Page 1
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 1 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
Part-A- TECHNICAL BID
NIT No. :- 02/NIT/CE(EZ)II/CPWD/2018-2019
Name of work:- Construction of Workshop cum Class Room & Hostel
Building (G+6) for Tool Room & Training Centre i/c
Internal Water Supply, Sanitary Installation, Drainage &
IEI and other Developments Works like D.G. Set, Lift,
Solar PV Panel, Solar Water Heating System, Fire alarm
& Fighting System etc. at Patna, Bihar. Sl. No. Description Page No.
Part-A (Civil Components – TECHNICAL BID, Page 1 to 57)
1 Index 1 to 2
2 Salient Features of Tender 3 to 4
3 Information and Instruction to Contractor for e-
Tendering
5 to 9
4 NIT (Form CPWD-6) 10 to 19
5. Percentage rate tender & contract for works (Form
CPWD-7)
20 to 35
6. Section I - Brief Particulars of the work 36 to 42
7. Section II - General Guidelines for Bidders 43 to 48
8. Section III - Information regarding Eligibility 49
i) Letter of Transmittal 50
ii) Form A [Financial Information] 51
iii) Form B [Solvency Certificate] 52
iv) Form C [Details of Completed Works] 53
v) Form D [Performance Report of Works] 54
vi) Form E [Structure & Organization] 55
vii) Criteria for Technical Bid Evaluation of
Contractors
56
Part-B (Civil Components – FINANCIAL BID, Page 57 to 127)
9. Particular Specifications & Special Conditions 57 to 73
10. Declaration to Sign Integrity Agreement (IA) & IA 74 to 81
11. List of Approved Makes of Materials (Civil Work) 82 to 84
12. Schedule of Quantities for Civil Components 85 to 127
I N D E X
Page 2
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 2 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
Sl. No. Description Page No.
Part-C (Electrical Components – FINANCIAL BID, Page
E-1 to E- 73)
15. Percentage rate tender & contract for works (Form
CPWD-7)
E-1 to E-12
16. Eligibility Condition for Associate Agency for Execution
of EI Works
E-13 to 14
17. Memorandum of Understanding E-15
18. Willingness Certificate E-16
19. Additional Specification for I&EI work (Part-C-1) E-17 to E-20
20. Additional Conditions for DG Set Work (Part-C-2) E-21
21. Commercial & Additional Conditions for Fire Fighting &
Fire Alarm System (Part-C-3)
E-22 to E24
22. Commercial & Additional Conditions for Lifts (Part-C-4) E-25 to E-29
23. Solar PV Generation (Part-C-5) E-30 to E-37
24. Technical Specifications for Solar Water Heater
(Part-C-6)
E-38 to E-39
25. Acceptable Makes (Part-C-1 to Part-C-6) E-40 to E-43
Schedule of Quantities E-44 to E-73
This NIT contains Part-A from Page 1 to Page 56 & Part-B from Page
57 to Page 127 and Part-C from Page E-1 to Page E-73 only including these
two pages.
AE (P) (C)
AE (P) (E)
EE (P)II
SE (E)
SE (P)
NIT amounting to R 31,87,21,316/- is approved by
CE (EZ)II
Page 3
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 3 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
S A L I E N T F E A T U R E S O F T E N D E R D O C U M E N T S
NIT No. 02/NIT/CE(EZ)II/CPWD/2018-2019
Name of work: Construction of Workshop cum Class Room & Hostel Building (G+6) for
Tool Room & Training Centre i/c Internal Water Supply, Sanitary
Installation, Drainage & IEI and other Developments Works like D.G.
Set, Lift, Solar PV Panel, Solar Water Heating System, Fire alarm &
Fighting System etc. at Patna, Bihar.
The tenderer is advised to read and examine the tender documents and the set of
drawings available with Engineer-in-Charge carefully. The tenderer is also advised to inspect
and examine the site etc. and satisfy himself before submitting his tender. The tenderer may
note that this tender is being invited on percentage rate basis on GCC-2014, Form-7. Some
salient highlights of the tender documents are:-
Sl.
No.
Description of Salient Features For details Ref. to
page/conditions No.
1. The Contractor (s) shall quote percentage rates
respectively for Civil & Electrical components in
figures and words (below/above/at par ECPT) on
the last page of the corresponding schedule at page
no. 127 (for Civil) and E-73 (for Electrical) so that
there is no discrepancy in rates written in figures
and words.
Para 4A at page- 6 of GCC- 2014.
2. No conditional rebates/conditions shall be quoted by
tenderers. The tenders of such tenderers who shall
quote any condition or/and conditional rebate shall
be summarily rejected.
Part-A (Para 13 of CPWD-6 at
page no.18 of this tender
document)
3. Time allowed for execution of work is 540 days only.
Payment under clause 10 (CC) will be applicable for
work done during the stipulated period of the
contract including the justified period extended
under the provision of clause-5 of the contract
without any action under clause-2. The security
deposit will be returned only after the satisfactory
maintenance period of 12 months is over.
Part-A (at page-26)
4. The schedule of quantities is given in two parts viz.
Civil Components in Part-B and Electrical
Components in Part-C. It will be obligatory on the
part of Contractor/Tenderer to sign on Part-B as well
as Part-C pages of tender documents.
Part-B (page 85 to 127 of this
tender document for Civil
Components)
Part-C (page E-44 to E-73 of this
tender document for Electrical
Components)
Page 4
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 4 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
Sl.
No.
Description of Salient Features For details Ref. to
page/conditions No.
5. The contractor (s) shall not be entitled to be paid any
interim payment if the gross work to be done
together with net payment/adjustment of advances
for material collected, if any, since the last such
payment is less than R 100 lacs for Civil
Components and R 20 lacs for Electrical
Components.
Part-A (page-27 of this tender
document /Clause-7 of CPWD-
7) &
Part-C (page-E-7 of this tender
document /Clause-7 of CPWD-7)
6. The work pertains to RCC frame structure and
development works. In this connection, the
Contractor(s) shall carefully study the relevant
drawings available with EE/PCD/Patna and also
make a site visit to apprise himself about the scope
of work.
Architectural/Structural
Drawings
7. a) The required quantities of Thermo -
Mechanically Treated (TMT) steel
reinforcement bars shall have to be procured
by the contractor(s) from steel manufactures
or their authorized dealer only.
Para 23.2 at Part-B (pages-68 to
71 of this tender document)
b) The required entire quantities of cement shall
have to be procured from reputed
manufacturers having production capacity of
one million tonnes or more per annum, such as
Ultra tech, ACC, Ambuja, Vikram, Shri Cement,
Century Cement, Jay Pee Cement & J. K.
Cement, Konark Cement etc.
Para 23.1 at Part-B (pages- 66 to
68 of this tender document)
c) The materials procured as such shall have to be
got tested as specified before use.
Part-B (at pages- 66 to 70 of this
tender document)
d) The contractor will have to construct cement
store of adequate capacity as per details given
in General Conditions of Contract 2014 and to
make arrangements for safe storage of steel
bars as per directions of Engineer-in-Charge.
Page- 97 of GCC 2014
8. Particulars of Composite Bid Part-A (page-20 to 35 of this bid
document)
9. The contractor shall make his own arrangement for
electricity and water required for the execution of
work for which nothing extra shall be payable.
Para 14 at Part-B (page- 65 of
this bid document)
10. Details of Milestones – indicating withhold of amount
in not achieving the milestone
Part-A (page-26 of this tender
document)
Page 5
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 5 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR
e-TENDERING FORMING PART OF BID DOCUMENT AND TO BE POSTED ON
WEBSITE
The Executive Engineer, Patna Central Division, Central Public Works
Department, Patna (Telephone No. & Fax No. …….*…….) on behalf of the President of India
invites online percentage rate tenders in two bid system (technical and financial) from CPWD
enlisted Contractors of appropriate class in composite category and firms/contractors of
repute for the following work:-
Sl.
No
.
NIT
No
.
Name of Work &
location
Estimated
cost put
to tender
(ECPT)
Ea
rne
st
Mo
ne
y
Pe
rio
d o
f
Co
mp
leti
on
Last date & time of
submission of bid, copy of
receipt for deposition of
original EMD and other
Documents as specified in the
press notice
Time & date
of opening
of bid
1 2 3 4 5 6 7 8
1
.
02
/N
IT/
CE
(E
Z)II
/ C
PW
D/
20
18
-20
19
Co
nst
ruc
tio
n
of
Wo
rk
sho
p
cu
m
Cla
ss
Ro
om
&
Ho
ste
l B
uil
din
g (
G+
6)
for
To
ol
Ro
om
& T
rain
ing
Ce
ntr
e
i/c
In
tern
al
Wa
ter
Su
pp
ly,
Sa
nit
ar
y
Inst
all
ati
on
, D
ra
ina
ge
&
IE
I a
nd
o
the
r
De
ve
lop
me
nts
Wo
rk
s li
ke
D.G
. S
et,
Lif
t, S
ola
r P
V
Pa
ne
l, S
ola
r W
ate
r H
ea
tin
g S
yst
em
, F
ire
ala
rm
&
Fig
hti
ng
Sy
ste
m e
tc. a
t P
atn
a, B
iha
r.
Pa
rt-
A&
B f
or
Civ
il W
or
k
=
R 2
86
7.1
5 l
ac
s
Pa
rt-
C f
or
Ele
ctr
ica
l W
or
k =
R
32
0.0
6 l
ac
s
To
tal
=
R 3
18
7.2
1 l
ac
s
R
41
.88
la
cs
(Ru
pe
es
fo
rty
on
e d
ec
ima
l e
igh
t si
x l
ac
s) o
nly
54
0 d
ay
s
27.06.2018
03:00 P.M
27.06.2018
03:30 P.M
1. Contractors who fulfill the following requirements shall be eligible to apply. (Joint
ventures are not accepted). :- (This is not applicable for CPWD enlisted
contractors of appropriate class in composite category)
(a) Should have satisfactorily completed the works as mentioned below during the
last Seven years ending previous day of last date of submission of bids.
(i) Three similar works of each costing not less than R 12.75 Cr. or two
similar works each costing not less than R 19.12 Cr. or one similar work
costing not less than R 25.50 Cr.
(*Blanks to be filled by EE/PCD/ Patna)
Page 6
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 6 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
Similar work definition approved by competent authority :-
Similar work shall mean:-
Construction of residential/non-residential building(s) with RCC
framed structure having minimum one building of five storey or
completing balance construction work of one building (i/c structural
work) minimum upto five storey including internal water supply,
sanitary installations, drainage and internal electric installation all
complete executed in India .
Note: 1. Mumty and machine room will not be counted as storey for this
purpose.
2. For this purpose each basement, stilt constructed in the building shall
be considered as a storey.
3. Work of specialized E&M services, if executed under a separate
contract may also be considered for the purpose of assessing the
technical competence only without adding its monetary value for
determining the eligibility criteria.
4. One building of the specified number of storeys, as mentioned in
definition of similar work constructed within one particular work of
the financial magnitude as specified in para 1.2 (a) shall satisfy the
criteria of similar work.
The value of executed works shall be brought to current costing level by
enhancing the actual value of work done at simple rate of 7% per annum;
calculated from the date of completion to previous day of last date of
submission of tenders.
(b) Should have had average annual financial turnover (gross) of R 15.94 Cr. on
Construction works during the last available three consecutive financial years
ending 31st March 2017. Year in which no turnover is shown would also be
considered for working out the average.
(Scanned copy of Audited Balance Sheet by Chartered Accountant to be
uploaded for last three financial year 2014-15, 2015-16 and 2016-17).
(c) Should not have incurred any loss (profit after tax should be positive) in more
than two years during the last five years ending 31st March 2017.
(d) Should have a solvency of R 12.75 Cr.
(Scanned copy of original solvency to be uploaded)
(Solvency not required if application is a class-I (Composite) registered
contractor of CPWD and estimated cost is up to R 25 crore).
Page 7
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 7 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
2. The intending bidders must read the terms & conditions of CPWD-6 carefully. He
should only submit his bid if he considered himself eligible and he is in possession of all
the documents required.
3. The contractor can deposit original EMD either in the office of Executive Engineer
inviting bids or division office of any Executive Engineer, CPWD within the period of
bid submission. The contractor shall obtain the receipt of EMD from the concerned
Executive Engineer (including NIT issuing EE/AE) in the prescribed format uploaded
by NIT issuing Executive Engineer. The Bid Document as uploaded can be viewed and
downloaded free of cost by anyone including intending bidder. But the bid can only be
submitted after uploading the mandatory scanned documents such as Demand
Draft/Pay order or Banker s Cheque/Bank Guarantee of any Schedules bank towards
EMD in favour of respective Executive Engineer, copy of receipt of original EMD and
other documents specified in the press notice.
4. But the bid can only be submitted after deposition of original EMD either in the office of
Executive Engineer inviting bids or division office of any Executive Engineer, CPWD
within the period of bid submission and uploading the mandatory scanned documents
such as Demand Draft or Pay order or Banker s Cheque or Deposit at call Receipt or
Fixed Deposit Receipts and Bank Guarantee of any Scheduled Bank towards EMD in
favour of Executive Engineer as mentioned in NIT, receipt for deposition of original
EMD to division office of any Executive Engineer (including NIT issuing EE/AE), CPWD
and other documents as specified.
5. It is mandatory to upload scanned copies of all the documents including GST
registration. If these documents are not uploaded, then bid will become invalid and
shall summarily be rejected.
6. Those contractors not registered on the website mentioned above, are required to get
registered themselves beforehand. If needed they can be imparted training on online
tendering process as per details available on the website.
7. The intending bidder must have valid class-III digital signature to submit the bid.
8. On opening date, the contractor can login and see the bid opening process. After
opening of bids he will receive the competitor bid sheets.
9. Contractor can upload documents in the form of JPG format and PDF format.
10. Certificate of Financial Turn Over: At the time of submission of bid contractor may
upload Affidavit/Certification from CA mentioning Financial Turnover of last 3 years or
for the period as specified in the bid document and further details if required may be
asked from the contractor after opening of technical bids. There is no need to upload
entire voluminous balance sheet.
11. Contractor must ensure to quote percentage rates (in figure as well as words) at
which he will be willing to execute the work.
12. The Technical bid shall be opened first on due date and time as mentioned above. The
time and date of opening of financial bid of contractors qualifying the technical bid shall
be communicated to them at a later date.
Page 8
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 8 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
13. Pre Bid conference shall be held in the chamber of CE (EZ)II at 18.06.2018 on
11.00 AM to clear the doubt of intending tenderers, if any.
14. The department reserves the right to reject any prospective application without
assigning any reason and to restrict the list of qualified contractors to any number
deemed suitable by it, if too many bids are received satisfying the laid down criterion.
15. GST or any other tax applicable in respect of inputs procured by the contractor for this
contract shall be payable by the contractor and Govt. will not entertain any claim
whatsoever in respect of the same. However, component of GST at time of supply of
service (as provided in CGST Act 2017) provided by the contract shall be varied if
different from that applicable on the last date of receipt of tender including extension if
any.
Executive Engineer
PCD, CPWD, Patna
Page 9
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 9 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
List of Documents to be filled in by the tenderers in various forms as indicated in Section
III, signed, scanned and uploaded within the period of bid submission :-
1. Certificate of Financial Turnover from Chartered Accountant (Form A ).
2. Bank Solvency Certificate (Form B ).
3. Certificates of Works Experience (Form C ).
4. Performance Report of Works (Form D).
5. Structure & Organisation (Form E ).
6. Scanned copy of Audited Balance Sheet by Chartered Accountant to be uploaded for
last three financial year 2015-16, 2016-17 and 2017-18.
7. Certificate of Registration for GST and acknowledgement of upto date filed return.
8. Scanned Copy of Earnest Money Deposit (EMD).
9. Copy of receipt for deposition of original EMD to division office of any Executive
Engineer (including NIT issuing EE/AE, CPWD).
10. Enlistment Order of the eligible CPWD registered contractor (In case of eligible CPWD
registered contractor only).
11. PAN.
12. Letter of Transmittal
Note: CPWD registered contractor of appropriate class in composite category are
required to submit the documents mentioned as sl. no. 7, 8, 9, 10, 11 & 12. CPWD
registered contractor shall upload two separate letters for work experience &
affidavit that these documents are not required to be submitted by them.
Uploading of these two letters is mandatory to clear mandatory field.
Page 10
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 10 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
CPWD-6 CPWD
CPWD -6 for E-TENDERING
1. Item rate/Percentage rate bids are invited on behalf of President of India from
CPWD enlisted Contractors of appropriate class in composite category and
firms/contractors of repute in two bid system (technical and financial) and those of
appropriate list of M.E.S., BSNL, Railway and Bihar State P.W.D. (B&R) or State Govt. s Department …………………... (strike out as the case may be) dealing with building and
roads, if there is no State PWD (B&R) for the work of
Construction of Workshop cum Class Room & Hostel Building (G+6) for
Tool Room & Training Centre i/c Internal Water Supply, Sanitary
Installation, Drainage & IEI and other Developments Works like D.G.
Set, Lift, Solar PV Panel, Solar Water Heating System, Fire alarm &
Fighting System etc. at Patna, Bihar.
Joint ventures are not accepted.
1.1 The work is estimated to cost R 28,67,15,364/- for Civil Components &
R 3,20,05,952/- for Electrical Components, total estimated cost put to
tender (ECPT) being R 31,87,21,316/-. This estimate, however, is given
merely as a rough guide.
1.1.1 The authority competent to approve NIT for the combined cost and
belonging to the major discipline will consolidate NITs for calling the bids.
He will also nominate Division which will deal with all matters relating to
the invitation of bids.
For composite bid, besides indicating the combined estimated cost put to
bid, should clearly indicate the estimated cost of each component
separately. The eligibility of bidders will correspond to the combined
estimated cost of different components put to bid.
