Uploaded by Rajesh Kumar Yadav

NIT+Part+A+Auditorium+090824 (1)

advertisement
1
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
TENDER DOCUMENT
Name of Work:
Construction of Auditorium Hall at Khaltse, UT of Ladakh on
EPC mode II basis.
ISSUED BY
Executive Engineer & Senior Manager
Kargil Project Division- I
Central Public Works Department Near District Jail,
Behind Petrol Pump Choglamsar, Leh, UT of Ladakh
Email: eesm1-kargil@cpwd.gov.in
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
2
TENDER DOCOUMENT
Name of work
Estimated Cost
Earnest Money
Performance
Guarantee
: Construction of Auditorium Hall at Khaltse, UT of Ladakh on EPC mode
II basis basis.
:
₹ 17,37,44,804/- (i/c. 18% GST)
(Civil Work ₹ 9,90,21,100/- + E&M Work ₹ 7,47,23,704/-)
:
Rs. 27,37,448/: 5% of Tendered Amount
Security Deposit
:
2.5% of Tendered Amount
Completion Period
NIT No.
:
:
18 Months including winter period (non-working period)
04/CEED/NIT/LEH/2024-25
Last Date for Submission of Bid Document: 31.08.2024 Up to 3:00 PM
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
3
Index
S. No.
Description
Part A
Page No
Part-I: General Information
1.
Information & instructions to Bidders
2.
Notice Inviting e-Tender CPWD-6
3.
Glossary
Part-II: Technical cum Eligibility Bid
1.
Brief scope of work
2.
Additional information and Guidelines to bidders
3.
NIT form for EPC Projects
4.
Integrity Pact
5.
Integrity Agreement
6.
Form- “A” to “I”
7.
Letter of Transmittal
Part-III: Financial Bid
1.
Performa of Schedule ‘A’ to ‘F’
Part B
Chapter-A: Scope of Work of Planning and Designing –Civil Work
1.
Scope of work
Chapter-B: Generalized Guidelines, Schedule of Finishes & Amenities
1.
Salient features, finishes and brief specifications
Chapter-C: Conditions & Specifications of Civil works
1.
General Conditions for civil works
2.
Specifications of Civil Works
Chapter-D: Approved Makes for Civil Work
List of Preferred makes of Civil Works
1.
Part C
Chapter-E: Electrical & Mechanical Works
Part D
Chapter-H: Schedule of Stage Payments
1.
Payment-Schedule for Original works
Chapter-I: Schedule of Quantities
Schedule of Quantities
1
Part E
1.
Drawings
This bid document contains (page 1 to 491)
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
5-12
13-20
21
22
23-28
29-35
37-40
41
42-48
49-79
80-83
85-97
98-101
102
103-135
136
137-215
216
217-225
226-455
456-458
459
460-461
462 to 491
Executive Engineer & Senior Manager
Kargil Project Division-I, CPWD, Leh.
AE(C)
EE&SM
4
PART–I
GENERAL INFORMATION
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
5
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERINGFORMING
PART OF BID DOCUMENTAND TO BE POSTED ON WEBSITE
NIT No.
1
2
Name of work
Estimated Cost
put to bid
Earnest
Money
Period of
Completi
on
Last date
and time
of
submissio
nof bid,
and other
document
s.
3
4
5
6
7
₹ 17,37,44,804/(Civil Work
₹ 27,37,448/-
Sl. No.
The Executive Engineer & Senior Manager, Kargil Project Division-I, CPWD, Leh, UT of Ladakh194101 (Phone No.: 877025926) on behalf of the President of India invites online percentage rate bids
in EPC mode -II from CPWD enlisted contractors in appropriate class and category two bid system for
the following work:
Time &date
of opening of
technical/
eligibility
bid.
8
1
04/CEED/NIT/LEH/2024-25
Construction of
Auditorium Hall
at Khaltse, UT of
Ladakh on EPC
mode II basis
₹ 9,90,21,100/+ E&M
Work
₹ 7,47,23,704/-)
18
Months
including 31.08.2024 31.08.2024 at
winter
up to 3:00 3:30 PM
period
PM
(nonworking
period)
1. CPWD registered Contractors who fulfil the following requirements shall be eligible to apply.
Joint ventures are not accepted.
(a) CPWD enlisted contractors registered in appropriate class and category as on last date of
submission of bid are eligible to bid. Bidder shall upload all the documents / circulars / orders /
OMs required to establish the validity of enlistment as on last date of tender. In case the original
registration order validity expired before the last date of submission of bid, then the bidder must
upload the documents in sequence to establish the registration validity as on last date of tender. In
case of non-uploading of required documents, the eligibility will not be considered.
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
6
(b) CPWD enlisted contractors should have completed one work costing not less than Rs. 3.47
Crore executed with permanent structure using Steel Structural System among those
referred in Table-1 B of OM issued vide no. 17/SE(TAS)/BMTPC/2022/105-H dated
24.03.2022 with that proposed by the bidder in the letter of transmittal & Form C-2 along with
experience certificate in Form D-3 during the last 07 years ending last day of the month
previous to the one in which tenders are invited.
(i) The bidder can associate with any agency having requisite work experience of the opted
technology. The bidder shall submit a Notarized Pre-Bid MoU as per Annexure “A-2” at page no.
76 of NIT with such associated PTP at the time of submission of bid:
However, the associated agency must satisfy the eligibility criteria of having successfully
completed one work of costing not less than Rs. 3.47 Crore with permanent structure using
Steel Structural System (among those referred in Table-1 B of OM issued vide no.
17/SE(TAS)/BMTPC/2022/105-H dated 24.03.2022) as proposed by the bidder in the letter of
transmittal & Form C-2 along with experience certificate in Form D-3 during the last 07 years
ending last day of the month previous to the one in which tenders are invited.
NOTE:
i. The work mentioned as experience of Technology proposed to be used in the work (Form C) can
also be part of works mentioned in completed similar works (Form-D) or as a separate work.
ii. The value of executed works shall be brought to the current costing level by enhancing the actual
value of work at simple rate of 7% per annum; calculated from the date of completion to the
previous day of the last date of submission of online tender.
Note:
1. Mumty and machine room shall not be reckoned in a storey.
2. Each basement, stilt constructed in the building shall be considered as a storey.
The value of executed works shall be brought to current costing level by enhancing the actual value
of work at simple rate of 7% per annum, calculated from the date of completion to previous day
of last date of submission of bid.
c). Should have bidding capacity equal to or more than the estimated cost of the work put to tender. The
bidding capacity shall be worked out by the following formula: Bidding Capacity = {[AxNx1.5]-B}
Where, A = Maximum turnover in construction works executed in any one year during the last seven
years taking into account the completed as well as works in progress. The value of completed works shall
be brought to current costing level by enhancing at a simple rate of 7% per annum.
