect and preserve all bench marks, site details, pegs and otherthings used in the setting out and construction of works. All duties concerning establishment ofa set of bench marks, permanent / theodolite stations centre line pillars etc including allmaterials tool, plants, equipment, labour etc, for performing all the functions necessary andancillary there to at the commencement and during the progress of the work till physicalcompletion of the work in question shall be carried out by the contactor at his own cost.

    2.10 The contractor at his own expenses shall establish a field laboratory with necessary equipmentto carry out test in order to enable to Engineer-in-charge to conduct field test, wheneverrequired by him to ensure that the quality of work is consistent with the prescribedspecifications and nothing extra shall be paid on this account.

    2.11 The contractor shall at his own cost make all arrangements and shall provide all such facilitiesas the Engineer-in-charge may require for collecting, preparing/ packing,forwarding/transporting the required number of samples for tests/analysis as per the frequency

    of test stipulated in the contract specifications or as considered necessary by the Engineer-in-charge, at such time and such places, as directed by the Engineer-in-charge. Nothing extrashall be paid for the above operations including the cost of materials to be tested. The testingcharges for tests conducted in the laboratory shall be borne by the Contractor/Department in the manner indicated below:-

    (i) By the Contractor, if the results show that the material does not conform to relevantcodes/specifications.

    (ii) By the Department, if the results show that the material conforms to relevant codes/specifications. However, cost of all field tests shall be born by the contractor.

    2.12 The contractor or his authorized representative shall associate in collection,preparation/packing, forwarding/ transporting of samples for testing. In case he or hisauthorized representative is not present or does not associate himself, the result of such tests

    and consequences thereon shall be binding on the contractor. The contractor or hisauthorized representative shall remain in contactwith Engineer-in-charge for associating for all such operations.

    2.13 The Contractor have to replace the substandard or rejected material with new lot of materialand in the event of the contractors refusal to comply with, the Engineer-in-charge shall be atliberty to make alternative arrangements for such material through other means at the risk andcost of the contractor who shall have no claim whatsoever in this regard. The rejected lot shallalso remain at site till the time the contractor brings in new lot of material conforming tospecifications and above procedure shall be followed.

    2.14 Approved samples of materials/ items shall be kept at site of work till completion of the work.Each approved sample shall be signed by the contractor and Engineer-in-charge.

    2.15 The Contractor shall maintain in good conditions all work executed by him till completion of

    the work. The contractor shall be responsible for the watch and ward of the building, safety ofall fittings and fixtures including sanitary and water supply fittings and fixtures provided byhim against pilferage and breakage during the period of installation and thereafter till the

    building is physically completed and completion certificate recorded by the competentauthority.

    2.16 Any damage done by the contractor to any existing work shall be made good by him at his owncost. Existing adjacent buildings, drain pipes, culverts, overhead wires, water supply lines andsimilar services encountered during the course of execution shall be protected against damage

    by the contactor and nothing extra shall be payable for the same. The contractor shall not storematerial or otherwise occupy any part of the site in manner likely to hinder the operation ofsuch services.

    2.17 The contractor shall submit to the Engineer-in-charge the following reports.

    a) Weekly report of receipt & consumption of material arranged by the contractor.

  • 7/26/2019 NIT38EEPVMD2201516RECALL

    40/77

    40

    Addition: NIL Correction: NILOverwriting: NIL Deletion: NIL AE (P)/PVMD-2 EE/PVMD-2

    b) Programme of works, material & labour required for the forthcoming fortnight.c) List of plants & equipment proposed to be deployed.d) Any other data required relating to work.

    2.18 Large size details and manufacturers dimensions for material to be incorporated shall takeprecedence over small scale drawings.

    2.19 In the event, the contractor engages specialized agencies other than those given in thisdocument,following conditions shall be applicable:-

    (a) The contractor shall submit the list of at least three specialized agencies proposed to beengaged by him along with the required information to substantiate technical capability andexperience of the agency for prior approval of the competent authority i.e. the tenderaccepting authority.

    (b) The conditions of approval of specialized agency by the competent authority shall be finaland binding on the contractor and he shall comply all such conditions of approval.

    2.20 No