1.2 Intending bidder is eligible to submit the bid provided he has definite proof from
the appropriate authority, which shall be to the satisfaction of the competent
authority, of having satisfactorily completed similar works of magnitude specified
below:-
Criteria of eligibility for submission of bid documents
1.2.1 Conditions for Non-CPWD contractors only, if bids are also open to
non-CPWD contractors. For works estimated to cost up to R 30 Crore
(the figure of R 30 Crore may be modified as per bidding limit of
CPWD class I/Group A contractors of respective discipline such as
Electrical, Horticulture and Furniture etc. as the case may be).
Three similar works each of value not less then R …….. lacs or two similar
work each of value not less than R ……. lacs or one similar work of value
not less than R …… lacs (all figures rounded to nearest R 10 lac) in last 7
years ending last day of the month previous to the one in which the bids
are invited.
Page 11
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 11 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
CPWD-6 CPWD
Note :-
For works costing above R 10.50 Crore but up to R 30 Crore, (the figure of
R 10.50 Crore and R 30 Crore may be modified as per bidding limit of
CPWD class II/Group B and CPWD class I/Group A contractors
respectively of respective discipline such as Electrical, Horticulture and
Furniture etc. as the case may be) when bids are open to non-CPWD
contractors also, then class II contractors of CPWD shall also be eligible if
they satisfy the eligibility criteria specified in 1.2.1 above.
1.2.2 Criteria of eligibility.
For works estimated to cost above R 30 Crore (the figure of R 30
Crore may be modified as per bidding limit of CPWD class I/Group A
contractors of respective discipline such as Electrical, Horticulture
and Furniture etc. as the case may be).
[A] Contractors who fulfill the following requirements shall be
eligible to apply. Joint ventures are not accepted. (This is not
applicable for CPWD enlisted contractors of appropriate
class in composite category)
(a) Should have satisfactorily completed the works as
mentioned below during the last Seven years ending
previous day of last date of submission of tenders.
(i) Three similar works of each costing not less than
R 12.75 Cr. or two similar works each costing not
less than R 19.12 Cr. or one similar work costing
not less than R 25.50 Cr.
Similar work shall mean :-
Construction of residential/non-residential
building(s) with RCC framed structure having
minimum one building of five storey or
completing balance construction work of one
building (i/c structural work) minimum upto
five storey including internal water supply,
sanitary installations, drainage and internal
electric installation all complete executed in
India .
Note: 1. Mumty and machine room will not be counted as
storey for this purpose.
2. For this purpose each basement, stilt constructed
in the building shall be considered as a storey.
3. Work of specialized E&M services, if executed
under a separate contract may also be considered
for the purpose of assessing the technical
competence only without adding its monetary
value for determining the eligibility criteria.
Page 12
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 12 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
CPWD-6 CPWD
4. One building of the specified number of storeys, as
mentioned in definition of similar work
constructed within one particular work of the
financial magnitude as specified in para 1.2 (a)
shall satisfy the criteria of similar work.
The value of executed works shall be brought to current
costing level by enhancing the actual value of work done at
simple rate of 7% per annum; calculated from the date of
completion to previous day of last date of submission of
tenders.
(b) Should have had average annual financial turnover (gross)
of R 15.94 Cr. on Construction works during the last
available three consecutive financial years ending 31st
March 2017. Year in which no turnover is shown would
also be considered for working out the average. (Scanned
copy of Audited Balance Sheet by Chartered Accountant to
be uploaded).
(c) Should not have incurred any loss (profit after tax should
be positive) in more than two years during the last five
years ending 31st March 2017 consecutive balance
sheets, duly certified and audited by the Chartered
Accountant.
(d) Should have a solvency of R 12.75 Cr. (Scanned copy of
original solvency to be uploaded) ) (Solvency not required
if application is a class-I (Composite) registered contractor
of CPWD and estimated cost is up to R 25 crore).
1.2.3 When bids are invited from non CPWD contractors and CPWD class II
contractors as per provisions of clause 1.2.1 above, it will be mandatory
for non CPWD contractors and CPWD class-II contractors to upload the
work experience certificate(s) and the affidavit as per the provisions of
clause 1.2.2.
But for such bids, Class-I contractors of CPWD are eligible to submit the
bids without submission of work experience certificate and affidavit.
Therefore, CPWD class-I contractors shall upload two separate letters for
experience certificate and affidavit that these documents are not required
to be submitted by them. Uploading of these two letters is mandatory
otherwise system will not clear mandatory fields.
2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD-7
(or other Standard From as mentioned) which is available as a Govt. of India Publication
and also available on website www.cpwd.gov.in. Bidders shall quote his rates as per
various terms and conditions of the said form which will form part of the agreement.
Page 13
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 13 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
CPWD-6 CPWD
3. The time allowed for carrying out the work will be 540 days from the date of start as
defined in schedule F or from the first date of handing over of the site, whichever is
later, in accordance with the phasing, if any, indicated in the bid documents.
4. (i) The site for the work is available.
OR
The site for the work shall be made available in parts as specified below :- …………………………………………………………………………………………………………………
(ii) The architectural and structural drawing for the work is available
OR
The architectural and structural drawings shall be made available in phased
manner, as per requirement of the same as per approved programme of
completion submitted by the contractor after award of the work.
5. The bid document consisting of plans, specifications, the schedule of quantities of
various types of items to be executed and the set of terms & conditions of the contract to
be complied with and other necessary documents except Standard General Conditions of
Contract Form (CPWD-7) can be seen from website www.tenderwizard.com/CPWD or
www.cpwd.gov.in free of cost.
6. After submission of the bid, the contractor can re-submit revised bid any number of
times but till before last time and date of submission of bid as notified.
7. While submitting the revised bid, contractor can revise the percentage rate quoted by
him any number of times (he need not re-enter rate of all the items) but before last time
and date of submission of bid as notified.
8. When bids are invited in three stage system and if it is desired to submit revised
financial bid then it shall be mandatory to submit revised financial bid. If not submitted
then the bid submitted earlier shall become invalid.
9. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or
Banker s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of
Executive Engineer, PCD, CPWD, Patna) shall be scanned and uploaded to the
e-Tendering website within the period of bid submission. The original EMD should be
deposited either in the office of Executive Engineer inviting bids or division office of any
Executive Engineer, CPWD within the period of bid submission. The EMD receiving
Executive Engineer (including NIT issuing EE/AE) shall issue a receipt of deposition of
earnest money deposit to the bidder in a prescribed format (enclosed) uploaded by
tender inviting EE in the NIT.
The receipt shall also be uploaded to the e-tendering website by the intending bidder
upto the specified bid submission date and time.
A part of earnest money (EM) is acceptable in the form of bank guarantee also. In such
cases 50% of earnest money or R 20 Lakh whichever is less, will have to be deposited in
shape prescribed above and balance can be accepted in form of Bank Guarantee issued
by a scheduled bank. The bank guarantee submitted as a part of Earnest Money shall be
valid for a period of six months or more from the last date of submission of bid.
Page 14
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 14 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
CPWD-6 CPWD
Copy of Enlistment Order and certificate of work experience and other documents as
specified in the press notice shall be scanned and uploaded to the e-Tendering website
within the period of bid submission. However, certified copy of all the scanned and
uploaded documents as specified in press notice shall have to be submitted by the
lowest bidder only within a week physically in the office of tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of those
bidders, whose original EMD deposited with any division office of CPWD and other
documents scanned and uploaded are found in order.
The bid submitted shall be opened at 03.30 PM on 27.06.2018.
9(a) The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD
shall have to deposit tender processing fee at existing rates, or they have option
to switch over to the new registration system without tender processing fee any
time.
9(b) The eligibility (Technical) bid shall be opened first, on due date and time as
mentioned above. The time and date of opening of financial bid of contractors
qualifying the eligibility (Technical) bid shall be communicated to them at a later
date.
9(c) Pre bid conference shall be held in the office of CE (EZ)II, CPWD, Patna on
18.06.2018 to clear the doubt of intending tenderers, if any.
10. The bid submitted shall become invalid if:
(i) The bidder is found ineligible.
(ii) The bidder does not deposit original EMD with division office of any Executive
Engineer, CPWD.
(iii) The bidder does not upload all the documents (including GST registration) as
stipulated in the bid document including the copy of receipt for deposition of
original EMD.
(iv) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest bidder
in the office of bid opening authority.
11. The contractor whose bid is accepted will be required to furnish performance guarantee
of 5% (Five Percent) of the bid amount within the period specified in schedule F. This
guarantee shall be in the form of cash (in case guarantee amount is less than R 10000/-)
or Deposit at Call receipt of any scheduled bank/Banker s cheque of any scheduled
bank/Demand Draft of any scheduled bank/Pay order of any scheduled bank (in case
guarantee amount is less than R 1,00,000/-) or Government Securities or Fixed Deposit
Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in
accordance with the prescribed form. In case the contractor fails to deposit the said
performance guarantee within the period as indicated in schedule F including the
extended period if any, the Earnest Money deposited by the contractor shall be forfeited
automatically without any notice to the contractor. The earnest money deposited along
with bid shall be returned after receiving the aforesaid performance guarantee.
Page 15
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 15 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
CPWD-6 CPWD
The contractor whose bid is accepted will also be required to furnish either copy of
applicable licenses/registrations or proof of applying for obtaining labour licenses,
registration with EPFO, ESIC and BOCW Welfare Board including Provident Fund Code
No., if applicable and also ensure the compliance of aforesaid provision by the sub
contractor, if any engaged by the contractor for the said work and Programme Chart
(Time and Progress) within the period specified in Schedule F.
12. The description of the work is as follows:-
Construction of Workshop cum Class Room & Hostel Building (G+6) for Tool
Room & Training Centre i/c Internal Water Supply, Sanitary Installation, Drainage
& IEI and other Developments Works like D.G. Set, Lift, Solar PV Panel, Solar Water
Heating System, Fire alarm & Fighting System etc. at Patna, Bihar .
Intending Bidders are advised to inspect and examine the site and its surroundings and
satisfy themselves before submitting their bids as to the nature of the ground and sub-
soil (so far as is practicable), the form and nature of the site, the means of access to the
site, the accommodation they may require and in general they shall themselves obtain
all necessary information as to risks, contingencies and other circumstances which may
influence or affect their bid. A bidder shall be deemed to have full knowledge of the site
whether he inspects it or not and no extra charge consequent on any misunderstanding
or otherwise shall be allowed. The bidder shall be responsible for arranging and
maintaining at his own cost all materials, tools & plants, water, electricity access,
facilities for workers and all other services required for executing the work unless
otherwise specifically provided for in the contract documents. Submission of a bid by a
bidder implies that he has read this notice and all other contract documents and has
made himself aware of the scope and specifications of the work to be done and of
conditions and rates at which stores, tools and plant, etc. will be issued to him by the
Government and local conditions and other factors having a bearing on the execution of
the work.
13. The competent authority on behalf of the President of India does not bind itself to accept
the lowest or any other bid and reserves to itself the authority to reject any or all the
bids received without assignment of any reason. All bids in which any of the prescribed
conditions is not fulfilled or any condition including that of conditional rebate is put
forth by the bidders shall be summarily rejected.
14. Canvassing whether directly or indirectly, in connection with bidders is strictly
prohibited and the bids submitted by the bidders who resort to canvassing will be liable
for rejection.
15. The competent authority on behalf of President of India reserves to himself the right of
accepting the whole or any part of the bid and the bidders shall be bound to perform the
same at the rate quoted.
Page 16
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 16 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
CPWD-6 CPWD
16. The bidder shall not be permitted to bid for works in the CPWD Circle (Division in case
of bidders of Horticulture/Nursery category) responsible for award and execution of
contracts, in which his near relative is posted as a Divisional Accountant or as an officer
in any capacity between the grades of Superintending Engineer and Junior Engineer
(both inclusive). He shall also intimate the names of persons who are working with him
in any capacity or are subsequently employed by him and who are near relatives to any
gazetted officer in the Central Public Works Department or in the Ministry of Urban
Development. Any breach of this condition by the bidder would render him liable to be
removed from the approved list of contractors of this Department.
17. No Engineer of gazetted rank or other Gazetted Officer employed in Engineering or
Administrative duties in an Engineering Department of the Government of India is
allowed to work as a contractor for a period of one year after his retirement from
Government service, without the prior permission of the Government of India in writing.
This contract is liable to be cancelled if either the bidder or any of his employees is
found any time to be such a person who has not obtained the permission of the
Government of India as aforesaid before submission of the bid or engagement in the
bidder s service.
18. The bid for the works shall remain open for acceptance for a period of sixty (60) days
from the date of opening of technical bids in case bids are invited on two bid system. If
any bidders withdraws his bid before the said period or issue of letter of acceptance,
whichever is earlier, or makes any modifications in the terms and conditions of the bid
which are not acceptable to the department, then the Government shall, without
prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest
money as aforesaid. Further the bidders shall not be allowed to participate in the
rebidding process of the work.
19. This Notice Inviting Tender shall form a part of the contract document. The successful
bidder/contractor, on acceptance of his bid by the Accepting Authority shall within 15
days from the stipulated date of start of the work, sign the contract consisting of :-
a) The Notice Inviting Tender, all the documents including additional conditions,
specifications and drawings, if any, forming part of the bid as uploaded at the time
of invitation of bid and the rates quoted online at the time of submission of bid
and acceptance thereof together with any correspondence leading thereto.
b) Standard C.P.W.D. Form 7 as amended upto date or other standard CPWD form as
applicable.
20. For Composite Bids
20.1.1 The Executive Engineer in charge of the major component will call bids for the
composite work. The cost of bid document and Earnest Money will be fixed
with respect to the combined estimated cost put to bid for the composite bid.
Page 17
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 17 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
CPWD-6 CPWD
20.1.2 The bid document will include following three components:
Part A:- CPWD-6, CPWD-7 including schedule A to F for major component of
the work, Standard General Conditions of Contract for CPWD 2014 as
amended/modified up-to-the last date of submission of bid.
Part B :- General/specific conditions, specifications and schedule of quantities
applicable to major component of the work.
Part C :- Schedule A to F for minor component of the work. (SE/EE in charge of
major component shall also be competent authority under clause 2 and clause 5
as mentioned in schedule A to F for major components) General/specific
conditions, specifications and schedule of quantities applicable to minor
component (s) of the work.
20.1.3 The bidders must associate with himself, agencies of the appropriate class
eligible to bid for each of the minor component individually.
20.1.4 The eligible bidders shall quote percentage rate below/above/at par ECPT
for both major as well as minor component of work.
20.1.5 After acceptance of the bid by competent authority, the EE in charge of major
component of the work shall issue letter of award on behalf of the President of
India. After the work is awarded, the main bidder will have to enter into one
agreement with EE in charge of major component and has also to sign two or
more copies of agreement depending upon number of EEs/DDH in charge of
minor component. One such signed set of agreement shall be handed over to
EE/DDH in charge of minor component. EE of major component will operate
Part A and Part B of the agreement. EE/DDH in charge of minor component (s)
shall operate Part C along with Part A of the agreement.
20.1.6 Entire work under the scope of composite bid including major and all minor
components shall be executed under one agreement.
20.1.7 Security Deposit will be worked out separately for each component
corresponding to the estimated cost of the respective component of works.
20.1.8 The main bidder has to associate agency(ies) for minor component(s)
conforming to eligibility criteria as defined in the bid document and has to
submit detail of such agency(ies) to Engineer-in-charge of minor component(s)
within prescribed time. Name of the agency(ies) to be associated shall be
approved by Engineer-in-charge of minor component(s).
20.1.9 In case the main bidder intends to change any of the above agency/agencies
during the operation of the contract, he shall obtain prior approval of Engineer-
in-charge of minor component. The new agency/agencies shall also have to
satisfy the laid down eligibility criteria. In case Engineer-in-charge is not
satisfied with the performance of any agency, he can direct the bidder to change
the agency executing such items of work and this shall be binding on the bidder.
Page 18
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 18 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
CPWD-6 CPWD
20.1.10 The main bidder has to enter into agreement with the bidder(s) associated by
him for execution of minor components(s). Copy of such agreement shall be
submitted to EE/DDH in charge of each minor component as well as to EE in
charge of major component. In case of change of associate bidder, the main
bidder has to enter into agreement with the new bidder associated by him.
20.1.11 Running payment for the major component shall be made by EE of major
discipline to the main bidder. Running payment for minor components shall be
made by the Engineer-in-charge of the discipline of minor component directly to
the main bidder.
20.1.12A The composite work shall be treated as complete when all the components of
the work are complete. The completion certificate of the composite work shall
be recorded by Engineer-in-charge of major component after record of
completion certificate of all other components.
20.1.12B Final bill of whole work shall be finalized and paid by the EE of major
component. Engineer(s) in charge of minor component(s) will prepare and pass
the final bill for their component of work and pass on the same to the EE of
major component for including in the final bill for composite contract.
Page 19
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 19 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
FORM OF EARNEST MONEY (BANK GUARANTEE)
WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the contractor") shall
submitt his tender for the construction of .............................................. (name of work) (hereinafter
called "the Tender")
KNOW ALL PEOPLE by these presents that we ......................................... (name of bank) having our
registered office at ................................... (hereinafter called "the Bank") are bound unto
................................................... (in favour of Executive Engineer, PCD, CPWD, Patna)
(hereinafter called the DDO") in the sum of R ......................... (R in words
.................................................) for which payment well and truly to be made to the said DDO the
Bank binds itself, his successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this ................. day of ................. 20... .
THE CONDITIONS of this obligation are:
(1)
If after tender opening the Contractor withdraws, his tender during the period of validity
of tender (including extended validity of tender) specified in the Form of Tender;
(2) If the contractor having been notified of the acceptance of his tender by the Engineer-in-
Charge:
(a) fails or refuses to execute the Form of Agreement in accordance with the
Instructions to contractor, if required; OR
(b)
fails or refuses to furnish the Performance Guarantee, in accordance with the
provisions of tender document and Instructions to contractor, OR
(c) fails or refuses to start the work, in accordance with the provisions of the contract
and Instructions to contractor, OR
(d)
fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank
Guarantee, against Security Deposit after award of contract.