N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments and ongoing works to be completed during the period of completion
of work for which bids have been invited.
Note: - Bidding capacity formula is slightly different for newly enlisted entities enlisted under enlistment rules
6.1.7, 9.6.3 or 9.6.4. The revised formula for these newly enlisted entities is as under below available
in the notes of para 7.0, initial Criteria for eligibility.
(A) Bidding capacity formula, for CPWD contractors who are enlisted based on rule 6.1.7 of
Enlistment Rules-2022 i.e. government retired engineer/ architect for three years from the date of
issue of enlistment order, is as follows: Bidding Capacity ={[AxNx1.5]-B]
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
7
Where, A =Banker certificate figure as submitted by applicant (i.e. government retired engineer/
architect) at the time of enlistment for first year of enlistment and subsequent fresh bankers’ certificate
for second and third year respectively. Value of A for first year will be mentioned in the enlistment
order by the member secretary of advisory committee for enlisting authority.
N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments and on-going works to be completed during the period of
completion of work for which bids have been invited. This value is for newly enlisted entity.
(B) Bidding capacity, for CPWD contractors who are enlisted based on rules 9.6.3 & 9.6.4 of
Enlistment Rules-2022 i.e. new entity based on previously enlisted entity for three years from date
of issue of enlistment order, is as follows:Bidding Capacity for newly enlisted entity based on rules 9.6.3 & 9.6.4 enlistment rules -2O22
shall be as follows :- ={[A'xNx1.5]-B]
Where A' = Proportionate share of newly enlisted director/partner in originally enlisted
company/firm multiplied by the factor A, as given below. Value of A' will be mentioned in the
enlistment order by member secretary of Advisory committee for Enlistment Authority, it will
remain same for three years.
A = Maximum turnover in construction works executed in any one year during the last seven years
taking into account the completed as well as works in progress. The value of completed works shall
be brought to current costing level by enhancing at a simple rate of 7 % per annum. This value is
of originally enlisted entity at the time of enlistment of newly enlisted entity.
N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments and ongoing works to be completed during the period of
completion of work for which bids have been invited. This value is for newly enlisted entity.
(C) Enlisted entities based on rules 6.1.7, 9.5.3 or 9.5.4 of enlistment rules-2022 can submit MoU
from agency having requisite experience for structural system technology if the enlisted entity
does not have required experience.
d). Bidder is required to upload Notarized Undertaking (Form-H) regarding similar works(s) not
been got executed through another contractor on back-to-back basis.
i). The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only
submit his bid if he considers himself eligible and he is in possession of all the documents required.
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
8
Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures are
not accepted.
2. This information and Instructions for bidders posted on website shall form part of bid document.
3. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents can be seen and downloaded from website https://etender.cpwd.gov.in free of cost.
4. But the bid can only be submitted after uploading the bid security declaration form for deposition
of original EMD either in the office of Executive Engineer inviting bids or division office of any
Executive Engineer, CPWD (The EMD document shall only be issued from the place in which the office
of receiving division office is situated) within the period of bid submission and uploading the mandatory
scanned documents such as Insurance Surety Bonds, Account Payee Demand draft or Bankers
Cheque or Fixed Deposit Receipts or/ and Bank Guarantee (for balance amount as prescribed)
from any of the Commercial Bank towards EMD in favor Executive Engineer & Senior Manager
(C), Kargil Project Division-I, CPWD, Leh, UT of Ladakh) 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.
DETAILS OF BENEFICIARY
Beneficiary Name: Executive Engineer & Senior Manager(C), Kargil Project Division -I,
CPWD, Leh, UT of Ladakh
Account No
: 41293112103
IFSC
: SBIN0001390
Bank Name
: State Bank of India, Main Branch, Kargil, UT of Ladakh
Executive Engineer & Senior Manager
Kargil Project Division-I, CPWD, Leh, UT of Ladakh.
5. Those bidders not registered on the website mentioned above, are required to get registered
beforehand. If needed they can be imparted training on online bidding process as per details
available on the website
6. The intending bidder must have valid class-III digital signature certificate with encryption key
(combo type) to perform any operations/transactions on the e-tendering portal / website and the bidder
should download and install the eMsigner on their system as per instruction available on download
section of https://etender.cpwd.gov.in
7. On opening date, the contractor can login and see the bid opening process. After opening of bid, he
will receive the competitor bid sheets.
8. Contractor can upload documents in the form of JPG format and PDF format.
9. Certificate of Financial Turn Over: At the time of submission of bid contractor may upload
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
9
Affidavit/Certificate from CA mentioning Financial Turnover of last 7 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
10. Contractor must ensure to quote rate of each item. The column meant for quoting rate in figures
appears in yellow color and the moment rate is entered, it turns sky blue.
11. In addition to this, while selecting any of the cells a warning appears that if any cell is left blank
the same shall be treated as "0". Therefore, if any cell is left blank and no rate is quoted by the
bidder, rate of such item shall be treated as "0" (ZERO).
However, if a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section / sub head in percentage
rate tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.
12. The 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.
13. To clear the doubts of the intending bidders may contact this office by email. (eesm1kargil@cpwd.gov.in)
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. If the Engineer-in-Charge receives debarment order in respect of any contractor from CPWD, MoHUA
or Ministry of Finance, then participation of such contractor is stopped on the basis of such order till
the debarment period is over and tenders of such contractor are not to be opened. An undertaking is to
be uploaded by the intending bidders as per form given in this document.
16. Architectural drawings shall be provided by the department. The design life for the building shall be
75 years (Permanent Structure). New and Emerging Technologies in construction works undertaken
by CPWD shall be adopted for Design and Execution of this work as per DG CPWD OM issued vide
no. (among those referred in Table-1 B of OM issued vide no. 17/SE(TAS)/BMTPC/2022/105H dated 24.03.2022). The successful bidder has to develop detailed working structural drawings &
MEP drawings and submit along with the design and specifications for approval of the Engineer-incharge before starting the work.
17. The successful bidder shall engage a Consultancy Firm, which shall provide comprehensive
consultancy services for the Project covering detailed Structural Analysis, design & detailing, Service
plan and design etc. of all components of work as per site requirements in compliance of the relevant
standards & specifications. The consultant shall prepare and supply all the coordinated good for
construction Structural Drawings, MEP Drawings. E & M Services Drawings, Interior Designing etc.
The consultant shall also submit duly proof checked and approved good for construction drawings
from the proof consultant. The engaged consultant by the successful bidder shall be associated till
completion of the defect liability period under the contract.
18.
The firm / consultant which should be an Indian consultancy firm and should have in-house
Architectural/Engineering / Consultancy capabilities with minimum experience of 5 years in the field
of Consultancy. The consultancy firm shall also have in house capacity for design and consultancy for
All MEP services as taken in NIT or will have to associate the specialized sub- consulting agency for
the same. The Credentials of the proposed agency and sub-agency shall be got approved from CPWD
before engaging them.
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
10
19. In case of non-availability of in-house capabilities of the consultancy firm for any component of
the work to be executed, the consultancy firm shall engage/associate sub-consultant/firm having domain
in that specific specialization.
20. The bidder shall within 15 days of award of work shall submit the credentials and qualifying
details of consultancy firm intended to be associated.
21. In case the successful bidder or the department intends to change the consultant engaged by the
successful bidder, the same can be done after submitting and getting approved the credentials of
the new consultant.
22. The detail scope of work consultancy form is given in chapter
23. Contractor can upload documents in the form of JPG format and PDF format.
24. Contractor must ensure to quote rate in the prescribed column(s) meant for quoting rate in
figures.
25. In addition to this, while selecting any of the cells a warning appears that if any cell is left blank
the same shall be treated as “0”. Therefore, if any cell is left blank and no rate is quoted by the
bidder, rate of such item shall be treated as “0” (ZERO).
However, if a tenderer does not quote any percentage above/below on the total amount of the
tender or any section / sub head in percentage rate tender, the tender shall be treated as invalid
and will not be considered as lowest tenderer.
26. SC/ST contractors enlisted under class V category are exempted from processing fee payable to
ITI.
27. The building should meet the provisions of green buildings, Energy efficiency, Sustainability
Measures and Barriers free accessible construction and shall be at least Green Level Certification
of GHAR based on CPWD Green rating Manual-2021.
28. In order to encourage skill India policy of the government as decided from time to time by the
Directorate, necessary outside training shall be imparted to at least 10% of the unskilled worker
engaged in the project as per National Skill Development Corporation (NSDC) norms.
29. Site visit:
The bidder shall visit the site of the work at his own cost and examine it and its surroundings to
collect all information that he considers necessary for proper assessment of the prospective
assignment and upload Form H in this regard.
Following List of Documents is to be scanned and uploaded by intending bidders within the
period of bid submission as applicable:
1.
Declaration about site inspection in Form-I
2.
Affidavit as per Form-H
30. The tenderer must associate himself with agencies of the appropriate eligibility for each of
specialized nature of items / work listed below individually. Such works shall be got
executed only through associated agencies specialized in these fields. The tenderer whose
tender is accepted shall indicate the name(s) of his associated specialized agencies those
fulfilling the eligibility criteria laid down below after award of work and at least 30 days
before commencement of such items for the approval of the Engineer-in-Charge of that
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
11
component, whose decision shall be final and binding. If the tenderer, having valid electrical
license if applicable for E.I. works, himself fulfils the eligibility criteria laid down below for
associated specialized agencies, then the tenderer shall not require to associate with himself
the associated specialized agency.
Sl.
Specialized work(s)/
No.
item of work(s)
A. Major work (Civil)
Eligibility Criteria of Associated Agencies
The tenderer shall associate specialized agencies, who
have satisfactorily completed three specialized works
of similar nature of each costing not less than amount
equal to 40% of value of corresponding specialized
item,
Or
1
Water Proofing
Treatment Work
two specialized works of similar nature each costing
not less than amount equal to 60% of value of
corresponding specialized item
Or
one similar work costing not less than amount equal to
80% of value of corresponding specialized item.
Similar work means waterproofing work.
B. Minor Work (E & M)
1 Internal E.I.
For various E&M
2
services
Please refer Part C.
Please refer Part C.
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
12
List of Documents to be scanned and uploaded by CPWD contractors within the period of bid
submission:
(i) Insurance Surety Bonds, Account Payee Demand draft or Bankers Cheque or Fixed Deposit
Receipts or/ and Bank Guarantee (for balance amount as prescribed) from any of the Commercial
Bank against EMD as per proforma given in Bid document.
(ii) Copy of receipt for deposition of original EMD issued from division office of any Executive
Engineer, CPWD (The EMD document shall be issued from the place in which the office of
receiving division office is situated). Annexure-A
(iii) Enlistment order of the Contractor issued by CPWD.
(iv) Certificate in support of having successfully completed one work with technology proposed to
be used in work. Form C-2 and form-D3.
(v) Pre-Bid MOU (Memorandum of Understanding) with the Principal Technology Partner (PTP),
if applicable.
(vi) Affidavit regarding blacklisting of firm as per Form -G.
(vii) GST Registration Certificate, if already obtained by the bidder.
If the bidder has not obtained GST registration, then in such a case the bidder shall scan and upload
following undertaking along with other bid documents:
“If work is awarded to me, I/we shall obtain GST registration Certificate of the State, in which work
is to be taken up, within one month from the date of receipt of award letter or before release of any
payment by CPWD, whichever is earlier, failing which I/We shall be responsible for any delay in
payments which will be due towards me/us on a/c of the work executed and/or for any action taken by
CPWD or GST department in this regard”.
(viii) Letter of Transmittal.
(ix)
Bidding Capacity as per (Form- C3)
(x)
Declaration about site inspection (Form-I)
(xi)
Details of works under execution & Performance.
(xii) Undertaking on structural stability and soundness as per prescribed format form -F
(xiii) Certificate regarding structural / service design as Annexure B
(xiv)ERP training certificate.
(xv) Integrity Pact signed by the bidder in the presence of a witness for works equal to or above
the threshold value given in Schedule-F.
(xvi)Any other document, required as per bid document.
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
13
CPWD-6
NOTICE INVITING E-TENDERING
1. The Executive Engineer & Senior Manager, Kargil Project Division-I, CPWD, Leh, UT of Ladakh-194101
(Phone No.: 8770259267) on behalf of the President of India invites online percentage rate bids in EPC
mode -II from CPWD enlisted contractors in appropriate category and class in Two bid system for the
following work:
Name of Work: Construction of Auditorium Hall at Khaltse, UT of Ladakh on EPC mode II basis.
NIT No.: 04/CEED/NIT/LEH/2024-25
Time Allowed: 18 Months including winter period (non- working period from December to
April)
The enlistment of the contractors should be valid on the last date of submission of bids. In case the last
date of submission of bid is extended, the enlistment of contractor should be valid on the original date
of submission of bids.