We undertake to pay to the said DDO either up to the above amount or part thereof upon
receipt of his first written demand, without the said DDO or the Engineer-in-Charge having to
substantiate his demand, provided that in his demand the said DDO or the Engineer-in-Charge
will note that the amount claimed by him is due to him owing to the occurrence of one or any of
the above conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date* ............. after the deadline for
submission of tender as such deadline is stated in the Instructions to contractor or as it may be
extended by the said DDO or the Engineer-in-Charge, notice of which extension(s) to the Bank
is hereby waived. Any demand in respect of this Guarantee should reach the Bank not later
than the above date.
DATE ............. SIGNATURE OF THE BANK
WITNESS ..................
SEAL
(SIGNATURE, NAME AND ADDRESS)
*Date to be worked out on the basis of validity period of 6 months from last date of receipt of
tender.
Page 20
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 20 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
CPWD-7 CPWD
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Percentage Rate Bid & Contract for Works (A) Bid for the work of:-
Construction of Workshop cum Class Room & Hostel Building (G+6) for
Tool Room & Training Centre i/c Internal Water Supply, Sanitary
Installation, Drainage & IEI and other Developments Works like D.G.
Set, Lift, Solar PV Panel, Solar Water Heating System, Fire alarm &
Fighting System etc. at Patna, Bihar.
(i) To be uploaded by 15.00 hours on 27.06.2018 at www.tenderwizard.com/cpwd.
(ii) To be opened in presence of bidders who may be present at 15.30 hours on
27.06.2018 in the office of Executive Engineer, PCD, CPWD, Patna.
# Issued to ………………………………*…………………………………………………..
# Signature of officer issuing the documents …………………*………………………
# Designation .……………………………………*…………………………………………
# Date of Issue …………*………………
# Not applicable for e-tendering.
COMPOSITE BID
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F
Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of
Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and
Rules referred to in the conditions of contract and all other contents in the bid document for
the work.
I/We hereby bid for the execution of the work specified for the President of India within the
time specified in Schedule F viz., schedule of quantities and in accordance in all respect
with the specifications, designs, drawing and instructions in writing referred to in Rule-1 of
General Rules and Directions and in Clause 11 of the Conditions of contract and with such
materials as are provided for, by, and in respect of accordance with, such conditions so far as
applicable.
* Blanks to be filled by EE/PCD/Patna
Page 21
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 21 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
CPWD-7 CPWD
We agree to keep the bid open for sixty (60) days from the date of opening of technical bid
and not to make any modification in its terms and conditions.
Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker s
Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of Executive
Engineer, PCD, CPWD, Patna) shall be scanned and uploaded to the e-Tendering
website within the period of bid submission. The original EMD should be deposited either in
the office of Executive Engineer inviting bids in the office of Executive Engineer, CPWD within
the period of bid submission. The EMD receiving Executive Engineer shall issue a receipt of
deposition of earnest money deposit to the bidder in a prescribed format (enclosed) uploaded
by tender inviting EE in the NIT. The receipt shall also be uploaded to the e-tendering website
by the intending bidder upto the specified bid submission date and time. If I/We, fail to
furnish the prescribed performance guarantee within prescribed period, I/We agree that the
said President of India or his successors, in office shall without prejudice to any other right or
remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to
commence work as specified, I/We agree that President of India or the successors in office
shall without prejudice to any other right or remedy available in law, be at liberty to forfeit
the said the performance guarantee absolutely. The said Performance Guarantee shall be a
guarantee to execute all the works referred to in the bid documents upon the terms and
conditions contained or referred to those in excess of that limit at the rates to be
determined in accordance with the provision contained in Clauses 12.2 and 12.3 of the bid
form.
Further, I/We agree that in case of forfeiture of Earnest Money or Performance Guarantee
as aforesaid, I/We shall be debarred for participation in the re-bidding process of the work.
I/We undertake and confirm that eligible similar work(s) has/have not been got executed
through another bidder on back to back basis. Further that, if such a violation comes to the
notice of Department, then I/We shall be debarred for biding in CPWD in future forever.
Also, if such a violation comes to the notice of Department before date of start of work, the
Engineer-in-charge shall be free to forfeit the entire amount of Earnest Money
Deposited/Performance Guarantee.
Page 22
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 22 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
CPWD-7 CPWD
I/We hereby declare that I/We shall treat the bid documents drawings and other records
connected with the work as secret/confidential documents and shall not communicate
information/derived therefrom to any person other than a person to whom I/We am/are
authorized to communicate the same or use the information in any manner prejudicial to the
safety of the State.
Dated: …………..**……………. Signature of Contractor **
Witness: **
Address: ** Postal Address **
Occupation: **
ACCEPTANCE The above bid (as modified by you as provided in the letters mentioned hereunder) is accepted
by me for an on behalf of the President of India for a sum of R .………*…………….. (Rupee……………………………………………………………*……………………………………………………… . The letters referred to below shall form part of this contract agreement:-
(a) *
(b) *
(c) *
Dated: ……*……..
For & on behalf of President of India
Signature …………………*……………………
Designation ………………*………………….
* Blanks to be filled by EE/PCD/Patna
** To be filled by Contractor
Page 23
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 23 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
PROFORMA OF SCHEDULES CPWD
PROFORMA OF SCHEDULES
(Separate Proforma for Civil and Electrical Works in case of Composite Bids) (Operative
Schedules to be supplied separately to each intending bidder)
SCHEDULE A Schedule of quantities (as per PWD-3) : Page no. 85 to 127
SCHEDULE 'B'
: NIL
SCHEDULE 'C'
: NIL
SCHEDULE D Extra schedule for specific
requirements/document for the work, if any
: NIL
SCHEDULE E Reference to General Conditions of Contract : General Condition of Contract
2014 with amendments upto
the last date of submission of
bids.
Name of Work : Construction of Workshop cum Class Room & Hostel
Building (G+6) for Tool Room & Training Centre i/c
Internal Water Supply, Sanitary Installation, Drainage & IEI
and other Developments Works like D.G. Set, Lift, Solar PV
Panel, Solar Water Heating System, Fire alarm & Fighting
System etc. at Patna, Bihar.
Estimated cost of work
(a) Civil Component : R 28,67,15,364/- (b) Electrical Component : R 3,20,05,952/- Total : R 31,87,21,316/-
(i) Earnest Money : R 41.88 lacs (to be returned after
receiving the performance guarantee)
(ii) Performance Guarantee : 5% of tendered value
(iii) Security Deposit : 2.5% of tendered value
Page 24
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 24 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
PROFORMA OF SCHEDULES CPWD
SCHEDULE 'F' GENERAL RULES & DIRECTIONS : Officer inviting bid : Executive Engineer, Patna
Central Division, CPWD, Patna
Definitions : 2(v) Engineer-in-Charge : Executive Engineer, Patna
Central Division, CPWD, Patna
2(viii) Accepting Authority : Chief Engineer (EZ)II, CPWD,
Patna
2(x) Percentage on cost of materials and
Labour to cover all overheads and
profits:
:
15%
2(xi) Standard Schedule of Rates : DSR 2016 + 34.31% Cost Index.
2(xii) Department : CPWD
9(ii) Standard CPWD Contract Form : CPWD Form 7 and GCC 2014
modified & Corrected upto the
last date of submission of bids.
Clause 1 (i) Time allowed for submission of
Performance Guarantee, Programme
Chart (Time and Progress) and
applicable labour licenses,
registration with EPFO, ESIC and
BOCW Welfare Board or proof of
applying thereof from the date of issue
of letter of acceptance
: 15 days
(ii) Maximum allowable extension with late
fee @0.1% per day of Performance
Guarantee amount beyond the period
provided in (i) above
: 15 days
Clause 2 Authority for fixing compensation under
clause 2 : Superintending Engineer, Patna
Central Circle, CPWD, Patna
Clause 2A Whether Clause 2A shall be applicable : Yes/No
Page 25
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 25 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
PROFORMA OF SCHEDULES CPWD
Clause 5 Number of days from the date of issue of
letter of acceptance for reckoning date of
start
: 30 days
Schedule of handing over of site
Part Portion of site Description Time period for handing
over reckoned from date
of issue of letter of intent
Part A Portion without any
hindrance -- Available
Part B Portions with
encumbrances -- N. A.
Part C Portions dependent on
work of other agencies -- N. A.
Schedule of issue of Designs
Part Portion of Design Description Time period for issue of
design reckoned from date
of receipt of tenders
Part A Portion already included in
NIT -- --
Part B-1 Portions of Architectural
Designs to be issued All drawings 60 days
Part B-2 Portions of Civil Design to
be issued All drawings 60 days
Part B-3 Portions of E&M Designs to
be issued All drawings 90 days
Clause 5.2
Nature of Hindrance Register (either
Physical or Electronic)
: Physical
Clause 5.4
Schedule of rate of recovery for day in
submission of the modified programme in
terms of delay days
:
Sl. No. Contract Value Recovery (R)
I. More than R 20 crore 50000
Page 26
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 26 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
PROFORMA OF SCHEDULES CPWD
Milestone(s) as per table given below:-
S.
N
o.
Description of Milestone (Physical) Time allowed
in months
(from date of
start)
Amount to be with-
held in case of non
achievement of
mile stone
1. Setting up field laboratory, cement store &
reinforcement stacking platform, setting up
concrete batch mix plant, approval of design
mix concrete & initial pile load test.
75 days
@ 1% (one percent)
of the tender value
will be withheld for
each milestone
subjected to
maximum 5% of
tendered amount.
2. Completion of foundation work upto plinth
level in 90% of foundation area of buildings
150 days
3. a) Completion of RCC works in
superstructure upto 50% of plinth
area of all buildings
225 days
b) Completion of brick work in
superstructure in 80% of plinth area
c) Construction of one sample room &
one sample toilet block in building
d) Order placement for procurement of
full quantity of doors/windows
4. a) Completion of 100% of structure
works i/c 80% brick work
300 days
b) Fixing of 75% doors/windows frames
and completion of 60% plastering
work of plinth area of buildings
c) Completion of flooring in 25% of floor
area
5. a) Completion of flooring and plastering
in 90% of plinth area of buildings
375 days
b) Completion of internal electrical
installation
6. Completion of building in all aspect and
handing over
540 days
Time allowed for execution of work 540 days
Authority to decide: (i)
Extension of time : Executive Engineer, Patna
Central Division, Patna
(ii) Rescheduling of mile stones : Superintending Engineer, Patna
Central Circle, CPWD, Patna
(iii) Shifting of date of start in case of delay in
handing over of site : Superintending Engineer, Patna
Central Circle, CPWD, Patna
Page 27
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 27 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
PROFORMA OF SCHEDULES CPWD
Clause 6, 6A
1. For work having estimated cost more than R 15 lacs Clause 6A
Clause 7
Gross work to be done together with net payment /adjustment of
advances for material collected, if any, since the last such payment
for being eligible to interim payment
R 100 lacs
Clause 7A
Whether clause 7A shall be applicable : Yes
No Running Account Bill
shall be paid for the work
till the applicable labour
licenses, registration with
GST, EPFO, ESIC and BOCW
Welfare Board, whatever
applicable as submitted by
the Bidder to the
Engineer-in Charge.
Clause 8B
(i) This shall not apply for maintenance or upgradation contracts not
involving any services.
(ii) For other works, the limit shall be as below:
Sl. No. Contract Value Limit R
I. More than R 20 crore 50000
Clause 10A List of testing equipment s to be
provided by the agency at site lab
: List attached as Appendix-I
Clause 10B(ii)
Applicable
Clause 10C Not Applicable
Component of labour expressed as percent of value of work 25%
Page 28
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 28 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
PROFORMA OF SCHEDULES CPWD
Clause 10CA ---- Applicable
S.
No.
Material covered
under this clause
Nearest Materials (other
than cement,
reinforcement bars and
the structural steel) for
which All India
Wholesale Price Index to
be followed
Base Price and
corresponding period of all
Materials covered under
clause 10 CA
(Month of April 2018)
With GST Without GST
1 Cement PPC
conforming to IS:1489
(Part-I)
1. ………………… R 6,000/-
Per MT
R 4,688/-
Per MT
2 Steel Reinforcement
TMT bars of all dia
Primary Manufacturer
2. …………………... R 55,653/-
Per MT
R 47,163/-
Per MT
3 Structural steel Section 3. …………………... R 52,870/-
Per MT
R 44,805/-
Per MT
Clause 10CC ---- Applicable
Clause 10 CC to be applicable in contracts with stipulated period of completion exceeding the period shown in next column
12 (twelve) months
Schedule of component of other Materials, Labour, POL etc. for
price escalation. –
Nil
Component of materials for Civil Component but except materials
covered under clause 10CA/Electrical construction value of
work)
Xm
40%
Component of Labour –
expressed as percent of total value of work.
Y
25%
Clause 11
Specifications to be followed for
execution of work CPWD Specifications 2009 volume – I & II
with corrections of slips upto the last date
of submission of bid.
Page 29
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 29 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
PROFORMA OF SCHEDULES CPWD
Clause 12 Type of work Original work
12.2. &
12.3
Deviation limit beyond which clauses 12.2 & 12.3
shall apply for building work
30% (Thirty percent)
12.5 (i) Deviation limit beyond which clauses 12.2
& 12.3 shall apply for foundation work
(except items mentioned in earth work sub-
head in DSR and related items)
30% (Thirty percent)
(ii) Deviation limit for items mentioned in
earth work subhead of DSR and related items
100% (Hundred percent)
Clause 13
The Engineer-in-charge shall take prior approval from NIT approving authority before
deciding to abandon or reduce the scope of work in this regard.
Clause 16 Competent Authority for deciding reduced rates:- Superintending Engineer, PCC,
CPWD, Patna
Clause 17 Defects liability period shall be 12 months after declaring the original
construction work completed by the competent authority i.e. Superintending
Engineer or his successor.
Clause 18 List of mandatory machinery, tools & plants to be deployed by the bidder at site:-
List as per Annexure-II
Clause 25 Constitution of Dispute Redressal Committee:-
A] For total Claims more than R 25 lacs
Chairman - CE (EZ)I, CPWD, Kolkata or his successor thereof
Member - SE (TLCQA), CPWD, Kolkata DW (ER) will act as member
in absence of SE (TLCQA) Member - SE (P), EZII, CPWD, Patna
Member - SE (E), PCEC, CPWD, Patna
Page 30
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 30 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
PROFORMA OF SCHEDULES CPWD
B] For total Claims upto R 25 lacs
Chairman - SE (TLCQA), CPWD, Kolkata
Member - EE (P)I, EZII, CPWD, Patna
Member - EE, EZII, CPWD, Patna (Other than EE under whose
jurisdiction the work falls)
Member - EE (E), PCED, CPWD, Patna
Place of arbitration : Kolkata
Clause 36 (i)
Requirement of Technical Representative(s) and recovery Rates are as below
S.
No.
Minimum
Qualification
of Technical
Representative
DIS
CIP
LIN
E
Designation
(Principal
Technical/
Technical
Representative)
Minimum
Experience
(Years)
Nu
mb
er
Rate at which
recovery shall
be made from
the bidder in
the event of not
fulfilling
provision of
clause 36(i) 1. Graduate
Engineer Civ
il
Project Manager 20 (and
having
experience of
one similar
nature of
work)
1
R 1,00,000/-
(Rupees one lacs
only) p.m.
2. Graduate
Engineer
Civ
il
Deputy Project
Manager
12 (and
having
experience of
one similar
nature of
work)
1
R 50,000/-
(Rupees fifty
thousand only)
p.m. per person
3. Graduate
Engineer
or
Diploma
Engineer
Civ
il
Project/Site
Manager
5
or
10
respectively
1
+
1
R 40,000/-
(Rupees forty
thousand only)
p.m. per person
Page 31
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 31 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
PROFORMA OF SCHEDULES CPWD
S.
No.
Minimum
Qualification
of Technical
Representative
DIS
CIP
LIN
E
Designation
(Principal
Technical/
Technical
Representative)
Minimum
Experience
(Years)
Nu
mb
er
Rate at which
recovery shall
be made from
the bidder in
the event of not
fulfilling
provision of
clause 36(i) 4. Graduate
Engineer
or
Diploma
Engineer
Civ
il
Ele
ctri
cal
Project
Planning/Quality/
Billing Engineer
2
or
5
respectively
1
Civil/
1
Elect
+
1
Civil/
1
Elect
R 40,000/-
(Rupees forty
thousand only)
p.m. per person
Assistant Engineers retired from Government services that are holding Diploma will be treated
at par with Graduate Engineers.
Diploma holder with minimum 10 year relevant experience with a reputed construction co. can
be treated at par with Graduate Engineers for the purpose of such deployment subject to the
condition that such diploma holders should not exceed 50% of requirement of degree
engineers.
Clause 42
(a) Schedule/statement for determining theoretical
quantity of cement & bitumen on the basis of Delhi
Schedule of Rates
: Delhi Schedule of
Rates 2016 with
amendments upto
date of submission of
bid Variations permissible on theoretical quantities:
(a) Cement For works with estimated cost put to
bid more than R 5 lacs. 2% (Two
percent)plus/minus.