1.1. The work is estimated to cost ₹ 17,37,44,804/- (Civil Work ₹ 9,90,21,100/- + Electrical Work
₹ 7,47,23,704/-) This estimate, however, is given merely as a rough guide.
1.2. CPWD registered Contractors who fulfil the following requirements shall be eligible to apply. Joint
ventures are not accepted.
(a) CPWD enlisted contractors registered in appropriate class and category as on last date of
submission of bid are eligible to bid. Bidder shall upload all the documents / circulars / orders
/ OMs required to establish the validity of enlistment as on last date of tender. In case the
original registration order validity expired before the last date of submission of bid, then the
bidder must upload the documents in sequence to establish the registration validity as on last
date of tender. In case of non-uploading of required documents, the eligibility will not be
considered.
(b) CPWD enlisted contractors should have completed one work costing not less than Rs. 3.47
Crore executed with permanent structure using Steel Structural System among those
referred in Table-1 B of OM issued vide no. 17/SE(TAS)/BMTPC/2022/105-H dated
24.03.2022 with that proposed by the bidder in the letter of transmittal & Form C-2 along with
experience certificate in Form D-3 during the last 07 years ending last day of the month
previous to the one in which tenders are invited.
(c) The bidder can associate with any agency having requisite work experience of the opted
technology. The bidder shall submit a Notarized Pre-Bid MoU as per Annexure “A-2” at page
no. 76 of NIT with such associated PTP at the time of submission of bid:
However, the associated agency must satisfy the eligibility criteria of having successfully
completed one work of costing not less than Rs. 3.47 Crore with permanent structure using
Steel Structural System (among those referred in Table-1 B of OM issued vide no.
17/SE(TAS)/BMTPC/2022/105-H dated 24.03.2022) as proposed by the bidder in the letter of
transmittal & Form C-2 along with experience certificate in Form D-3 during the last 07 years
ending last day of the month previous to the one in which tenders are invited.
NOTE:
i.
The work mentioned as experience of Technology proposed to be used in the work (Form C)
can also be part of works mentioned in completed similar works (Form-D) or as a separate
work.
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
14
ii.
The value of executed works shall be brought to the current costing level by enhancing the
actual value of work at simple rate of 7% per annum; calculated from the date of completion
to the previous day of the last date of submission of online tender.
Note:
1. Mumty and machine room shall not be reckoned in a storey.
2. Each basement, stilt constructed in the building shall be considered as a storey.
The value of executed works shall be brought to current costing level by enhancing the actual value
of work at simple rate of 7% per annum, calculated from the date of completion to previous day
of last date of submission of bid.
c). Should have bidding capacity equal to or more than the estimated cost of the work put to tender. The
bidding capacity shall be worked out by the following formula: Bidding Capacity = {[AxNx1.5]-B}
Where, A = Maximum turnover in construction works executed in any one year during the last seven
years taking into account the completed as well as works in progress. The value of completed works shall
be brought to current costing level by enhancing at a simple rate of 7% per annum.
N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments and ongoing works to be completed during the period of completion
of work for which bids have been invited.
Note: - Bidding capacity formula is slightly different for newly enlisted entities enlisted under enlistment rules
6.1.7, 9.6.3 or 9.6.4. The revised formula for these newly enlisted entities is as under below available
in the notes of para 7.0, lnitial Criteria for eligibility.
(D) Bidding capacity formula, for CPWD contractors who are enlisted based on rule 6.1.7 of
Enlistment Rules-2022 i.e. government retired engineer/ architect for three years from the date of
issue of enlistment order, is as follows:Bidding Capacity ={[AxNx1.5]-B]
Where, A =Banker certificate figure as submitted by applicant (i.e. government retired engineer/
architect) at the time of enlistment for first year of enlistment and subsequent fresh bankers certificate
for second and third year respectively. Value of A for first year will be mentioned in the enlistment
order by the member secretary of advisory committee for enlisting authority.
N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments and on-going works to be completed during the period of
completion of work for which bids have been invited. This value is for newly enlisted entity.
(E) Bidding capacity, for CPWD contractors who are enlisted based on rules 9.6.3 & 9.6.4 of
Enlistment Rules-2022 i.e. new entity based on previously enlisted entity for three years from date
of issue of enlistment order, is as follows:Bidding Capacity for newly enlisted entity based on rules 9.6.3 & 9.6.4 enlistment rules -2O22
shall be as follows :- ={[A'xNx1.5]-B]
Where A' = Proportionate share of newly enlisted director/partner in originally enlisted
company/firm multiplied by the factor A, as given below. Value of A' will be mentioned in the
enlistment order by member secretary of Advisory committee for Enlistment Authority, it will
remain same for three years.
A = Maximum turnover in construction works executed in any one year during the last seven years
taking into account the completed as well as works in progress. The value of completed works shall
be brought to current costing level by enhancing at a simple rate of 7% per annum. This value is
of originally enlisted entity at the time of enlistment of newly enlisted entity.
N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments and ongoing works to be completed during the period of
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
15
completion of work for which bids have been invited. This value is for newly enlisted entity.
(F) Enlisted entities based on rules 6.1.7, 9.5.3 or 9.5.4 of enlistment rules-2022 can submit MoU from
agency having requisite experience for structural system technology if the enlisted entity does not
have required experience.
2. Agreement shall be drawn with the successful bidders on prescribed Form as per bid document
which is available in 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.
3. The time allowed for carrying out the work will be 18 Months including winter period (nonworking period) 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. The site for the work is available.
5. The architectural 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
work.
6. The bid document consisting of plans, specifications, the schedule of quantities of various types
of items to be executed and the set of terms and conditions of the contract to be complied with and
other necessary documents except Standard General Conditions of Contract Form can be seen on
website etender.cpwd.gov.in or www.cpwd.gov.in free of cost.
7. After submission of the bid the contractor can re-submit revised bid any number of times but
before last time and date of submission of bid as Notified. While submitting the revised bid,
contractor can revise the rate of one or more item(s) 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. A copy of bid security as per Performa “For Earnest Money Deposit form” Earnest
Money Rs. 27,37,448/- shall be submitted 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
favor of Executive Engineer & Senior Manager (C), Kargil Project Division-1, CPWD, Leh,
UT of Ladakh) shall be scanned and uploaded to the e-tendering website 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
Executive Engineer in the NIT. This receipt shall also be uploaded to the e-tendering website by
the intending bidder up to the specified bid submission date and time
9. A part of earnest money is acceptable in the form of bank guarantee also. In such case,
minimum 50% of earnest money or ₹ 20 lac, whichever is less, shall have to be deposited in shape
prescribed above and balance may be deposited in shape of Bank Guarantee of any commercial
bank having validity of 6 months or more from the last date of receipt of bids which is to be scanned
and uploaded by the intending bidders. The earnest money given by all the tenderers except the
lowest tenderer shall be refunded immediately after the expiry of stipulated bid validity period or
immediately after acceptance of the successful bidder, whichever is earlier. However, the earnest
money deposit of bidders unsuccessful during technical bid evaluation etc. should be returned
within 30 days of declaration of result of technical bid evaluation.
10. Copy of Enlistment order and Certificate of work experience and other documents as specified
in the tender documents 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 document as
specified in tender documents shall be submitted by the lowest bidder only along with the physical
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
16
EMD or scanned copy of EMD uploaded within a week physically in the office of tender opening
authority. Online bid documents submitted by intending bidders shall be opened only of those
bidders, who’s original EMD deposited with any division office of CPWD and other documents
scanned and uploaded are found in order.
11. The bid submitted shall become invalid and e-Tendering processing fee shall not be refunded if:
(i) The bidders are found ineligible.
(ii) The bidders do not upload scanned copies of all the documents stipulated in the bid document.
(iii)
If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest bidder in the office of bid
opening authority.
(iv)
If a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section / sub head in percentage
rate tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.
The contractor whose bid is accepted will be required to furnish performance guarantee
at specified percentage of the tendered amount as mentioned in schedule E and within the period
specified in Schedule F. This guarantee shall be in the form of Insurance Surety Bonds, Account
Payee Demand Draft, Fixed Deposit Receipt or Bank Guarantee from any of the Commercial
Banks in accordance with the prescribed form. In case the 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
12.
aforesaid performance guarantee. 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 provisions by the sub-contractors, if any engaged by the contractor for the said work within the period
specified in Schedule–F.
13. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves
before submitting their bids as to the nature of the ground and sub-soil (so far as is practicable), the form
and nature of the site, the means of access to the site, the accommodation they may require and in general
shall themselves obtain all necessary information as to risks, contingencies and other circumstances
which may influence or affect their bid. A bidder shall be deemed to have full knowledge of the site
whether he inspects it or not and no extra charge consequent on any misunderstanding or otherwise shall
be allowed. The bidders shall be responsible for arranging and maintaining at his own cost all materials,
tools & plants, water, electricity access, facilities for workers and all other services required for executing
the work unless otherwise specifically provided for in the contract documents. Submission of a bid by a
bidder implies that he has read this notice and all other contract documents and has made himself aware
of the scope and specifications of the work to be done and 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.
14. The competent authority on behalf of the President of India does not bind itself to accept the lowest or
any other bid and reserves to itself the authority to reject any or all the bids received without the
assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any
condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.
15. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids
submitted by the contractors who resort to canvassing will be liable for rejection.
16. The competent authority on behalf of President of India reserves to himself the right of accepting the
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
17
whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.
17. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in which
his near relative is posted a Divisional Accountant or as an officer in any capacity between the grades of
Chief 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 contractor would render him liable to be removed from the approved
list of contractors of this Department.
18. No Engineer of Gazette Rank or other Gazette Officer employed in Engineering or Administrative duties
in an Engineering Department of the Government of India is allowed to work as a contractor for a period
of one year after his retirement from Government service, without the prior permission of the Government
of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees
is found any time to be such a person who had not obtained the permission of the Government of India as
aforesaid before submission of the bid or engagement in the contractor’s service.
19. The bids for the work shall remain open for acceptance for a period of 75 (Seventy-Five) days from the
date of opening of bid
Further
(i)
if any tenderer withdraws his tender or makes any modification in the terms & conditions of the
tender which is not acceptable to the department within 7 days after last date of submission of
bids, then the Government shall without prejudice to any other right or remedy, be at liberty to
forfeit 50% of the earnest money absolutely irrespective of letter of acceptance for the work is
issued or not. If any tenderer withdraws his tender or makes any modification in the terms &
conditions of the tender which is not acceptable to the department after expiry of 7 days after last
date of submission of bids, then the Government shall without prejudice to any other right or
remedy, be at liberty to forfeit 100% of the earnest money absolutely irrespective of letter of
acceptance for the work is issued or not
(ii)
In case of forfeiture of earnest money as prescribed in para (i) and (ii) above, the bidders shall not
be allowed to participate in the rebidding process of the same work.
20. This notice inviting Bid shall form a part of the contract document. The successful bidders/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 Bid, all the documents including additional conditions, specifications and
drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the rates
quoted online at the time of submission of bid and acceptance thereof together with any
correspondence leading thereto.
b)
21.
Standard CPWD Form for EPC contracts (amended up to date) or other Standard CPWD Form
as applicable.
The bid document will include following three components:
Part A: CPWD-6, CPWD-7/8 including schedule A to F for the major component of the work,
Standard General Conditions of Contract for CPWD 2022 as amended/ modified up to date.
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 (competent authority under clause 2 and
clause 5 shall be same authority 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.
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
18
22.
The bidders must associate himself, with agencies as per NIT conditions.
23.
The eligible bidders shall quote rates for all items of major component as well as for all items of minor
components of work.
24.
After the work is awarded, the contractor 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
EE's/DDH in charge of minor components. One such signed set of agreement shall be handed over to
EE/DDH in charge of minor component(s). 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.
25.
Entire work under the scope of composite bid including major and all minor components shall be
executed under one agreement.
26.
Security Deposit will be worked out separately for each component corresponding to the estimated
cost of the respective component of works.
27.
The responsibility of investigations, designing, procurement, construction, safety, quality, and risk of
engineering lies with the contractor.
The main contractor has to associate agencies for specialized component(s) conforming to eligibility
criteria as defined in the bid document and has to submit detail of such agency(s) to Engineer-inCharge of relevant component(s) within prescribed time. Name of the agency(s) to be associated shall
be approved by Engineer-in-Charge of relevant component(s).
In case the main contractor 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 relevant specialized
component(s). 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
contractor to change the agency executing such items of work and this shall be binding on the
contractor.
28.
29.
30.
The contractor has to enter into MoU with agency(s) associated by him. Copy of such MoU shall be
submitted to EE/ DDH in charge of each relevant component as well as to EE-in-charge of major
component. In case of change of associate contractor, the agency(s) has to enter into MoU/agreement
with the new contractor associated by him.
31.