(b) Bitumen All Works 2.5% plus only &
nil on minus side
Page 32
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 32 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
PROFORMA OF SCHEDULES CPWD
(c) Steel Reinforcement and structural steel sections for each
diameter, section and category
2% (Two percent)
plus/minus
(d) All other materials Nil
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION
S. No. Description of Item Rates in figures and words at
which recovery shall be made from
the Bidder
Excess
beyond
permissible
variation
Less use beyond
permissible
variation
1. Cement PPC conforming to IS 1489 (Part I) Nil Not permitted
2. Steel Reinforcement TMT Bar of all dia
whether from manufacturers listed in the
list of JPC Kolkata
Nil Not permitted
3. Structural steel Sections Nil Not permitted
Page 33
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 33 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
Appendix-I
ESTABLISHING SITE LABORATORY AND TESTING OF MATERIALS
All necessary equipment for conducting all necessary tests shall be provided at the
site laboratory by the contractor at his own cost. The following minimum laboratory
equipments shall be set up at site office laboratory:-
Sl. No. Equipment Numbers (Minimum)
1. Cube testing machine (electric driven) 1
2. Slump cone 2
3. Vicats apparatus with Desk pot 2
4. Megger & earth resistance tester 4
5. Pumps and pressure gauges for hydraulic testing
of pipes
4
6. Weighing scale platform type 100 Kg capacity 4
7. Graduated glass cylinder As per requirement
8. Sets of sieves for coarse aggregate [40; 20; 10;
4.75mm]
1 set
9. Sets of sieves for fine aggregate [4.75; 2.36; 1.18;
600; 300 & 150 micron]
1 set
10. Core cutter for soil compaction with accessories 2
11. Cube moulds size 70mmx70mmx70mm 6
12. Cube moulds size 150mmx150mmx150mm 24
13. Moisture content rapid moisture meter standard 1
14. Hot air oven temp. Range 50oc to 300oc 1
15. Electronic balance 600gx0.1g. 10kg and 50 kg 2
16. Physical balance weight upto 5 kg 1
17. Digital thermometer upto 150oc 2
18. Poker thermometer (concrete road) 0oc to 50oc
& 150oc
2 Each set of each size
19. Measuring jars 100ml, 200ml, 500ml 2 Nos. each size
20. Gauging trowels 100mm & 200mm with wooden
handle
4 Nos. Each size
21. Sptula 100mm & 200mm with long blade
wooden handle
2 Nos. Each size
22. Vernier calipers 12 & 6 size 2
23. Digital PH motor least count 0.01mm 1
Page 34
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 34 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
Sl. No. Equipment Numbers (Minimum)
24. Digital Micrometer least count. 0.01mm 1
25. Digital paint thickness meter for steel 500
micron range
2
26. GI tray 600x450x50mm, 450x300x40mm,
300x250x40mm
2 Each
27. Electric Motor mixer 0.25 cum capacity 1
28. Rebound hammer test digital rebound hammer 1
29. Screw gauge 0.1mm-10mm, least count 0.05 2
30. Water testing kit 2
31. Aggregate impact value testing machine with
blow counter
As per requirement
32. Crushing valve apparatus As per requirement
33. Thickness gauge for measuring flakiness index As per requirement
34. Elongation gauge As per requirement
35. Measuring cylinder 3, 5, 10 & 15 liter cylinder As per requirement
36. Pycnometer 2
37. Motorized sieve shaker 2
38. Any other equipment for site tests as outlined in
BIS and as directed by the Engineer-in-charge.
As per requirement
Page 35
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 35 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
Annexure– II
PLANT AND EQUIPMENT REQUIRED TO BE OWNED / TAKEN ON LEASE BY THE
CONTRACTOR AT SITE
Sl. No. Equipment Numbers (Minimum)
1. Hydraulic Mixer with Diesel Engine/Electrically
Operated with Digital inbuilt weigh batching. 2
2. Batching plant electrically operated with
automatic load cell weigh batching system (30
cum capacity per hour).
1
3. Mobile tower crane (wheel mounted). 1
4. Tower hoist with winch machine (750kg gross
load and height upto 110ft.) 1
5. Excavator cum loader (JCB 3D model or
equivalent). 1
6. DG sets of adequate capacity. As per requirement
7. Any other machinery as required for completion
of the work. As per requirement
8. Transit mixer. As per requirement
9. Concrete pump (30 cum/Hr. min capacity & lift
50M). 1
10. Vibrators. 10
11. Dumper. As per requirement
12. Reinforcement bending machine (electric) 1
13. Reinforcement cutting machine (electric) 1
14. Total station. 1
15. Auto level & staff. 2
16. Tractor with trolley. As per requirement
17. Water tanker. As per requirement
Note: 1. The above list is only indicative and not exhaustive. The bidder may be required to
deploy more T&P as per requirement at site. 2. All the above plants & equipments are to be deployed as and when required or as
directed by Engineer-in-Charge.
Page 36
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 36 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
SECTION I
BRIEF PARTICULARS OF THE WORK
(Civil Components)
Page 37
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 37 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
SECTION-I
BRIEF PARTICULARS OF THE WORK
(Civil Components)
1. Salient feature of the work for which bid are invited as under:-
1) Sl.
No.
Name of Work Estimated Cost Period of
Completion
1. Construction of Workshop cum
Class Room & Hostel Building
(G+6) for Tool Room & Training
Centre i/c Internal Water
Supply, Sanitary Installation,
Drainage & IEI and other
Developments Works like D.G.
Set, Lift, Solar PV Panel, Solar
Water Heating System, Fire
alarm & Fighting System etc. at
Patna, Bihar.
R 31,87,21,316/- 540 days
2. The work is situated at Patliputra at Patna.
3. General features and major component (Civil Component) of the work are as under :-
I] For Workshop cum Class Room:-
1. FOUNDATIONS: i) The foundation shall be pile foundation as specified in the structural drawings.
ii) Lean Concrete: C.C. 1:4:8 (1 cement : 4 coarse sand : 8 graded stone aggregate 40mm
nominal size) of specified thickness shall be provided below the RCC as per
approved structural drawings and below the pavement.
iii) Reinforced Cement Concrete foundation & Columns: RCC shall be in design mix M25
or mix as specified with TMT bars/reinforcement of Fe 500D grade conforming to IS
1786-2008 as per structural drawings.
iv) Brick work: 250mm thick in cement mortar 1:6 (1 cement: 6 coarse sand) with class
designation 7.5 common burnt clay FPS (non-modular) bricks as per architectural
drawings.
2. SUPERSTRUCTURE i) Reinforced Cement Concrete in Columns, Slabs, Lintels, Beams and Staircase, Facias,
Shelves: R.C.C shall be of design mix M25 or mix as specified with TMT bars
reinforcement of Fe 500D grade conforming to IS 1786-2008 as per approved
structural drawings.
Page 38
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 38 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
ii) Brick work in walls:
a) 250mm thick in cement mortar 1:6 (1 cement : 6 coarse sand) with non
modular fly ash bricks conforming to IS:12894 class designation 10 as per
approved structural drawings.
b) 125mm thick in cement mortar 1:4 (1 cement : 4 coarse sand) with non
modular fly ash bricks of class designation 10.
3. DOORS, WINDOWS & GLAZING: i) DOORS
a) All door frames (except bath & WC) shall be of second class teak wood.
b) 35mm thick flush door shutters non-decorative type core of block board with 1st
class hard wood to be provided in all rooms except bath & WC.
c) 30mm thick solid PVC door shutter with PVC door frame in toilets.
d) Door/window hardwares shall be of aluminium brass fittings.
ii) WINDOWS
a) All windows and ventilators made of powder coated aluminium (minimum
thickness of powder coating 50 micron) shall be provided.
b) M. S. grill in windows & ventilators shall be provided as per the drawing.
iii) GLAZING
a) Float Glass panes of 5.50mm thickness shall be provided in all glazed windows.
b) Entrance glazing provided with float glass panes of 8mm thickness in frames of
powder coated aluminium.
c) Entrance glass door gate provided with 12mm thick toughened glass.
4. FLOORING i) 62mm thick C.C. flooring with concrete hardener provided in Ground Floor
workshop.
ii) 25mm thick Kota Stone Slab flooring over 20mm average thick base of cement
mortar 1:4 shall be provided in main entrance, corridor, store, technician room of
Ground Floor & First Floor, in First Floor workshop & ramps.
iii) Granite flooring in Second Floor & Third Floor corridors, staircases and lift lobby.
iv) Second Floor class room & Third Floor laboratories provided with double charged
vitrified floor tiles of size 600mmx600mm.
v) Ceramic glazed tiles flooring shall be provided in toilets.
5. SKIRTING i) 150mm high skirting shall be provided matching to the floor finish in all the
rooms/other places.
6. DADO i) Ceramic glazed wall tiles shall be provided in W.C & Bath rooms upto a height of
2100mm.
ii) Granite wall cladding with 18mm thick granite shall be provided around lift portion
upto ceiling height.
Page 39
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 39 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
7. ROOFING i) Unplasticized PVC Rain Water pipe of 110mm diameter shall be provided for
drainage of rain water.
8. FINISHING i) Internal Surface:
a) 12mm/ 15mm thick plaster in cement mortar 1:6 (1 cement : 6 coarse sand).
b) 6mm thick plaster in cement mortar 1:3 (1 cement : 3 fine sand) in ceiling and
on RCC surfaces.
c) All ceiling & internal walls shall be finished with acrylic distemper of approved
brand over 1mm thick cement based putty at all places.
ii) External Surface:
a) 12mm/15mm thick plaster with cement mortar 1:6 (1 cement : 6 coarse sand)
as required.
b) All exterior finishes shall be finished with premium acrylic smooth paint of
exterior grade.
c) Textured painting, dry cladding with red sand stone & structural glazing shall
be provided as per drawing.
9. SANITARY & WATER SUPPLY i) All the sanitary pipes & fittings shall be made of 100mm dia. Hubless Centrifugally
cast (spun) iron. All internal pipes inside the building shall be concealed.
ii) Water supply pipe lines shall be of G.I. pipes as per the nomenclature of items. All
internal water supply pipe lines shall be concealed.
iii) PVC water storage tank shall be provided over the roof top. The internal distribution
of water supply line in the unit will be as per approved plan.
iv) All exposed sand cast iron pipes shall be painted with paint of shade matching with
the shade painted on the wall.
10. FIXTURES i) Indian type W. C., European W. C. Pan with flushing cistern and Wash basins of
specified size shall be provided as per architectural drawings. Provision for One toilet
for disable person at each floor has been kept in this estimate.
11. WATER PROOFING TREATMENT i) Integral water proofing treatment overlaid with 40mm thick impervious
polyurethane foam for roof insulation and top with kota stone has been taken in the
estimate.
12. MISCELLANEOUS i) Plinth protection 50mm thick with 1:3:6 (1 cement : 3 coarse sand : 6 graded stone
aggregate 20mm nominal size) over 75mm thick dry brick ballast well rammed
compacted with fine sand.
ii) Manhole shall be provided as per nomenclature of items & direction of Engineer-in-
charge.
iii) S. S. stair railing in staircase, and S. S. hand rail in corridors shall be provided as per
approved Architectural Drawings.
Page 40
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 40 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
13. DEMOLITION OF LOAD BEARING STRUCTURE The following structures are to be demolished and has been incorporated under item
no.21.1 as one job in lump sum basis for which survey report has been approved for
R 34235/-.
i) 2 nos. single storey Load bearing structures (approx plinth area-91 sqm).
ii) Toilet unit (approx plinth area-5 sqm).
iii) Boundary Wall- 44 metre long.
II] For Hostel Building (G+6) :-
1. FOUNDATIONS: i) The foundation shall be pile foundation as specified in the structural drawings.
ii) Lean Concrete: C.C. 1:4:8 (1 cement : 4 coarse sand : 8 graded stone aggregate 40mm
nominal size) of specified thickness shall be provided below the RCC as per approved
structural drawings and below the pavement.
iii) Reinforced Cement Concrete foundation & Columns: RCC shall be in design mix M25
or mix as specified with TMT bars/reinforcement of Fe 500D grade conforming to IS
1786-2008 as per structural drawings.
iv) Brick work: 250mm thick in cement mortar 1:6 (1 cement: 6 coarse sand) with class
designation 7.5 common burnt clay FPS (non-modular) bricks as per architectural
drawings.
2. SUPERSTRUCTURE i) Reinforced Cement Concrete in Columns, Slabs, Lintels, Beams and Staircase, Facias,
Shelves: R.C.C shall be of design mix M25 or mix as specified with TMT bars
reinforcement of Fe 500D grade conforming to IS 1786-2008 as per approved
structural drawings.
ii) Brick work in walls:
a) 250mm thick in cement mortar 1:6 (1 cement : 6 coarse sand) with non
modular fly ash bricks conforming to IS:12894 class designation 10 as per
approved structural drawings.
b) 125mm thick in cement mortar 1:4 (1 cement : 4 coarse sand) with non
modular fly ash bricks of class designation 10.
3. DOORS, WINDOWS & GLAZING: i) DOORS
a) All door frames (except bath & WC) shall be of Sal wood.
b) 35mm thick flush door shutters non-decorative type core of block board with 1st
class hard wood to be provided in all rooms except bath & WC.
c) 30mm thick solid PVC door shutter with PVC door frame in toilets.
d) Door/window hard wares shall be of aluminium brass fittings.
ii) WINDOWS
a) All windows and ventilators made of powder coated aluminium (minimum
thickness of powder coating 50 micron) shall be provided.
b) M. S. grill in windows & ventilators shall be provided as per the drawing.
Page 41
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 41 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
iii) GLAZING
a) Float Glass panes of 5.50mm thickness shall be provided in all glazed windows.
b) Entrance glass door gate provided with 12mm thick toughened glass.
4. FLOORING i) 25mm thick Kota Stone Slab flooring over 20mm average thick base of cement
mortar 1:4 shall be provided in Kitchen, store portion i/c their corridor.
ii) Granite flooring in Main entrance, lobby, corridor, Stairs, etc at all floors.
iii) Vitrified floor tiles of size 800x800 mm (Double charged) provided in all rooms,
dining hall, etc at all.
iv) Ceramic glazed tiles flooring shall be provided in toilets.
5. SKIRTING i) 200mm high skirting shall be provided matching to the floor finish in all the
rooms/other places.
6. DADO i) Ceramic glazed wall tiles shall be provided in W.C & Bath rooms upto a height of
2100mm.
ii) Granite wall cladding with 18 mm thick granite shall be provided around lift portion
up to ceiling height.
7. ROOFING i) Un-plasticized PVC Rain Water pipe of 110mm diameter shall be provided for
drainage of rain water.
8. FINISHING i) Internal Surface:
a) 12mm/ 15mm thick plaster in cement mortar 1:6 (1 cement : 6 coarse sand).
b) 6mm thick plaster in cement mortar 1:3 (1 cement : 3 fine sand) in ceiling and
on RCC surfaces.
c) All ceiling & internal walls shall be finished with acrylic distemper of approved
brand over 1mm thick cement based putty at all places.
ii) External Surface:
a) 12mm/15mm thick plaster with cement mortar 1:6 (1 cement : 6 coarse sand)
as required.
b) All exterior finishes shall be finished with premium acrylic smooth paint of
exterior grade.
c) Textured painting, dry cladding with red sand stone & structural glazing shall
be provided as per drawing.
9. SANITARY & WATER SUPPLY i) All the sanitary pipes & fittings shall be made of 100mm dia. Hubless Centrifugally
cast (spun) iron. All internal pipes inside the building shall be concealed.
ii) Water supply pipe lines shall be of G.I. pipes as per the nomenclature of items. All
internal water supply pipe lines shall be concealed.
iii) PVC water storage tank shall be provided over the roof top. The internal distribution
of water supply line in the unit will be as per approved plan.
Page 42
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 42 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
iv) All exposed sand cast iron pipes shall be painted with paint of shade matching with
the shade painted on the wall.
10. FIXTURES i) Indian type W. C., European W. C. Pan with flushing cistern and Wash basins of
specified size shall be provided as per architectural drawings. Provision for One toilet
for disable person at each floor has been kept in this estimate.
11. WATER PROOFING TREATMENT i) Integral water proofing treatment overlaid with 40mm thick impervious
polyurethane foam for roof insulation and top with kota stone has been taken in the
estimate.
12. MISCELLANEOUS i) Plinth protection 50mm thick with 1:3:6 (1 cement : 3 coarse sand : 6 graded stone
aggregate 20mm nominal size) over 75mm thick dry brick ballast well rammed
compacted with fine sand.
ii) Manhole shall be provided as per nomenclature of items & direction of Engineer-in-
charge.
iii) S. S. stair railing in staircase, and S. S. hand rail in corridors & near ramp for disable
person shall be provided as per approved Architectural Drawings.
13. DEMOLITION OF LOAD BEARING STRUCTURE
The following structures are to be demolished and has been incorporated under item
no. 21.1 as one job in lump sump basis.
i) 01 no. Generator room (Approx plint area-21 sqm).
ii) Toilet with corridor and Workshop building having partly RCC roof and partly AC
sheet over MS truss (approx plinth area-467 sqm)
Work shall be executed according to General Condition of Contract for Central P.W.D.
works available separately at printer s outlets. The bidder may obtain the address of the
outlet from the Executive Engineer, PCD, CPWD, Patna.
Page 43
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 43 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
SECTION II
INFORMATION AND INSTRUCTION TO
BIDDERS
Page 44
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 44 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
SECTION II
INFORMATION AND INSTRUCTIONS FOR BIDDERS
1.0 GENERAL:
1.1 Letter of transmittal and forms for deciding eligibility are given in Section III.
1.2 All information called for in the enclosed forms should be furnished against
the relevant columns in the forms. If for any reason, information is
furnished on a separate sheet, this fact should be mentioned against the
relevant column. Even if no information is to be provided in a column, a nil
or no such case entry should be made in that column. If any
particulars/query is not applicable in case of the bidder, it should be stated
as not applicable . The bidders are cautioned that not giving complete
information called for in the application forms or not giving it in clear terms
or making any change in the prescribed forms or may result in the bid being
summarily disqualified. Bids made by telegram or telex and those received
late will not be entertained.
1.3 The bid should be type written. The bidder should sign each page of the
application.
1.4 Overwriting should be avoided. Correction, if any, should be made by neatly
crossing out, initiating dating & rewriting. Pages of the eligibility criteria
document are numbered. Additional sheets, if any added by the contractor, should
also be numbered by him. They should be submitted as a package with signed
letter of transmittal.
1.5 References, information and certificates from the respective clients certifying
suitability, technical knowledge or capability of the bidder should be signed by an
officer not below the rank of Executive Engineer or equivalent.
1.6 The bidder may furnish any additional information which he thinks is necessary
to establish his capabilities to successfully complete the envisaged work. He is,
however, advised not to furnish superfluous information. No information shall be
entertained after uploading of eligibility criteria document unless it is called for by
the Employer.
2.0 DEFINITIONS:
2.1 In this document the following words and expressions have the meaning hereby
assigned to them:
2.2 EMPLOYER: Means the President of India, acting through the Executive Engineer,
PCD, CPWD, Patna.
2.3 BIDDER: Means the individual, proprietary firm, firm in partnership, limited
company (private or public) or corporation.
2.4 Year means Financial Year unless stated otherwise.
3.0 METHOD OF APPLICATION:
3.1 If the bidder is an individual, the application shall be signed by him above his full
type written name and current address.
Page 45
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 45 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
3.2 If the bidder is a proprietary firm, the application shall be signed by the proprietor
above his full type written name and the full name of his firm with its current
address.
3.3 If the bidder is a firm in partnership, the application shall be signed by all the
partners of the firm above their full type written names and current address, or,
alternatively, by a partner holding power of attorney for the firm. In the later case
a certified copy of the power of attorney should accompany the application. In
both cases a certified copy of the partnership deed and current address of all the
partners of the firm should accompany the application.
3.4 If the bidder is a limited company or a corporation, the application shall be signed
by a duly authorized person holding power of attorney for signing the application
accompanied by a copy of the power of attorney. The bidder should also furnish a
copy of the Memorandum of Articles of Association duly attested by a Public
Notary.
4.0 FINAL DECISION MAKING AUTHORITY
The employer reserves the right to accept or reject any bid and to annul the process
and reject all bids at any time without assigning any reason or incurring any liability to
the bidders.
5.0 PARTICULARS PROVISIONAL
The particulars of the work given in Section I are provisional. They are liable to change
and must be considered only as advance information to assist the bidders.
6.0 SITE VISIT
The bidder is advised to visit the site of work, at his own cost, and examine it and its
surroundings to himself collect all information that he considers necessary for proper
assessment of the prospective assignment.
7.0 CRITERIA FOR ELIGIBILITY (TECHNICAL BID)
7.1
(i)
The Bidder should have satisfactorily completed works during the last seven
years ending previous day of last date of submission of bid. For this purpose
cost of work shall mean gross value of the completed work. This should be
certified by an officer not below the rank of Executive Engineer/Project
Manager or equivalent
Three similar works each costing not less than R 12.75 Cr. or completed two
similar works each costing not less than R 19.12 Cr. or completed one
similar work costing not less than R 25.50 Cr.
Similar work shall mean :-
Construction of residential/non-residential building(s) with RCC
framed structure having minimum one building of five storey or
completing balance construction work of one building (i/c
structural work) minimum upto five storey including internal
water supply, sanitary installations, drainage and internal electric
installation all complete executed in India .
Page 46
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 46 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
Note: 1. Mumty and machine room will not be counted as storey for this
purpose.
2. For this purpose each basement, stilt constructed in the building
shall be considered as a storey.
3. Work of specialized E&M services, if executed under a separate
contract may also be considered for the purpose of assessing the
technical competence only without adding its monetary value for
determining the eligibility criteria.
4. One building of the specified number of storeys, as mentioned in
definition of similar work constructed within one particular work
of the financial magnitude as specified in para 1.2 (a) shall satisfy
the criteria of similar work.
The value of executed works shall be brought to current costing level by
enhancing the actual value of work at simple rate of 7% per annum; calculated
from the date of completion to previous day of last date of submission of
tenders.
7.2 The bidder should have had average Annual Financial Turn Over (gross) of
R 15.94 Cr. on Construction works during the last available three
consecutive financial years balance sheet duly audited by Chartered
Accountant. Year in which no turnover is shown would also be considered for
working out the average.
7.3 The bidder should not have incurred any loss (Profit after tax should be
positive) in more than two years the available last five consecutive balance
sheets, duly certified and audited by the Chartered Accountant.
7.4 The bidder should have a solvency of R 12.75 Cr. Certified by his Bankers.
(Not required if applicant is a class-I Composite registered contractor of
CPWD).
7.5 The bidder should have sufficient number of Technical and Administrative
employees for the proper execution of the contract. The bidder should submit a
list of these employees stating clearly how these would be involved in this work
within 15 days of award of work.
8.0 EVALUATION CRITERIA FOR TECHNICAL QUALIFCATION
8.1 The details submitted by the bidders will be evaluated in the following manner.
8.1.1 The criteria for eligibility prescribed in para 7.0 above in respect of
experience of eligible similar works completed, loss solvency and
financial turn over etc. will first be scrutinized and the bidder s eligibility
for the work be determined.
8.1.2 The bidders qualifying the criteria for eligible as set out in para 7.0 above
will be evaluated for following criteria by scoring method on the basis of
details furnished by them:
Page 47
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 47 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
(a) Financial strength
(Form A & B )
Maximum 20 Marks
(b) Experience in eligible similar nature of
Work during last seven years (Form C )
Maximum 20 Marks
(c) Performance on works (Form D ) – Time
over run
Maximum 20 Marks
(c1) Performance on works (Form D ) Quality Maximum 40 Marks ………………………. Total 100 Marks ………………………. NOTE- I
1) To become eligible for short listing, the bidder must secure at least
fifty percent marks in each (section a, b, c & d) and sixty percent
marks in aggregate.
2) The department, however, reserves the right to restrict the list of
such qualified contractors in technical bid evaluation to any number,
as deemed suitable by it.
NOTE-II
The average value to performance of works for time overrun and quality
shall be taken on the basis of performance report of the eligible similar
works.
9.0 FINANCIAL INFORMATION
Bidder should furnish the following financial information:- Annual Financial
Statement for the last five years (in Form A ) and Solvency Certificate (in Form B ).
10.0 EXPERIENCE IN WORKS HIGHLIGHTING EXPERIENCE IN SIMILAR WORKS
10.1 Bidder should furnish the following:
(a) List of all eligible similar nature of works successfully completed during
the last seven years (in form C ).
11.0 ORGANISATION INFORMATION
Bidder is required to submit the following information in respect of his organization in
Forms E .
12.0 LETTER OF TRANSMITTAL
The bidder should submit the letter of transmittal attached with the document.
13.0 OPENING OF THE FINANCIAL BID
After evaluation of applications, a list of short listed agencies qualified in technical
evaluation will be prepared. Thereafter, the financial bids of only the qualified and
technically acceptable bidders shall be opened at the notified time, date and place in
the presence of the qualified bidders or their representatives. The bid shall remain for
a period of 60 days from the date of opening of the Eligibility Bid.
Page 48
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 48 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
14.0 AWARD CRITERIA
14.1 The employer reserves the right, without being liable for any damages or
obligation to inform the bidder, to:
(a) Amend the scope and value of contract to the bidder.
(b) Reject any or all of the applications without assigning any reason thereof.
14.2 Any effort on the part of the bidder or his agent to exercise influence or to
pressurize the employer would result in rejection of his bid. Canvassing of any
kind is prohibited.
Page 49
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 49 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
SECTION III
INFORMATION REGARDING ELIGIBILITY
(TECHNICAL BID)
Page 50
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 50 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
LETTER OF TRANSMITTAL
From:
To
The Executive Engineer
Patna Central Division,
CPWD, Patna
Subject:- Submission of bids for the work of Construction of Workshop cum Class
Room & Hostel Building (G+6) for Tool Room & Training Centre i/c Internal
Water Supply, Sanitary Installation, Drainage & IEI and other Developments
Works like D.G. Set, Lift, Solar PV Panel, Solar Water Heating System, Fire
alarm & Fighting System etc. at Patna, Bihar .
Sir,
Having examined the details given in Press – Notice and Bid document for the above
work, I/we hereby submit the relevant information.
1. I/We hereby certify that all the statement made and information supplied in the
enclosed forms A to E and accompanying statement are true and correct.
2. I/We have furnished all information and details necessary for eligibility and have no
further pertinent information to supply.
3. I/We submit the requisite certified solvency certificate and authorize the Executive
Engineer, PCD, CPWD, Patna to approach the Bank issuing the solvency certificate to
confirm the correctness thereof. I/We also authorize Executive Engineer, PCD, CPWD,
Patna to approach individuals, employers, firms and corporation to verify our
competence and general reputation.
4. I/We submit the following certificates in support of our suitability, technical knowledge
and capability for having successfully completed the following eligible similar works:
Name of Work Certificate from
Certificate: It is certified that the information given in the enclosed eligibility bid are
correct. It is also certified that I/we shall be liable to be debarred,
disqualified/cancellation of enlistment in case any information furnished by
me/us found incorrect.
Enclosures:
Date of submission
Seal of bidder
SIGNATURE(S) OF BIDDER(S)
Page 51
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 51 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
FORM A
FINANCIAL INFORMATION
I. Financial Analysis-Details to be furnished duly supported by figures in balance
sheet/profit & loss account for the last five years duly certified by the Chartered
Accountant, as submitted by the applicant to the Income Tax Department (Copies to be
attached).
YEARS
2012-13 2013-14 2014-15 2015-16 2016-17
i) Gross Annual turnover
on construction works.
ii) Profit/Loss
II. Financial arrangements for carrying out the proposed work.
III. Solvency Certificate from Bankers of bidder in the prescribed Form B
SIGNATURE OF BIDDER(S)
Signature of Chartered Accountant with Seal
Page 52
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 52 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
FORM B
FORM OF BANKERS SOLVENCY CERTIFICATE
FROM A SCHEDULED BANK
This is to certify that to the best of our knowledge and information that
M/s./Shri……………………………………… having marginally noted address, a customer of
our bank are/is respectable and can be treated as good for any engagement upto a
limit of R…………… Rupees…………………………………… .
This certificate is issued without any guarantee or responsibility on the bank or
any of the officers.
(Signature)
For the Bank
NOTE: 1) Bankers certificate should be on letter head of the Bank addressed to the
tendering authority.
2) In case of partnership firm, certificate should include names of all partners as
recorded with the Bank.
Page 53
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 53 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
FORM C
DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS
COMPLETED DURING THE LAST SEVEN YEARS ENDING
PREVIOUS DAY OF LAST DATE OF SUBMISSION OF TENDERS
Sl.
No.
Name of
work/
project
and
location
Owner or
sponsoring
organization
Cost of
work in
crores
of
Rupees
Date of
commencemen
t as per
contract
Stipulated
date of
completion
Actual date
of
completion
Litigation/
arbitration
cases
pending/
in progress
with
details*
Name and
address/
telephone
number of
officer
Whether
the work
was
done on
back to
back
basis
Yes/No
1 2 3 4 5 6 7 8 9 10
*indicate gross amount claimed and amount awarded by the Arbitrator.
SIGNATURE OF BIDDER(S)
Page 54
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 54 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
FORM D
PERFORMANCE REPORT OF WORKS REFERRED TO
IN FORM C
1. Name of work / project & location
(Type of building & no. of storey excluding
mumpty & machine room) 2. Agreement No. 3. Estimated Cost 4. Tendered Cost 5. Actual value of work done 6. Date of Start 7. Date of completion
i) Stipulated date of completion
ii) Actual date of completion 8.
i) Whether case of levy of compensation for delay has been decided or not Yes/ No.
ii)
If decided, amount of compensation levied for delayed completion, if any.
9. Whether internal water supply is part of the agreement ? Yes/ No.
10. Whether sanitary installation is part of the agreement ? Yes/ No.
11. Whether drainage is part of the agreement? Yes/ No. 12. Whether internal electrical installation is part of
the agreement ? Yes/ No. 13. Performance Report
1) Quality of Work Outstanding / Very Good
/ Good/ Poor
2 ) Financial Soundness
Outstanding / Very Good
Good/Poor
3) Technical Proficiency Outstanding / Very Good Good/Poor
4) Resourcefulness Outstanding / Very Good
Good/Poor
5) General Behaviour Outstanding / Very Good Good/Poor
Dated:
Executive Engineer or Equivalent
with office stamp
Page 55
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 55 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
FORM E
STRUCTURE & ORGANISATION
1. Name & Address of the bidder
2. Telephone No./Telex No./Fax No.
3. Legal status of the
bidder (attach copies of original
document defining the legal status).
a) An Individual
b) A proprietary firm
c) A firm in partnership
d) A limited company or
Corporation
4. Particulars of registration with various Government bodies (attach attested photo-copy).
Organization/Place of registration No. Registration
1.
2.
3.
5. Names and Titles of Directors & Officers with designation
to be concerned with this work.
6. Designation of individuals authorized to act for the
organization.
7. Has the bidder, or any consituent partner in case of
partnership firm/limited company/joint venture, ever been
convicted by the court of law. If so give details.
8. In which field of Civil Engineering Construction the bidder
has specialization and interest?
9. Any other information considered necessary but not
included above.
SIGNATURE OF BIDDER(S)
Page 56
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 56 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
CRITERIA FOR TECHNICAL BID EVALUATION OF CONTRACTORS
Attributes Evaluation
(a) Financial strength (20
marks)
(i) 60% marks for minimum eligibility
criteria
(ii) 100% marks for twice the minimum
eligibility criteria or more
In between (i) & (ii) – on pro-rata basis
(i) Average annual
turnover
16 marks
(ii) Solvency
Certificate
4 marks
(b) Experience in similar
class of works
(20marks) (i) 60% marks for minimum eligibility
criteria
(ii) 100% marks for twice the minimum
eligibility criteria or more
In between (i) & (ii) – on pro-rata basis
(c) Performance on
works (time over run)
( 20
marks)
Parameter Calculation
For points
Score Maximum
Marks
If TOR = 1.00 2.00 3.00 >3.50 20
(i) Without levy of
compensation
20 15 10 10
(ii) With levy of
compensation
20 5 0 -5
(iii) Levy of compensation
not decided
20 10 0 0
Time overrun ( TOR) = AT/ST, where AT=Actual Time; ST=Stipulated Time.
Time in the Agreement plus (+) justified period of extension of time.
Note: Marks for value in between the stages indicated above is to be determined by straight line
variation basis.
(d) Performance of works (Quality) (40 marks)
(i) Outstanding 40
(ii) Very Good 30
(iii) Good 20
(iv) Poor 0
Note: Performance of work (Quality) certified as satisfactory will be treated as good.
Page 57
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 57 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
Part-B- FINANCIAL BID (CIVIL COMPONENT)
PPP AAA RRR TTT III CCC UUU LLL AAA RRR SSS PPP EEE CCC III FFF III CCC AAA TTT III OOO NNN SSS &&& SSS PPP EEE CCC III AAA LLL CCC OOO NNN DDD III TTT III OOO NNN SSS FFF OOO RRR
CCC III VVV III LLL WWW OOO RRR KKK SSS
[A] PARTICULAR SPECIFICATIONS
1.0 GENERAL
1.1 Unless otherwise specified, CPWD Specifications 2009 volume I - II with up to date
corrections slips shall be followed in general. Any additional item of work, if taken
up subsequently, shall also conform to the relevant CPWD specifications mentioned
above. Should there be any difference or discrepancy between the description of
items as given in the schedule of quantities, particular specifications for individual
items of work (including special conditions) and I.S. Codes etc., the following order of
preference shall be observed:
(i) Description of items as given in Schedule of quantities
(ii) Particular specifications
(iii) Special Conditions
(iv) CPWD Specifications including correction slips issued up to the last date of
uploading/submission of tender.
(v) Working drawings
(vi) Indian Standards Specifications of B.I.S.
(vii) ASTM, BS, or other foreign origin code mentioned in tender document.
(viii) Manufacturer s specifications and as decided by the Engineer-in-Charge.
(ix) Sound Engineering practices or well established local construction
practices.
Above provision supersedes para 8.1 of Conditions of Contract in PWD 7.
1.2 The work shall be executed and measured as per metric dimensions given in the
Schedule of quantities, drawings etc. (F.P.S. units wherever indicated are for
guidance only).
1.3 The following modifications to the above specifications and some additional
specifications shall however apply:
i) All stone aggregates shall be of hard stone variety to be obtained from approved quarries at………*…………
ii) Sand to be used for cement concrete work, mortar for masonry and plaster
work shall be of standard quality. Sand shall be obtained from approved quarry at………*……… and screened as required. The same shall consist of hard siliceous material. It shall be clean sand.
iii) Common burnt clay FPS (non-modular) brick of 7.5-class designation shall be used in size …*..… F.P.S. units [size ……*…..mm.] in foundation & non-
modular fly ash bricks conforming to IS:12894, class designation 10 shall be
used in superstructure. Brick shall be obtained from approved kiln at. ………*……….
* Blanks to be filled by EE/PCD/ Patna
Page 58
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 58 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
2.0 Wherever any reference to any Indian Standard Specification occurs in the
documents relating to this contract the same shall be inclusive of all amendments
issued thereto or revisions thereof, if any, up to the date or receipt of tenders on ………*…………….
3.0 Unless otherwise specified in the schedule of quantities the rates for all items of the
work shall be considered as inclusive of pumping out or bailing out water if required
for which no extra payment will be made. This will include water encountered from
any source, such as rains, floods, and sub-soil water table being high due to any other
cause whatsoever.
4.0 Engagement of agency for specialized works:
i. Contractor has to engage specialized agencies for specialized items of works such as
water proofing. Only those specialized agencies/firms who have satisfactorily
executed works as per following criteria during last seven years are eligible for the
specialized works-
ii. A] . Water Proofing Work:
iv. v. a) Three similar works each costing not less than R 8.15 lacs. or
vi. vii. b) Two similar works each costing not less than R 12.23 lacs. or
viii. ix. c) a. One similar work costing not less than R 16.30 lacs.
Similar work means – Water Proofing Work .
Approval of the specialized agencies for each specialized work shall be obtained
from the Engineer-in-Charge within one month of award of work. Even if, such
specialized items of work shall be executed by the specialized agencies, the work
shall be deemed to be executed by the tenderer for all purposes and the
responsibility of the quality of items of works executed etc. shall continue to be that
of the tenderer only.