Running payment for the major component shall be made by EE of major discipline to the contractor.
Running payment for minor components shall be made by the Engineer-in-Charge of the discipline of
minor component directly to the contractor. The CMB shall be maintained independently by Engineerin-Charge of major and minor components.
32.
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.
33.
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.
34.
Those bidders not registered on the website mentioned above, are required to get registered
beforehand. If needed they can be imparted training on online bidding process as per details available
on the website.
35.
The intending bidder must have valid class-III digital signature to submit the bid.
36.
Integrity Pact: The contractor shall download the Integrity Pact, which is a part of tender documents,
affix his signature in the presence of a witness, and upload the same while submitting online bids for
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
19
all works of estimated cost put to tender equal or more than the threshold value given in Schedule-F.
In the event of his failure to sign and upload the Integrity Pact along with other bid documents, his bid
shall be rejected.
37.
The intending bidders are required to update their profile in CPWD e- tender portal and to upload their
bids well in advance of last date of submission of Tender. Any issue related to updating
profile/uploading tender can be resolved through ERP help line no. 18001803286 or e-mail id
cpwd.support@techmahindra.com. The e- tendering bidders are also advised not to wait to raise any
issues till the last date of submission of bid in their own interest.
38.
On opening date, the contractor can login and see the bid opening process. After opening of bid, he
will receive the competitor bid sheets.
39.
If the Engineer-in-Charge receives debarment order in respect of any contractor from CPWD, MoHUA
or Ministry of Finance, then participation of such contractor is stopped on the basis of such order till
the debarment period is over and tenders of such contractor are not to be opened. An undertaking is to
be uploaded by the intending bidders as per Form given in this document.
Architectural drawings shall be provided by the department. The design life for the building shall be
75 years (Permanent Structure). New and Emerging Technologies in construction works undertaken
by CPWD shall be adopted for Design and Execution of this work as per DG CPWD OM issued vide
no. 17/SE(TAS)BMTPC/2022/105-H dated 24.03.2022. The successful bidder has to develop detailed
structural drawings and submit along with the design and specifications for approval of the Engineer-
40.
in-charge before starting the work.
41.
The successful bidder shall engage a Consultancy Firm, which shall provide comprehensive
consultancy services for the Project covering detailed Structural Analysis, design & detailing, Service
plan and design etc. of all components of work as per site requirements in compliance of the relevant
standards & specifications. The consultant shall prepare and supply all the coordinated good for
construction Structural Drawings, MEP Drawings. E & M Services Drawings, Interior Designing etc.
The consultant shall also submit duly proof checked and approved good for construction drawings
from the proof consultant. The engaged consultant by the successful bidder shall be associated till
completion of the defect liability period under the contract.
42. The firm / consultant which should be an Indian consultancy firm and should have in-house
Architectural/Engineering/Consultancy capabilities with minimum experience of 7 years in the field of
Consultancy. The consultancy firm shall also have in house capacity for design and consultancy for All
MEP services as taken in NIT or will have to associate the specialized sub-consulting agency for the
same. The Credentials of the proposed agency and sub-agency shall be got approved from CPWD before
engaging them.
43. In case of non-availability of in-house capabilities of the consultancy firm for any component of
the work to be executed, the consultancy firm shall engage/associate sub-consultant/firm having domain
in that specific specialization.
44. The bidder shall within 15 days of award of work shall submit the credentials and qualifying details
of consultancy firm intended to be associated.
45. The building should meet the provisions of green buildings, Energy efficiency, Sustainability
Measures and Barriers free accessible construction and shall be at least Green Level Certification of
GHAR based on CPWD Green rating Manual-2021.
46. In order to encourage skill India policy of the government as decided from time to time by the
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
20
Directorate, necessary outside training shall be imparted to at least 10% of the unskilled worker
engaged in the project as per National Skill Development Corporation (NSDC) norms.
47. The contractor has to first register himself through a registration form, available on CPWD website
under ‘Contractors Login’ tab. After registration, User ID and Password will be automatically
generated and sent on his registered mobile and email ID. Using this User ID and Password he can
access the module and view all the works which are being carried out by him in CPWD and he can
register the hindrance against any particular work. After recording the hindrance by the contractor, it
will be visible to all concerned officers (JE and above) of that work. An alert through text message
and email will be sent to EE. Executive Engineer will first assign the work to the JEs/AEs who will
give their comments on the hindrance within 2 days. After that, Executive Engineer of the work will
have to take appropriate action on the hindrance within next 2 days. The comments of JEs/AEs will
not be visible to contractor, only the decision of Executive Engineer on the hindrance will be visible
to contractor under “Decision of the Engineer-in-Charge”.
48. The contractor whose bid is accepted will be required to furnish performance guarantee of 5% (Five
Percent) of the Tendered Amount within the period specified in Schedule F. This guarantee shall be in
the form of cash (in case guarantee amount is less than ₹ 10,000/-) or Deposit at Call receipt of any
scheduled bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any
Scheduled Bank of any scheduled bank (in case guarantee amount is less than ₹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 as per clause 1 in G.C.C). 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, action can be taken as per bid security declaration made by
the contractor. 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 provisions by the sub-contractors, if any engaged by the contractor
for the said work within the period specified in Schedule–F.
DETAILS OF BENEFICIARY
Beneficiary Name: Executive Engineer & Senior Manager(C), Kargil Project Division -I,
CPWD, Leh, UT of Ladakh
Account No
: 41293112103
IFSC
: SBIN0001390
Bank Name
: State Bank of India, Main Branch, Kargil, UT of Ladakh
Executive Engineer & Senior Manager
Kargil Project Division-I, CPWD, Leh, UT of Ladakh
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
21
GLOSSARY
AE/AEE
BIM
BIS
C&D Waste
COA
CPI
CE cum ED
CPWD
DBR
DLP
DSR
EE& SM (C)
EE& SM (E)
EMD
EPC
GCC
GRIHA
HSE
IGBC
IPC
IS
MAS
MEP
MT
MTC
NBC
NGT
NIT
OEM
SAP
SOP
SOQ
TDS
WPI
Assistant Engineer/Assistant Executive Engineer
Building Information Modeling
Bureau of Indian Standards
Construction & Demolition Waste
Council of Architecture
Consumer Price Index
Chief Engineer cum Executive Director
Central Public Works Department
Design Basis Report
Defects Liability Period
Delhi Schedule of Rates
Executive Engineer & Senior Manager (Civil)
Executive Engineer & Senior Manager (Electrical)
Earnest Money Deposit
Engineering Procurement & Construction
General Conditions of Contract
Green Rating or Integrated Habitat Assessment
Health Safety & Environment
Indian Green Building Council
Interim Payment Certificate
Indian Standard
Material at Site
Mechanical Electrical Plumbing
Metric Tonne
Material Testing Certificate
National Building Code
National Green Tribunal
Notice Inviting Tender
Original Equipment Manufacturer
Safety Action Plan
Schedule of Payment
Schedule of Quantities
Tax Deduction at Source
Whole sale Price Index
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
22
PART–II
TECHNICAL CUM ELIGIBILITY BID
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
23
BRIEF SCOPE OF WORK
Name of work: Construction of Auditorium Hall at Khaltse, UT of Ladakh on EPC
mode II basis.