5.0 R.C.C. Work (Mix Design)
5.1 For concrete work laboratory tests with PPC cement will be carried out by
the contractor through approved laboratories/institutions approved by the
Engineer-in-charge. For this purpose the various ingredients shall be sent to
the lab/test houses or Institutions and the samples of such ingredients sent
shall be preserved at site.
The trial mix shall be prepared with approved aggregates, cement and
water. The concrete batching plant to be employed in the work shall be
used for preparing the trial mix to simulate actual field conditions.
Design mix shall be prepared without adding any admixture and minimum
cement content of design mix as specified in the item is based on without
adding any admixture. Admixture may be added to achieve desired
workability for which nothing extra shall be paid to the contractor.
* Blanks to be filled by EE/PCD/ Patna
Page 59
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 59 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
6.0 FORM WORK
6.1 The work shall be done in general as per CPWD Specifications.
6.2 Only M.S. centering / shuttering and scaffolding material unless &
otherwise specified shall be used for all R.C.C. work to give an even finish of
concrete surface. However, shutter-ply shuttering in exceptional cases as
per site requirement may be used on specific request from contractor to be
approved by the Engineer–in-Charge.
Steel shuttering as approved by the Engineer-in-Charge shall be used by the
contractor. Minimum size of shuttering plates shall be 600mm x 900mm
except for the case when closing pieces required to complete the shuttering
panels.
Dented, broken, cracked, twisted or rusted shuttering plates shall not be
allowed to be used on the work.
The shuttering plates shall be cleaned properly with electrically driven
sanders to remove any cement slurry or cement mortar or rust. Proper
shuttering oil or de-bonding compound shall be applied on the surface of
the shuttering plates in the requisite quantity before assembly of steel
reinforcement.
6.3 For the execution of centering and shuttering, the contractor shall use
propriety Reebole chemical mould release agent of FOSROC or equivalent
as shuttering oil as approved by Engineer-in-charge and nothing extra shall
be paid on this account.
6.4 Double steel scaffolding having two sets of vertical supports shall be
provided for external wall finish, cladding etc. The supports shall be sound
and strong, tied together with horizontal pieces over which scaffolding
platform shall be fixed. Scaffolding shall have steel staircase for inspection
of works at upper levels.
6.5 Nothing extra shall be paid for the centering and shuttering, circular in
shape whenever the form work is having a mean radius exceeding 6m in
plan.
6.6 In order to keep the floor finish as per architectural drawings and to
provide required thickness of the flooring as per specifications, the level of
top surface of R.C.C. shall be accordingly adjusted at the time of its
centering, shuttering and casting for which nothing extra shall be paid to
the Contractor.
6.7 As per general engineering practice, level of floors in toilet / bath, balconies,
shall be kept 12 to 20mm lower than general floors as required. Shuttering
should be adjusted accordingly. Nothing extra is payable on this account.
Page 60
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 60 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
6.8 Concreting of upper floor shall not be done until concrete of lower floor has
set at least for 14 days but form work and reinforcement can be taken up
after the concrete has set atleast for three days.
7.0 STAINLESS STEEL CRAMPS
The size & shape of the cramps shall be as per drawing and as per directions of
Engineer-in-charge. The samples of steel cramps should be got approved in advance
before starting the stone cladding work.
8.0 FLOORING
The rate of items of flooring is inclusive of Providing Sunken Flooring in Bathrooms,
Kitchen, W.C., etc. and nothing extra on this account is admissible.
9.0 WOOD WORK
The samples of species of timber/PVC to be used shall be deposited by the
contractor with the Executive Engineer before commencement of the work. The
contractor shall produce cash vouchers and certificates from standard kiln seasoning
plant operator about the timber section to be used on the work having been kiln
seasoned by them, failing which it would not be so accepted as kiln seasoned.
9.1 Factory made shutters, as specified shall be obtained from factories to be
approved by the Engineer-in-charge and shall conform to IS: 2202 (Part-I)
1991. The contractor shall inform well in advance to the Engineer-in-charge
the names and address of the factory where from the contractor intends to
get the shutters manufactured. The contractor will place order for
manufacture of shutters only after written approval of the Engineer-in-
charge in this regard is given. The contractor is bound to abide by the
decision of the Engineer-in-charge and recommend a name of another
factory from the approved list in case the factory already proposed by the
contractor is not found competent to manufacture quality shutters. Shutters
will, however, be accepted only if this meets the specified tests.
The contractor will also arrange stage-wise inspection of the shutters at
factory of the Engineer-in-charge or his authorized representative.
Contractor will have no claim if the shutters brought at site are rejected by
Engineer-in-charge in part or full lot due to bad workmanship/quality. Such
shutters will not be measured and paid and the contractor shall remove the
same from the site of work within 7 days after the written instructions in
this regard are issued by Engineer-in-charge or his authorized
representative.
10.0 STEEL WORK
All welded steel work shall be tested for quality of weld as laid down in IS: 822-1970
before actual erection.
11.0 INTERNAL WATER SUPPLY AND SANITARY INSTALLATIONS
11.1 Centrifugally cast (spun) iron S & S pipes and G.I. pipes wherever necessary
shall be fixed to R.C.C. columns, beams etc. with rawl plugs and nothing
extra shall be paid for this.
11.2 The contractor shall be responsible of the protection of the sanitary and
water supply fittings and other fittings and fixtures against pilferage and
breakage during the period of installation and thereafter until the building
is handed over.
Page 61
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 61 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
12.0 VARIATION IN CONSUMPTION OF MATERIALS
The variation in consumption of material shall be governed as per CPWD
specifications and clauses of the contract to the extent applicable.
13.0 CONDITIONS
13.1 The contractor will have to work according to the programme of work,
decided by the Engineer-in-charge. The contractor shall also construct a
sample unit complete in all respects within time specified by the Engineer-
in-charge and this sample unit shall be got approved from the Engineer-in-
charge before mass construction is taken up. No extra claim whatsoever
beyond the payments due at agreement rates will be entertained from the
contractor on this account.
13.2 The contractor shall take instructions from the Engineer-in-charge for
stacking of materials in any place. No excavated earth or building materials
shall be stacked on areas where other buildings, roads, services of
compound wall are to be constructed.
13.3 If as per Municipal rules the huts for labour are not to be erected at the site
of work by the contractors, the contractors are required to provide such
accommodation as is acceptable to local bodies and nothing extra shall be
paid on this account.
13.4 Grey cement bags shall be stacked/stored in separate godown to be
constructed by contractor at his own cost as per sketch (which is only
indicative and actual size will depend on the site requirements) at page 23
of CPWD specification 2009 Vol.I with weather leak proof roofs and walls.
Each godown shall be provided with single door with two locks. The keys of
one lock shall remain with CPWD Engineer-in-charge of work and that of
the other lock with the authorized agent of the contractor at the site of work
so that the cement is removed from the godown according to the daily
requirement with the knowledge of both the parties and proper account
maintained in standard proforma.
13.5 The contractor is responsible for the safe custody of the materials issued to
him even if the materials are under double lock system.
13.6 The contractor shall construct suitable godowns, yard at the site of work for
storing all other materials so as to be safe against damage by sun, rain,
damages, fire, theft etc. at his own cost and also employ necessary watch
and ward establishment for the purpose at his cost.
13.7 The standard sectional weights referred to as standard tables in Para 5.3.4
in specifications for works, 2009 Vol.I vide page 135 of Table-5.4 to be
considered for conversion of length of various size of M.S. bars/cold twisted
bars and Thermo Mechanically Treated Bars into weight are as
under:[Note: These are as per clause 6.2 of IS:1786].
TABLE ( Weight of Steel bars per meter length)
Nominal Size
(Diameter of bars
in mm )
Weight of steel
reinforcement
in KG/M
Nominal Size
(Diameter of bars
in mm )
Weight of steel
reinforcement in KG/M
Page 62
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 62 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
6 0.222 25 3.85
8 0.395 28 4.83
10 0.617 32 6.31
12 0.888 36 7.99
16 1.58 40 9.86
20 2.47
13.8 All materials obtained from contractor shall be got checked by the Junior
Engineer-in-charge of the works on receipt of the same at site before use.
13.9 Royalty at the prevalent rates shall have to be paid by the contractor on all
the boulders, metals, shingles, sand and bajri etc. collected by him for the
execution of the work, direct to the Revenue authority or authorized agent
of the State Government concerned or Central Government.
14.0 TESTING OF MATERIAL
14.1 Grey cement & Thermo-mechanically Treated Bar shall be arranged by the
contractor.
14.2 The contractor shall procure all the materials in advance so that there is
sufficient time for testing and approving of the material and clearance of the
same before use in work.
15.0 INTEGRAL WATER PROOFING TREATMENT
The contractor must associate himself with the specialized firm to be approved by
the Engineer-in-Charge in writing, for integral cement based water proofing
treatment for sunken floors and on roofs. 10 years Guarantee Bond in prescribed
proforma attached vide page 74 must be given by the specialized firm on stamp
paper which shall be countersigned by the contractor, in token of his overall
responsibility. In addition 10%(ten percent) of the cost of these items would be
retained as Guarantee Bond to watch the performance of the work done. If any defect
is noticed during the Guarantee period for ten years to be reckoned from the date
after the maintenance period prescribed in the contract expires it should be rectified
by the contractor within seven days and if not attended to, the same will be got done
by another agency at the risk and cost of the contractor. However, this security
deposit can be released in full, if bank guarantee of equivalent amount for 10(ten)
years is produced and deposited with the department.
16.0 Treatment for Roof Surface
16.1 The brickbats shall be from well-burnt bricks. The proprietary
waterproofing compound shall conform to IS: 2645-1975. Before execution
of work, water proofing compound has to be brought to site from which
random sample would be got tested and a certificate of it s conforming to IS
Code should be produced. The proprietary waterproofing compound shall
be added at the rate recommended by the specialized firm but not
exceeding 8%(percent) by weight of cement.
16.2 The finished surface after waterproofing treatment shall have minimum
slope of 1 in 80. At no point shall the thickness of waterproofing treatment
be less than 65mm.
Page 63
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 63 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
16.3 While treatment of roof surface is done it shall be ensured that the outlet
drainpipes have been fixed and mouths at the entrance have been added
and rounded off properly for easy flow of water.
16.4 The surface where the waterproofing is to be done shall be thoroughly
cleaned with wire brushes. All loose scales shall be removed and dusted off.
The surface shall be treated with neat cement slurry admixed with
proprietary water proofing compound to penetrate into crevices and fill up
all the pores in the surface. This cement slurry shall be applied at the
junction of parapet and terrace slab by injection process.
16.5 After the slurry coat is laid, layer of well burnt brick bats shall be laid in
cement mortar of mix as specified by the specialist firm but not leaner than
1:5(1 cement: 5 coarse sand) admixed with proprietary water proofing
compound to required gradient and joints filled to half the depth. The brick
bat of various thickness shall be used to achieve the specified gradient. This
layer shall be rounded at the junction with the parapet and tapered towards
top for a height of 300 mm. Curing of this layer shall be done for three days.
16.6 After curing, the surface shall be applied with a coat of cement slurry
admixed with proprietary water proofing compound.
16.7 Joints of brick bat layer shall be filled fully with cement mortar of mix as
specified by the specialized firm but not leaner than 1:4 (1 cement: 4 coarse
sand) admixed with proprietary waterproofing compound and finally top
finished with average 20mm thick layer of same mortar and finished
smooth with cement slurry admixed with proprietary water proofing
compound. The finished surface shall have marking of 300 x 300 mm false
squares to give the appearance of tiles.
16.8 Curing of water proofing treatment shall be done for a minimum of ten
days.
16.9 The Measurement shall be taken along with the finished surface of
treatment including the rounded and trap portion of junction of parapet
wall.
Page 64
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 64 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
[B] SPECIAL CONDITIONS
01. The contractor shall not store/dump construction material or debris on metalled road.
02. The contractor shall get prior approval from Engineer-in-Charge for the area where the
construction material or debris can be stored beyond the metalled road. This area shall
not cause any obstruction to the free flow of traffic/inconvenience to the pedestrians.
It should be ensured by the contractor that no accidents occur on account of such
permissible storage.
03. The contractor shall ensure that all the trucks or vehicles of any kind which are used
for construction purposes/or are carrying construction material like cement, sand and
other allied material are fully covered. The contractor shall take every necessary
precautions that the vehicles are properly cleaned and dust free to ensure that enroute
their destination, the dust, sand or any other particles are not released in
air/contaminate air.
04. The contractor shall provide mask to every worker working on the construction site
and involved in loading, unloading and carriage of construction materials and
construction debries to prevent inhalation of dust particles.
05. The contractor shall provide all medical help, investigation and treatment to the
workers involved in the construction of building and carry of construction material
and debris relatable to duct emission.
06. The contractor shall ensure that C&D waste is transported to the C&D waste site only
and due record shall be maintained by the contractor.
07. The contractor shall compulsory use of wet jet in grinding and stone cutting.
08. The contractor shall comply all the preventive and protective environmental steps as
stated in the MoEF guidelines, 2010.
09. The contractor shall carry out on-Road-Inspection for black smoke generating
machinery. The contractor shall use cleaner fuel.
10. The contractor shall ensure that all DG sets comply emission norms notified by MoEF.
11. The contractor shall use vehicles having pollution under control certificate. The
emissions can be reduced by a large extent by reducing the speed of a vehicle to 20
kmph. Speed bums shall be used to ensure speed reduction. In case where speed
reduction cannot effectively reduce fugitive dust, the contractor shall divert traffic to
nearby paved areas.
12. The contractor shall ensure that the construction material is covered by tarpaulin. The
contractor shall take all other precaution to ensure that no dust particles are permitted
to pollute air quality as a result of such storage.
13.
Unless otherwise in the Schedule of quantities the item rates below/above or at par
tendered by the contractor shall be all inclusive and shall apply to all heights, lifts,
leads and depths of the building and nothing extra shall be payable to him on this
account. Payment for centering, shuttering, however, if required to be done for heights
greater than 3.5m shall be admissible at rates arrived at in accordance with clause 12
of the agreement if not already specified.
Page 65
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 65 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
14. The contractor shall make his own arrangements for water and for obtaining electric
connections if required and make necessary payments directly to the department
concerned.
15. Other agencies doing work related with this project will also simultaneously execute
the works and the contractor shall afford necessary facilities for the same. The
contractor shall leave such necessary holes, openings etc. for laying, burying in the
work pipes, cables, conduits, clamps, boxes and hooks for fan clamps, etc. as may be
required for other agencies conduits for Electrical wiring/cables will be laid in a way
that they leave enough space for concreting and do not adversely affect the structural
members. Nothing extra over the agreement rates shall be paid for the same.
16. Some restrictions may be imposed by the security staff etc. on the working and for
movement of labour, materials etc. The contractor shall be bound to follow all such
restrictions/instructions and nothing extra shall be payable on this account.
17. (a) The building components will be carried out in the manner complying in all
respects with the requirements of relevant byelaws of the local body under the
jurisdiction of which the work is to be executed or as directed by the Engineer-in-
charge and nothing extra will be paid on this account.
(b) The contractor shall comply with proper and legal orders and directions of the
Local or Public authority or Municipality and abide by their rules and regulations and
pay all fees and charges, which he may be liable.
18. The contractor shall give a performance test of the entire installation(s) as per
standing specifications before the work is finally accepted and nothing extra
whatsoever shall be payable to the contractor for the test.
19. Any cement slurry added over base surface (or) for continuation of concreting for
better bond is deemed to have been built in the items and nothing extra shall be
payable (or) extra cement considered in consumption on this account.
20. Testing of materials:
Samples of various materials required for testing shall be provided free of charge by
the contractor. Testing charges shall be borne by the department. However, if material
does not conform to the relevant codes/specifications, the testing charges shall be
borne by the contractor. All other expenditure required to be incurred for taking the
samples, conveyance, packing etc. shall be borne by the contractor himself.
21. The Structural and Architectural drawings shall at all times be properly co-related
before executing any work. However, in case of any discrepancy in the item given in
the schedule of quantities appended with the tender and Architectural drawings
relating to the relevant item, the former shall prevail unless and otherwise given in
writing by the Engineer-in-charge.
22. For the purpose of recording measurements and preparing running account bills, the
abbreviated nomenclatures indicated in the publications Abbreviated nomenclature
of item of DSR-2012 with up to date correction slips shall be accepted. The
abbreviated nomenclature shall be taken to cover all the materials and operations as
per the complete nomenclature of the relevant items in the agreement and other
relevant specifications.
(b) In the case of items for which abbreviated nomenclature is not available in the
above cited publication and also in case of extra and substituted items of works for
which abbreviated nomenclature is not provided in the agreement, the full
Page 66
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 66 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
nomenclature of the items shall be reproduced in the measurement books and bill
forms for running account bill.
The full nomenclature of the items shall be adopted in preparing abstract of final
bill form in the measurement book and also in the bill form for final bill.
23. In all contracts where departmental issue of cement and steel is not stipulated, special
conditions shall be incorporated as below:
23.1 Conditions for Cement (Grey Cement).
i) The contractor shall procure Portland Pozzolana Cement (PPC) [conforming to
IS:1489 (Part-I)], as required in the work, from reputed manufacturers of grey
cement such as ACC, Ultra tech, Vikram, Shree Cement, Ambuja, Jaypee Cement,
Century Cement & J. K. Cement or from any other reputed cement Manufacturer
having a production capacity not less than one million tonnes per annum as
approved by ADG for that sub region. Supply of cement shall be taken in 50 Kg.
bags bearing manufacturer s name and ISI marking. Samples of cement arranged
by the contractor shall be taken by the Engineer-in-charge and got tested in
accordance with provisions of relevant BIS codes. In case test results indicate
that the cement arranged by the contractor does not conform to the relevant BIS
codes, the same shall stand rejected and shall be removed from the site by the
contractor at his own cost within a week s time of written order from the
Engineer-in-charge to do so.
ii) Use of PPC (Portland Pozzolana Cement) shall be used in RCC structures in
accordance with the circular issued by the Directorate General of Works vide
No.CDO/SE(RR)/Fly Ash (Main)/102 dt.09.04.2009. The use of PPC shall be
regulated as per the following conditions stipulated in the circular
dt.09.04.2009:-
a) IS:456-2000 Code of Practice for Plain and Reinforced Concrete (as
amended upto date) shall be followed in regard to Concrete Mix Portion
and its production as under:
(i) The concrete mix design shall be done as Design Mix Concrete as
prescribed in clause-9 of IS 456 mentioned above.