The layout plan and architectural plans of buildings are provided by the department in
this bid document. If any Other architectural Drawings required during work execution
it will be provided by the Department. The bidder shall engage a consultant/(s) who shall
provide detailed working MEP drawings & Structural drawings for this building and
development works & services sub head in schedule and any other drawings required for
completing the project. The drawings and schemes shall be got approved from CPWD
Authorities. The execution shall be done based on the approved working & structural
drawings. CPWD Specifications, relevant IS codes, National Building Code 2016 and
other standard specifications shall be followed in general except otherwise mentioned
in bid document. Samples of the materials of approved make or otherwise shall be
got approved from the Engineer-in-charge before use in the work.
The site is located within Leh city which is approximately 110 km away from Leh
Airport. The google location of proposed site is as below:
https://maps.app.goo.gl/ZDDq2A1EmMfmWbrK7
a)
The area statement is as below: Sr.
No.
Details
Plinth area (in sqm)
1
Lower Ground Floor
337
2
Ground Floor
722
3
Service Block for Electrical
works*
270
Total
1329
Grand Total = 1329 Sqm
*NOTE: This scope of work also includes the making arrangement for placing of the service equipment
i.e. substation, DG sets, pump room, HVAC room etc. with suitable foundation and enclosure for
protection of equipment as per CPWD manual for area requirement for E&M services & as per
approval of Engineer-in-Charge (E). The cost of the service block / service room is already
incorporated in the ECPT, nothing extra shall be payable to the contractor for this work.
The total plinth area is 1329 sqm. The above area is calculated as per total area given in the
drawings attached with this document. Payment shall be made as per measurement of Plinth
area calculated on the basis of DPAR 2021 guidelines except for shaft / OTS (open to sky)
areas and architectural boxes / elevation. The area of shaft / OTS (open to sky) and
architectural boxes / elevation shall not be measured and paid. The cost of these shall be
deemed to be inclusive in the rates quoted by the agency.
1.
No extra payment shall be made for increase in plinth area due to wall thickness.
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
24
Thus, only that extra plinth area shall be payable which is either due to increase in
internal dimension or inclusion of some additional requirement
2.
3.
4.
5.
The building is to be constructed as Permanent Structure with Structural system
mentioned in schedule-F using Technology proposed by the contractor.
Design and construction of foundation shall be carried out as per drawings of
building attached.
This work is to be executed within the strict time line without any fail, hence
agencies shall mobilize all their resources to achieve that. Agency shall increase
their efforts to compensate, if any, hindrance/s occurred during the execution of
work. However, nothing extra shall be paid in this regard.
The Agency is required to complete the project in all respect on EPC basis as
mentioned in the Scope of Work, Technical Specifications and architectural
drawings attached with this document. The parameters of the project are as given
below:
Description
Non-residential Buildings
Plinth Levels of Buildings
Layout drawings, plan and
building
Parameter
Steel Framed Structure shall be constructed.
Plinth level inside the campus shall be (+) 900mm
from lowest adjoining road/pavement level.
The Architectural drawings/layout plan of buildings
is attached with this document. Floor plans
attached with this document may need to be
changed as per requirements with the approval
of Engineer-in- Charge.
The scope of work consists of Structural designing and MEP drawings, on EPC basis
including all related civil, E&M services from Design to completion, handing over in fit
condition ready for occupation. The responsibility of investigations, planning, designing,
procurement, construction, safety, quality of all materials and risk of engineering lies
completely with the agency. The scope consists of (a) Buildings (b) Development works &
Bulk services (c) Other Misc works. The scope of work has been elaborated here broadly but
this shall be read with details given else wherein this document and drawings attached here
with.
1. The various component of the building covered in the scopes above work is as given
below:
A.
a)
b)
c)
d)
e)
B.
CIVIL COMPONENT
Building
Steel Framed structure
Internal Water supply & Sanitary Installation & Drainage
Demolition of existing structures
Supply and installation of auditorium chairs
ELECTRICAL COMPONENT
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
25
a)
Internal Electrical Installation i/c Power wiring & Plugs, Central Call bell
system, Lightening Conductors, Telephone conduits, VRF AC system, Street
lightening, Water supply pump sets, Fire Fighting, Manual fire alarm
b)
C.
a)
D.
Lifts
HORTICULTURE COMPONENT
Horticulture Operations
EXTERNAL DEVELOPMENT AND BULK SERVICES
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)
k)
Development of Site
Roads
Levelling
Sewer lines
Filter water supply from (a) Source to UG sump (b) Sump to building
Unfiltered water supply distribution lines
Storm water drains
Rain Water Recharging / Rain Water Harvesting System
UG Sump
Septic Tank with Soak pit
Foot path with kerb
Boundary wall with M.S Grill
2.
The scope of work includes structural design, and design of all required Civil, E&M
services& horticultural services, obtaining mandatory approvals from local
bodies/authorities required for commencing the work, execution of work & services,
subsequently handing over of the assets with proper list of inventory of fittings with
complete set of service drawings of Civil, Water supply, Sanitary Installations, Sewer
Lines, Electrical and Mechanical components etc., all complete after making them habitable
in all aspects after completion of work and fit for occupation. The work is to be executed
on EPC (Turn Key) basis. The sub soil investigation provided herein is indicative, tentative
for guidelines purpose only. The EPC Contractor has to get carried out his/their own
independent sub soil investigation at the stated site location to ascertain the actual site soil
parameters to determine the required engineering properties for deciding the structural
system and design thereof along with the availability of ground water table and impact
thereof to the structural components of building including lateral structural framework, if
any, required from slope stability consideration. The scope is inclusive of topographic
survey, subsoil investigation and all ancillary works. The cost of labour, material, tools and
plants and machinery required for execution of the whole project as per approved Layout
plan & detailed design and drawings is within the scope of this work.
3.
The buildings shall be so designed that they are aesthetically good looking and pleasant.