(ii) Concrete shall be manufactured in accordance with clause 10 of
above mentioned IS:456 covering quality assurance measures both
technical and organizational, which shall also necessarily require a
qualified Concrete Technologist to be available during manufacture
of concrete for certification of quality of concrete.
b) Minimum M25 grade of concrete shall be used in all structural elements
made with RCC both in load bearing and framed structure.
c) The mechanical properties such as modulus of elasticity, tensile strength,
creep and shrinkage of flyash mixed concrete or concrete using flyash
blended cements (PPCs) are not likely to be significantly different and their
values are to be taken same as those used for concrete made with OPC.
d) To control higher rate of carbonation in early ages of concrete both in
flyash admixed as well as PPC based concrete, water/binder ratio shall be
kept as low as possible, which shall be closely monitored during concrete
manufacture.
Page 67
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 67 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
If necessitated due to low water/binder ratio, required workability shall be
achieved by use of chloride free chemical admixtures conforming to
IS:9103. The compatibility of chemical admixtures and super plasticizers
with each set OPC, fly ash and /or PPC received from different sources shall
be ensured by trails.
e) In environment subjected to aggressive chloride or sulphate attack in
particular, use of flyash admixed or PPC based concrete is recommended.
In case, where structural concrete is exposed to excessive magnesium
sulphate, flyash substitution/content shall be limited to 18% by weight.
Special type of cement with low C3A content may also be alternatively
used. Durability criteria like minimum binder content and maximum
water/binder ratio also need to be given due consideration is such
environment.
f) Wet curing period shall be enhanced to a minimum of 10 days or its
equivalent. In hot & arid regions, the minimum curing period shall be 14
days or its equivalent.
g) Subject to General Guidelines detailed out as above, PPC manufactured
conforming to IS:1489 (Part-I) shall be treated at par with OPC for
manufacture of Design Mix Concrete for structural use in RCC.
h) Till the time, BIS makes it mandatory to print the %age of flyash on each
bag of cement, the certificate from the PPC manufacturer indicating the
same shall be insisted upon before allowing use of such cements in works.
i) While using PPC for structural concrete work, no further admixing of flyash
shall be permitted.
iii) The cement shall be brought at site in bulk supply of approximately 50 tonnes
or as decided by the Engineer-in-charge.
iv) The cement godown of the capacity to store a minimum of 2000 bags of cement
shall be constructed by the contractor at the site of work for which no extra
payment shall be made. Double lock provision shall be made to the door of the
cement godown. The keys of one lock shall remain with the Engineer-in-charge
or his authorized representative and the keys of the other lock shall remain with
the contractor. The contractor shall be responsible for the watch and ward and
safety of the cement godown. The contractor shall facilitate the inspection of the
cement godown by the Engineer-in-charge at any time.
v) The cement shall be got tested by Engineer-in-charge and shall be used on work
only after test results have been received. The contractor shall supply free of
charge the cement required for testing. The cost of tests shall be borne by the
contractor/Department in the manner indicated below:
a) By the contractor, if the results show that the cement does not conform to
relevant BIS Codes.
b) By the Department, if the results show that the cement conforms to
relevant BIS Codes.
vi) The actual issue and consumption of cement on work shall be regulated and
proper accounts maintained as provided in clause 10 of the contract. The
Page 68
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 68 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
theoretical consumption of cement shall be worked out as per procedure
prescribed in clause 42 of the contract and shall be governed by conditions
therein.
vii) Cement brought to site and cement remaining unused after completion of work
shall not be removed from site without written permission of the Engineer-in-
charge.
viii) Damaged cement shall be removed from site immediately by the contractor on
receipt of notice in writing from the Engineer-in-charge. If he does not do so
within three days of receipt of such notice, the Engineer-in-charge shall get it
removed at the cost of the contractor.
23.2 Special conditions for steel reinforcement bars.
The contractor shall procure IS marked TMT bars of various grades from
(1) The Steel manufacturers such as SAIL, TATA steel Ltd., RINL, Jindal Steel &
Power Ltd., and JSW steel Ltd. or their authorized dealers having valid BIS
license for IS:1786:2008 (Amendment -1 November 2012)
(2) a) The Steel manufacturers or their authorized dealers (as per following
selection criteria) having valid BIS license for IS:1786:2008 (Amendment -
1 November 2012)
The procured steel should have following qualities:-
i) Excellent ductility, bend ability and elongation of finished product
due to possible refining technology.
ii) Consumption of steel should be accurate as per design.
iii) Steel should have no brittleness problem in finished product.
iv) Steel should carry the quality of corrosion and earthquake
resistance.
v) Quality steel with achievement of proper level of sulphur and
phosphorus as per IS: 1786:2008.
b) Selection Criteria of steel manufacturers
(1) The supply of reinforcement steel for all CPWD works should have
following selection criteria of steel manufacturers:-
Steel producers of any capacity using iron ore/processed iron ore as
the basic raw material adopting advanced refining technologies as
given hereunder:-
i. DRI-EAF = Direct Reduced iron – Electric arc furnace.
Or
ii. BF-BOF = Blast furnace – Basic oxygen furnace
Or
iii. COREX-BOF = COREX – Basic oxygen furnace.
For production of liquid steel to finish product at single/multiple
locations with NABL or any other similarly placed accrediting
Government body which operates in accordance with ISO/IEC17011
and accredits labs as per ISO/IEC 17025 conforming to
IS:1786:2008(Amendement-1 November 2012).
Page 69
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 69 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
The check list for incorporation of any quality steel producer is
enclosed for technical assessment is given in Annexure-1.
Chief Engineer/ CPM/PM shall approve the steel manufactures for
projects under their jurisdiction.
2) The contractor shall have to obtain and furnish test certificates to the Engineer-
in-charge in respect of all supplies of steel brought by him to the site of work.
3) Samples shall also be taken and got tested by the Engineer-in-Charge as per the
provisions in this regard in relevant BIS codes. In case the test results indicate
that the steel arranged by the contractor does not conform to the
specifications, the same shall stand rejected, and it shall be removed from the
site of work by the contractor at his cost within a week time or written orders
from the Engineer-in-Charge to do so.
4) The steel reinforcement bars shall be brought to the site in bulk supply of ten
tones or more as decided by the Engineer-in-charge.
5) The steel reinforcement bars shall be stored by the contractor at site of work in
such a way as to prevent their distortion and corrosion and nothing extra shall
be paid on this account. Bars of different sizes and lengths shall be stored
separately to facilitate easy counting and checking.
6) For checking nominal mass, tensile strength, bend test, re-bend test etc.
specimen of sufficient length shall be cut from each size of the bar at random
and at frequency not less than that specified below:
Size of bar For consignment
below 100 tonnes
For consignment above
100 tonnes
Under 10mm dia. bars One sample for each 25
tonnes or part thereof
One sample for each 40
tonnes or part thereof
10mm to16mm dia bars One sample for each 35
tonnes or part thereof
One sample for each 45
tonnes or part thereof
Over 16mm dia bars One sample for each 45
tonnes or part thereof
One sample for each 50
tonnes or part thereof
7) The contractor shall supply free of charge the steel required for testing including
its transportation to testing laboratories. The cost of tests shall be borne by the
contractor.
8) The actual issue and consumption of steel on work shall be regulated and proper
accounts maintained as provided in clause 10 of the contract. The theoretical
consumption of steel shall be worked out as per procedure prescribed in clause
42 of the contract and shall be governed by conditions laid therein. In case the
consumption is less than theoretical consumption including permissible
variations recovery at the rate so prescribed shall be made. In case of excess
consumption no adjustment need to be made.
9) Steel brought to site and steel remaining unused shall not be removed from site
without the written permission of the Engineer-in-charge.
23.3 The following procedure should be followed in case of removal of rejected/sub-
standard materials from the site of work.
Page 70
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 70 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
i) Whenever any material brought by the contractor to the site of work is rejected,
entry thereof should invariably be made in the site order book under the
signature of the AE/AEE giving approximate quantity of such materials.
ii) As soon as the material is removed, a certificate to that effect may be recorded
by the AE/AEE against the original entry, giving the date of removal a mode of
removal i.e. whether by truck, carts or by manual labour. If removal is by truck,
the registration number of the truck should be recorded.
iii) When it is not possible for the AE/AEE to be present at the site of work at the
time of actual removal of the rejected/sub-standard materials from the site the
required certificate should be recorded by the Junior Engineer and the AE/AEE
should countersign the certificate recorded by the Junior Engineer.
23.4 Cement should be kept in godowns under double locks and keys and its
consumption account invariably maintained, whether the cement is supplied
departmentally or arranged by the contractor. A register should be maintained
at the site of each work costing above R 20,000/-. This register should contain
the columns as shown in Appendix-28. (CPWD Works Manual 2014).
The pages of the register should be machine numbered and each page
initialed by the EE. The cement godown and the register are required to be
checked by the AE/EE in-charge of the work as per following schedule.
i) At least weekly or fortnightly, respectively in case of works at the Headquarters
of AE/EE.
ii) Whenever they visit the site of work in case of works located outside the Sub-
Divisional/Divisional Head Quarters.
23.5 Factory made glazed steel doors, windows & ventilators shall be manufactured
in a workshop approved by the Chief Engineer.
24. THIRD PARTY QUALITY ASSURANCE
In order to achieve a high standard of quality, it shall be required to go for Third Party
Quality Assurance. For this purpose, a separate agency shall be appointed by the
owner who will carry out independent testing of materials and checking and ensuring
overall quality procedures. The contractor shall be required to fully cooperate with
agency and facilitate them in taking samples, transportation and examination of
various activities including documentation at no extra time and cost to the owner. In
case of any adverse findings by the agency, the contractor shall do the needful
rectifications at no extra time and cost to the owner. The Engineer-in-charge shall be
at liberty for getting quality assurance work done through agencies like IIT Patna, NIT
Patna or any other agency approve by Engineer-in-charge at its own cost. The
successful tenderer shall include the provisions of Quality Assurance while framing
the proposed methodology for tests.
Page 71
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 71 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
Annexure-I
Special Conditions for Steel
Sl. No. Item Checkpoint remarks
1
Steel producer
having
manufacturing
facilities at plant
a. Factory address and Registration no.
b. Certificate of manufacturing process
c. Refining process of steel Producer
c.1 BF-BOF route
c.2 Corex-BOF route
c.3 DRI-EAF route
With documentary evidence either for BOF or
EAF
d. Steel plant having infrastructure for
producing sponge iron, billete and TMT
Rebars
e. Production and quality flow chart
f. Plant evaluation and process verification
g. List of plant & machinery
2 Established
Document verification for:
a. Govt./PSU Approvals
b. Supply orders of TMT Re-bars in Govt.
Projects(Minimum-5 years)
c. Verification of direct supply orders to any
State/Central Govt. Department
d. User Certificate issued by any Govt.
Department directly.
3. Indigenous
Documentary evidence like;
a. Certificate of incorporation.
b. Memorandum of articles of association
c. Credit rating of the company from
CARE/CRISIL/ICRA should not be C/D
grade (minimum last 3 year)
a. Test results from Govt./NABL accredited
laboratories
b. In house testing facility for
physical/chemical tests(NABL accredited)
4
Reliable
d. Calibration certificates
e. List of lab equipments:
e.1 Calibration certificates
e.2 Computerized UTM
5
Use of Iron-
Ore/Processes
Iron are as basic
raw materials
Verification of Iron-Ore/Process iron
ore invoices
Page 72
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 72 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
6.
In-house rolling
facility
Plant verification to identify in house
rolling facilities, production of liquid
steel & crude steel
7.
Licences &
certificates
a. ISO 9001:2008 Certification
b. ISO 14001:2004 Certification
c. OHSAS 18001 : 2007 certificate
d. IS 1786:2008(TMT Re-bars)
e. IS 2830:1992 (Billets)
8.
Product Range TMT Re-bars FE
415/415D/500/500D/550/550D
CRS (Corrosion Resistant ) & EQR
(Earthquake Resistant)
TMT Re-bars
Size 8 to 36 mm dia
Note:
DRI-EAF->Direct Reduce Iron-Electric ARC Furnace
BF-BOF-> Blast Furnace – Basic Oxygen Furnace
COREX-BOF->COREX Furnace- Basic Oxygen Furnace
Page 73
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 73 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
FORM OF WATER PROOFING WORKS
GUARANTEE BOND ON STAMPED PAPER This agreement made this…………..……..day of two thousand………..……... between M/s……………..……………… hereinafter called the Guarantor of the one part and the Executive
Engineer, PCD, CPWD, Patna.
Whereas this agreement is supplementary to the contract (hereinafter called the Contract dated………….. made between the Guarantor of the one part and Govt. of the other
part, whereby the contractor inter alia, undertook to render the Buildings and structures in the
said contract recited completely water and leak proof.
And whereas the Guarantor agreed to give a guarantee to the effect that the said
structure will remain waterproof for ten years to be reckoned from the date after the
maintenance period prescribed in the contract expires.
During this period of guarantee the Guarantor shall make good all defects and for that
matter, shall replace at his risk and cost such members as may be damaged by water and in
case of any other defect being found he shall render the building waterproof at his cost to the
satisfaction of the Engineer-in-Charge and shall commence the works of such rectification
within seven days from the date of issuing notice from the Engineer-in-Charge calling upon him
to rectify the defects failing which the work shall be got done by the Department by some other
contractor at the Guarantor s cost and risk and in the latter case the decision of the Engineer-
in-charge as to the cost, recoverable from the Guarantor shall be final and binding.
That if the Guarantor fails to execute the waterproofing or commits breaches hereunder
then the Guarantor will indemnify principal and his successors against all loss, damage, cost,
expense or otherwise which may be incurred by him by reason of any default on the part of the
Guarantor in performance and observance of this supplemental agreement. As to the amount of
loss and/or damage and/or cost incurred by the Government the decision of the Engineer-in-
charge will be final and binding on the parties. In witness whereof of these presents have been executed by the Obligor………………….and by…………………. For and on behalf of the President of India on the day, month and year first
above written.
SIGNED, SEALED and delivered by OBLIGOR in presence of-
1.
2. SIGNED for and on behalf of THE PRESIDENT OF INDIA by………………..in the presence of-
1.
2.
Blanks to be filled by Contractor/ EE, PCD, Patna
Page 74
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 74 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
To,
The All Bidders
Sub: NIT no. 02/NIT/CE(EZ)II/CPWD/2018-2019 for the work Construction of
Workshop cum Class Room & Hostel Building (G+6) for Tool Room & Training
Centre i/c Internal Water Supply, Sanitary Installation, Drainage & IEI and other
Developments Works like D.G. Set, Lift, Solar PV Panel, Solar Water Heating
System, Fire alarm & Fighting System etc. at Patna, Bihar .
Dear Sir,
It is hereby declared that CPWD is committed to follow the principle of transparency,
equity and competitiveness in public procurement.
The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition
that the Bidder will sign the integrity Agreement, which is an integral part of tender/bid
documents, failing which the tenderer/bidder will stand disqualified from the tendering
process and the bid of the bidder would be summarily rejected.
This declaration shall form part and parcel of the Integrity Agreement and signing of the
same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the
CPWD.
Yours faithfully
Executive Engineer
Page 75
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 75 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
To,
Executive Engineer,
Patna Central Division,
CPWD, Patna
Sub: Submission of bid for the work of Construction of Workshop cum Class Room &
Hostel Building (G+6) for Tool Room & Training Centre i/c Internal Water
Supply, Sanitary Installation, Drainage & IEI and other Developments Works like
D.G. Set, Lift, Solar PV Panel, Solar Water Heating System, Fire alarm & Fighting
System etc. at Patna, Bihar.
Dear Sir,
I/We acknowledge that CPWD is committed to follow the principles thereof as
enumerated in the Integrity Agreement enclosed with the tender/bid document.
I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that I/We will sign the enclosed integrity Agreement, which is an integral part of
tender documents, failing which I/We will stand disqualified from the tendering process. I/We
acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL
AND ABSOLUTE ACCEPTANCE of this condition of the NIT.
I/We confirm acceptance and compliance with the Integrity Agreement in letter and
spirit and further agree that execution of the said Integrity Agreement shall be separate and
distinct from the main contract, which will come into existence when tender/bid is finally
accepted by CPWD. I/We acknowledge and accept the duration of the Integrity Agreement,
which shall be in the line with Article 1 of the enclosed Integrity Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the tender/bid, CPWD shall have unqualified, absolute and
unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with
terms and conditions of the tender/bid.
Yours faithfully
(Duly authorized signatory of the Bidder)
Page 76
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 76 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
To be signed by the bidder and same signatory competent /authorised to
sign the relevant contract on behalf of CPWD
INTEGRITY AGREEMENT
This Integrity Agreement is made at ……………*..……..… on this ……*…..…. day of ………*…..20……*…..…
BETWEEN
President of India represented through Executive Engineer, Patna Central Division,
CPWD, Patna (Hereinafter referred as the Principal/Owner , which expression shall unless
repugnant to the meaning or context hereof include its successors and permitted assigns)
AND …………………………………………………………………………*………………………………………………………………… (Name and Address of the Individual/firms/Company) through ………………………………………*………………..………………………..(Hereinafter referred to as the
(Details of duly authorized signatory)
Bidder/Contractor and which expression shall unless repugnant to the meaning or context
hereof include its successors and permitted assigns)
Preamble
WHEREAS the Principal/Owner has floated the Tender (NIT no.
02/NIT/CE(EZ)II/CPWD/2018-2019) (hereinafter referred to as Tender/Bid ) and
intends to award, under laid down organizational procedure, contract for Construction of
Workshop cum Class Room & Hostel Building (G+6) for Tool Room & Training Centre i/c
Internal Water Supply, Sanitary Installation, Drainage & IEI and other Developments
Works like D.G. Set, Lift, Solar PV Panel, Solar Water Heating System, Fire alarm &
Fighting System etc. at Patna, Bihar hereinafter referred to as the Contract .
AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land,
rules, regulations, economic use of resources and of fairness/transparency in its relation with
its Bidder(s) and Contractor(s).
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this
Integrity Agreement (hereinafter referred to as Integrity Pact or Pact ), the terms and
conditions of which shall also be read as integral part and parcel of the Tender/Bid documents
and Contract between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties
hereby agree as follows and this Pact witness as under:
* Blanks to be filled by Contractor/EE/PCD/Patna)
Page 77
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 77 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
Article 1: Commitment of the Principal/Owner
1) The Principal/Owner commits itself to take all measures necessary to prevent
corruption and to observe the following principles:
(a) No employee of the Principal/Owner, personally or through any of his/her family
members, will in connection with the Tender, or the execution of the Contract,
demand, take a promise for or accept, for self or third person, any material or
immaterial benefit which the person is not legally entitled to.
(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with
equity and reason. The Principal/Owner will, in particular, before and during the
Tender process, provide to all Bidder(s) the same information and will not provide
to any Bidders(s) confidential/additional information through which the Bidder(s)
could obtain an advantage in relation to the Tender process or the Contract
execution.
(c) The Principal/Owner shall endeavour to exclude from the Tender process any
person, whose conduct in the past has been of biased nature.
2. If the Principal/Owner obtains information on the conduct of any of its employees which
is a criminal offence under the Indian Penal code (IPC)/Prevention of Corruption
Act,1988 (PC Act) or is in violation of the principles herein mentioned or if there be a
substantive suspicion in this regard, the Principal/Owner will inform the Chief Vigilance
Officer and in addition can also initiate disciplinary actions as per its internal laid down
policies and procedures.
Article 2: Commitment of the Bidder(s)/Contractor(s)
1) It is required that each Bidder/Contractor (including their respective officers, employees
and agents) adhere to the highest ethical standards, and report to the
Government/Department all suspected acts of fraud or corruption or Coercion or
Collusion of which it has knowledge or becomes aware, during the tendering process
and throughout the negotiation or award of a contract.
2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his
participation in the Tender process and during the Contract execution:
(a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm,
offer, promise or give to any of the Principal/Owner s employees involved in the
Tender process or execution of the Contract or to any third person any material or
other benefit which he/she is not legally entitled to, in order to obtain in exchange
any advantage of any kind whatsoever during the Tender process or during the
execution of the Contract.
Page 78
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 78 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
(b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any
undisclosed agreement or understanding, whether formal or informal. This applies
in particular to prices, specifications, certifications, subsidiary contracts,
submission or non-submission of bids or any other actions to restrict
competitiveness or to cartelize in the bidding process.
(c) The Bidder(s)/Contractor(s) will not commit any offence under relevant IPC/PC
Act. Further the Bidder(s)/Contract(s) will not use improperly, (for the purpose of
competition or personal gain), or pass on to others, any information or documents
provided by the Principal/Owner as part of the business relationship, regarding
plans, technical proposals and business details including information contained or
transmitted electronically.
(d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and
addresses of agents/representatives in India, if any. Similarly
Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and address of
foreign agents/representatives, if any. Either the India agent on behalf of the
foreign principal or the foreign principal directly could bid in a tender but not
both. Further, in cases where an agent participate in a tender on behalf of one
manufacturer, he shall not be allowed to quote on behalf of another manufacturer
along with the first manufacturer in a subsequent/parallel tender for the same
item.
(e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each
tender as per proforma enclosed) any and all payments he has made, is committed
to or intends to make to agents, brokers or any other intermediaries in connection
with the award of the Contract.
3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined
above or be an accessory to such offences.
4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
indulge in fraudulent practice means a willful misrepresentation or omission of facts
or submission of fake/forged documents in order to induce public official to act in
reliance thereof, with the purpose of obtaining unjust advantage by or causing
damage to justified interest of others and/or to influence the procurement process
to detriment of the Government interests.
5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use
Coercive Practices (means the act of obtaining something, compelling an action or
influencing a decision through intimidation, threat or the use of force directly or
indirectly, where potential or actual injury may befall upon a person, his/her reputation
or property to influence their participation in the tendering process).
Page 79
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 79 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
Article 3: Consequences of Breach
Without prejudice to any rights that may be available to the Principal/Owner under law or the
Contract or its established policies and laid down procedures, the Principal/Owner shall have
the following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and
the Bidder/Contractor accepts and undertakes to respect and uphold the Principal/Owner s
absolute right:
1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has
committed a transgression through a violation of Article 2 above or in any other form,
such as to put his reliability or credibility in question, the Principal/Owner after giving
14 days notice to the contractor shall have powers to disqualify the
Bidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract,
if already executed or exclude the Bidder/Contractor from future contract award
processes. The imposition and duration of the exclusion will be determined by the
severity of transgression and determined by the Principal/Owner. Such exclusion may
be forever or for a limited period as decided by the Principal/Owner.
2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner
has disqualified the Bidder(s) from the Tender process prior to the award of the
Contract or terminated/determined the Contract or has accrued the right to
terminate/determine the Contract according to Article 3(1), the Principal/Owner apart
from exercising any legal rights that may have accrued to the Principal/Owner, may in
its considered opinion forfeit the entire amount of Earnest Money Deposit, Performance
Guarantee and Security Deposit of the Bidder/Contractor.
3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or
Contractor, or of an employees or a representative or an associate of a Bidder or
Contractor which constitutes corruption within the meaning of Indian Penal code
(IPC)/Prevention of Corruption Act, or if the Principal/Owner has substantive suspicion
in this regard, the Principal/Owner will inform the same to law enforcing agencies for
further investigation.
Article 4: Previous Transgression
1) The Bidder declares that no previous transgressions occurred in the last 5 years with
any other Company in any country confirming to the anticorruption approach or with
Central Government or State Government or any other Central/State Public Sector
Enterprises in India that could justify his exclusion from the Tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the
Tender process or action can be taken for banning of business dealings/holiday listing of
the Bidder/Contractor as deemed fit by the Principal/Owner.
3) If the Bidder/Contractor can prove that he has resorted/recouped the damage caused by
him and has installed a suitable corruption prevention system, the Principal/Owner may,
at its own discretion, revoke the exclusion prematurely.
Page 80
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 80 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors
1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a
commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be
responsible for any violation(s) of the principles laid down in this agreement/Pact by
any of its Sub-contractors/sub-vendors.
2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders
and Contractors.
3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact
between the Principal/Owner and the bidder, along with the Tender or violate its
provisions at any stage of the Tender process, from the Tender process.
Article 6: Duration of the Pact
This Pact begins when both the parties have legally signed it. It expires for the
Contractor/Vendor 12 months after the completion of work under the contract or till the
continuation of defect liability period, whichever is more and for all other bidders, till the
Contract has been awarded.
If any claim is made/lodged during the time, the same shall be binding and continue to be valid
despite the lapse of this Pacts as specified above, unless it is discharged/determined by the
Competent Authority, CPWD.
Article 7 : Other Provisions
1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head
quarters of the Division of the Principal/Owner, who has floated the Tender.
2) Changes and supplements need to be made in writing. Side agreements have not been
made.
3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the
partners or by one or more partner holding power of attorney signed by all partners and
consortium members. In case of a Company, the Pact must be signed by a representative
duly authorized by board resolution.
4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this
Pact remains valid. In this case, the parties will strive to come to an agreement to their
original intensions.
5) It is agreed term and condition that any dispute or difference arising between the parties
with regard to the terms of this Integrity Agreement/Pact, any action taken by the
Owner/Principal in accordance with this Integrity Agreement/Pact or interpretation
thereof shall not be subject to arbitration.
Page 81
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 81 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
Article 8: LEGAL AND PRIOR RIGHTS
All rights and remedies of the parties hereto shall be in addition to all the other legal rights and
remedies belonging to such parties under the Contract and/or law and the same shall be
deemed to be cumulative and not alternative to such legal rights and remedies aforesaid. For
the sake of brevity, both the Parties agree that this Integrity Pact will have precedence over the
Tender/Contract documents with regard any of the provisions covered under this Integrity
Pact.
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place
and date first above mentioned in the presence of following witnesses:
……………………….……………………. (For and on behalf of Principal/Owner)
………………………..…………………….. (For and on behalf of Bidder/Contractor)
WITNESSES:
1. ……………………………………. (Signature, name and address)
2. ……………………………………
(Signature, name and address)
Place:
Date :
Page 82
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 82 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
APPROVED MAKE OF MATERIALS
(FOR CIVIL WORKS)
Specification/brands names of materials (Refer materials, whichever are applicable for the scope of
work) and finishes approved by the Architect/Engineer-in-Charge are listed below. However approved
equivalent material and finishes of any other specialized firms may be used, in case it is established that
the brands specified below are not available in the market but only after approval of the alternate brand
by the Engineer-in-Charge. (See also condition of contract).
Sl. No. Materials Approved make
1 Acoustic Treatment: Armstrong/ Oceanz Acoustics/ Hunter Douglas/
Ecophon/ Dexune
2 POP Ceiling:
Plaster of Paris
Custom
3 Acoustic Treatment : Armstrong/ Oceanz Acoustics/ Hunter Douglas/
Ecophon/ Dexune
4 Skirting: Custom
5 Sound Isolation & vibration treatment
for ceiling:
BSW/ Oceanz Acoustics/ Regupol
6 Double skin insulated Roofing system : Multicolor/ Kirby/ Tiger Steel
7 Stage Flooring: Custom
8 Carpet flooring: Bloomsburg/ Oceanz Acoustics/ Stanton
9 FURNITURE: Godrej/ Oceanz acoustics/ K Quinette / Eurotech /
HOF/ fetherlite.
10 Acoustic Door
ICA Acoustics/ Oceanz Acoustics/ Acoustical
Solution Inc.
11 Poly-sulphide Sealent PIDILITE, TUFFSEAL, SIKA, FOSROC.
12 Damp Proof Mateiral IMPERMO, DURASEAL, ACCO-PROOF.
13 STRUCTURAL STEEL SECTIONS TATA, SAIL, RINL, JINDAL STEEL
14 ADMIXTURE FOSROC, SIKA.
15 WHITE CEMENT J.K. WHITE, BIRLA WHITE.
16 WATER PROOFING COMPOUND TAPCRETE, CICO, ACCOPROOF, IMPERMO,
FOSROC.
17 BITUMEN INDIAN OIL, HINDUSTAN PETROLEUM, BHARAT
PETROLEUM
18 LOCKS/LATCH GODREJ, HARRISON, LINK.
19 LAMINATES DECOLAM, MERINO. CENTRUY, GREEN
20 WIRE MESH STERLING ENTERPRISES, TRIMURTY WELDED
MESH.
21 PRELAMINATED PARTICLE BOARD NOVOPAN, KITPLY, ARCHID PLY, CENTURY.
22 ADHESIVE PIDILITE, DUNLOP, SIKA,
FOSROC,ENDURA,LATICRETE
23 EPOXY MORTAR FOSROC, SIKA.
24 DASH FASTNERS HILTI, FISHER, CANON, BOSCH.
25 FLUSH DOOR SHUTTERS
(DECORATIVE/ NON DECORATIVE).
SWASTIC, CORBETT ,CENTURY, GREEN,ARCHID .
26 PVC DOOR FRAME POLYLINE, DUROPLAST, POLLYWOOD, ACCURA.
27 GLASS FRP DOOR SHUTTERS POLYLINE, DUROPLAST, CACTUS.
28 BOARD & PLYWOOD DURO, KITPLY, CENTURY. GREEN PLY
29 HYDRAULIC DOOR CLOSER/
FLOOR SPRING
HARDWYN, GODREJ. DORMA
Page 83
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 83 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
Sl. No. Materials Approved make
30 S.S.STAIRCASE RAILING CONNECT ARCHITECTURAL PRODUCTS PVT.LTD,
JINDAL STAINLESS STEEL LTD., ICICH
INDUSTRIES, ESSAR
31 FIRE CHECK DOOR KUTTY DOOR, PROMAT,GODREJ, NAVAIR, SHAKTI
32 SMOKE SEAL STRIP PROMAT/ASTRO FLAME.
33 DOOR CLOSER LOCK INGERSOLL RAND/DORMA.,HARDWYN
34 PANIC EXIT DEVICE INGERSOLL RAND/MONARCH/DORMA.
35 DOOR COORDINATOR UL LISTED /MONARCH/DORMA.
36 ANODISED ALUMINIUM HARDWARE
(HEAVY DUTY)
HARDIMA, EVERITE, SIGMA (ISI MARKED).
37 TEMPERED GLASS PILKINTON, SAINT GOBAIN, ASAHI
38 POLYSTER POWER COATING SHADES NEROLAC, BERGER, J&N.
39 ALUMINIUM SECTIONS JINDAL, HINDALCO, INDALCO.
40 FRICTION STAY HINGES EARL-BIHARI.
41 NUTS, BOLTS AND SCREWS, STEEL KUNDAN.PRIYA ATUL.
42 EPDM GASKET HANU/ANAND.
43 STRUCTURAL SILICON DOW CORNING/WACKER.
44 WEATHER SILICON DOW CORNING/WACKER.
45 GLAZED CERAMIC TILES KAJARIA, SOMANY, JOHNSON, ORIENT BELL
CERAMICS,
46 CEMENT CONCRETE TILES/
HARDONITE TILES
NITCO, NTC, HINDUSTAN, PODDAR.
47 VITRIFIED TILES DOUBLY CHARGED
QUALITY
KAJARIA, JOHNSON (MARBONITE), RAK
CERAMIC,SOMANY
48 TILE ADHESIVE CICO, PIDILITE, FOSROC,
SIKA.,ENDURA,LATICRETE
49 CHEQUERED TERRAZO TILES NITCO , BHARAT, PODDAR.
50 CLAY TILES ON ROOF KENJAI , JOHNSON .
51 CC PAVERS NITCO-(ROCKARD), BHARAT-(NILSAN) REGENCY.
52 GRASS PAVER UNISTONE, ULTRA.
53 WATER-PROOF CEMENT PAINT SNOWCEM, ASIAN.
54 SYNTHETIC ENAMEL PAINT BERGER, NEROLAC, ASIAN.
55 ACRYLIC EMULSION PAINT ASIAN, BERGER, NEROLAC, ICI, DULUX.
56 VITREOUS CHINA SANITARYWARE PARRYWARE, HINDWARE, JOHNSON &
JOHONSON, ROCCA
57 FIRECLAY SINK & DRAIN BOARDS PARRY, SUNFIRE.
58 STAINLESS STEEL SINKS NILKANTH, AMC, CORBA.
59 C.P.BRASS FITTINGS JAQUAR, MARC, PARRYWARE, ROCCA , JOHNSON
60 LA( CI) PIPES RIF, NECO,KAPILANSH
61 G.I.PIPES TATA, JINDAL, HISSAR,PRAKASH SURYA
62 G.I.FITTINGS (MALLEABLE CAST
IRON)
UNIK, ICS.
63 GUNMETAL VALVES LEADER, SANT, ZOLOTO, KIRLOSKAR
64 STONEWARE PIPE & GULLY TRAPS PERFECT, PARRY.
65 R.C.C. PIPES- ( NP-2) LAKSHMI SOOD & SOOD , JAIN & CO.
66 MS PIPES KESORAM, ELECTRO STEEL.
67 C.I.DOUBLE FLANGED SLUICE
VALVES.
KIRLOSKAR, IVC, BURN.
Page 84
NIT No. 02/ NIT/CE(EZ)II/CPWD/2018-19
OFFICE OF CE, EZ-II, CPWD, PATNA (BIHAR) Page 84 Addition – (A) NIL
Deletion – (D) NIL
Correction – (C) NIL
Omission – (O) NIL
AE (P)(C) EE (P)
Sl. No. Materials Approved make
68 UPVC PIPE SUPREME, PRINCE, FINOLEX.
69 COPPER TUBES/PIPES RAJCO, MAX FLOW ABC.
70 COPPER FITTINGS YORKSHINE, IBP, BCONEX.
71 BALL VALVES ZOLOTO, IBP, ARCO.
72 UNGLAZED VITRIFIED TILES JOHNSON- (ENDURA), SOMANY –(DURA STONE),
REGENCY- (TILES).
73 SPIDER FITTINGS DORMA, SEVAX.
74 INJECTION GROUTING FOSROC, SIKA.
75 NION METALIC SURFACE HARDNER FOSROC, SIKA, PIDLITE.
76 SOIL, WASTE & VENT PIPES &
FITTINGS (A) HUBLESS CENTRIFUGAL
CAST IRON
NECO, KAPILANSH, HEPCO,SKF
77 BUTTERFLY VALVES AUDCO, ZOLOTO OR EQUIVALENT.
78 FALSE CEILING CALCIUM SILICATE AEROLITE, SPINTONE, ARMSTRONG
79 GLASS MOSAIC TILES BISAZZA, MRIDUL ENTERPRISES, OPIO MOSAICA,
PALLADIO GLASS LTD, ITALIA GLASS PVT LTD,
PIXEL MOSAIC (I) PVT LTD.
80 REINFORCEMENT STEEL SAIL, TATA, RINL, JINDAL STEEL & POWER, JSW
STEEL.
81 PPC/OPC CEMENT ACC, ULTRATECH, VIKRAM,SHREE CEMENT,
AMBUJA, JAYPEE CEMENT,CENTURY & JK
CEMENT.
82 Irrigation Equipments JAIN IRRIGATION, FINOLEX PLASSON, KISAN
All fitting shall have ISI nos on its body wherever applicable.
Note: - Chief Engineer (EZ-II), CPWD, Patna reserves the right to add or delete any materials and
Brands in the list of approved materials/brands on the recommendations of Engineer-in-charge.