The building shall be so designed that the Service lines shall not be visible on the exterior
faces of the building. As far as possible all the services shall be taken through the shaft
intended for that purpose and shaft shall be duly covered with Jali/green wall to retain the
aesthetic elegance of the building. The service lines shall be carried on GI bracket of
suitable size rather than fixing them directly on walls.
The EPC contractor shall obtain all necessary statutory approvals relating to building
drawings from Local body, Airport Authority of India (AAI), Deputy Fire officer (DFO) or
any other designated Fire office or any other statutory body whose permission is required
4.
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
26
before proceeding with construction.
5.
In case there is change/ modifications in drawings given by the contractor after the approval
by the Engineer-in-Charge due to functional or site requirements the contractor shall carry
out the changes including extra items, substitute items, deviations as per direction of
Engineer in Charge for which nothing extra shall be payable to the contractor on account
of same, provided the additional cost of such work is up to 0.25% (zero point two five
percent) of the accepted tendered amount and worked out on market rate basis. For the
variation costing above 0.25% (zero-point two five percent), payment shall be made to the
contractor as per method given in Clause 12 of GCC 2024for EPC Projects.
6.
Earth required for filling in all works like trenches, foundations, Plinth, around building,
road work and other development works shall be of good quality useful for filling as per
CPWD specifications. Nothing extra shall be payable to agency to any kind of soil/bolder
present below the ground level
Providing water storage tanks with 10000 liters over RCC slabs at suitable height with
suitable location as decided by the Engineer-in-charge.
7.
8.
9.
10.
11.
12.
13.
The works covered under the scope are to be carried out complete in all respect including
services and rates quoted by the bidder shall be considered for entire scope of work which
includes all activities and work starting from the given concept to completion till handing
over of completed project in functional state from all perspective. There can be changes in
the scope of work as per requirement of local bodies. The agency shall submit all “Good
for construction” Structural and MEP drawings to the Engineer-in-charge before starting
execution.
The detailed Design Basis Report (DBR), Methodology & Drawings as per conditions &
specifications given in this document for each component like Civil, Internal Electric
installation, firefighting with fire extinguisher, UPS, Plumbing, etc. shall be prepared by
the agency and submitted to CPWD forgetting NOC to go ahead with the execution.
All works shall be carried out as per relevant items of CPWD DSR 2021 and Schedule of
rates 2021 for new & innovative technologies and prevailing CPWD Specifications
(Corrected up to the last date of receipt of tenders), if not covered in these documents, IS
codes / NBC 2016, ECBC 2018 shall also be followed.
The scope of work includes “Structural Design” also. This shall be carried out as per
relevant BIS codes, NBC 2016 and other international codes with up-to-date corrections
/amendments/errata.
The Agency is required to connect all the external services like Water Supply, Sewerage,
Drainage, Electric Supply, Telephone Lines etc. to the main lines of the authorities/service
providers and this shall be considered as integral part of Scope of work and deemed to be
included in the quoted price of the agency. However, the fee and the cost, if any, paid to
the civic bodies shall be reimbursed by CPWD.
Site shall be handed over to the agency for planning, designing and execution of work. on
“as is where is basis”. If any demolition is required shall be done by the agency, residual
fetched from it shall be the property of the construction agency. The ownership of the
property of service providers such as city services passing through the site shall also remain
theirs. Guidelines issued from time to time by the competent authority for demolition and
handling of C&D waste shall be followed by the agency for which nothing extra shall be
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
27
14.
15.
16.
17.
18.
19.
20.
21.
payable.
The deviation for the main building shall be dealt by change in plinth area of final
architectural drawing from their respective existing area i.e. 1329 sqm respectively for
either increase or decrease after deducting 7.50% component of external development
works from the quoted rates.
The Agency shall hand over the assets after completion of work with as built drawings,
services route plans, Maintenance manuals, Warrantees / Guarantees or any other document
required by the Engineer-in-charge for record and maintaining these establishments.
Agency shall make the payments to its vendors whenever due, if work is hindered due to
non-payment to vendors; CPWD may directly make payment after due verification and the
same shall be deducted from the bills of the agency.
Mapping and shifting of all the services existing underground and above the ground in
consultation with the concerned departments and Engineer-in-Charge at his own cost and
all statutory expenses, if any, shall be reimbursed by the department after producing
original receipts of payment.
The defects and deficiencies found during the defect liability period of three years period
shall be made good by the Agency at his own cost after getting instructions/notice from the
Engineer-in-Charge within the time specified in such instructions/notice.
It shall be deemed that the Agency has satisfied himself with the nature and location of the
work, general and local conditions and particularly those pertaining to transport including
restriction of movement of traffic/vehicles etc., handling, availability and storage of
materials, availability of labour, weather conditions at site and general ground/sub soil
conditions. Agency is expected to quote their rates accordingly and nothing extra shall be
payable for any reason/s whatsoever it may be later on.
Engineer-in-Charge shall bear no responsibility for the lack of such knowledge and also the
consequences thereof to the Agency. The information and site data shown in the drawings
and mentioned in the tender documents are furnished for general information and guidance
only. The Engineer-in-Charge in no case shall be held responsible for the accuracy thereof
or/and deductions, interpretations or conclusions drawn there from by the Agency and no
claim shall be entertained whatsoever on this account, if the site conditions/information is
different or otherwise incorrect. It will be presumed that the Agency has satisfied himself
for all possible contingencies, situations, bottlenecks and acts of coordination which may
be required between the different agencies. No hindrance shall be entertained because of
these constraints, if so, occurs at any stage.
The agency shall handover the assets after completion of the work with as built drawings,
services route plans, maintenance manual, warrantees/ guarantees or any other document
required by the Engineer-in-Charge for maintaining these establishments.
22. The Structural System Technology proposed by the bidder shall satisfy all the
functional and technical requirements of the building and its desired service /
economic life of 75 years under normal use and maintenance without any
compromise. The designs shall be complying all the relevant codes and standard
practices and the Design Basis Reports (DBR) of the same shall be pre-approved from
the competent authority of CPWD before execution. Design / methodology shall be
mutually approved by the Agency and CPWD and shall be vetted by reputed IIT/NIT
before execution.
23. The agency shall provide (Two) latest with highest generation processor lap top new latest
model with all testing software like license software of AUTO CAD, STAAD PRO, REVIT,
Lighting Designing etc. during the currency of agreement as per the approval of Engineer-inCharge. In case of non-providing the same, Rs. 1,00,000/- per each or part thereof shall be
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
28
deducted from the bill of the agency.
24. The order of preference in case of any discrepancy as indicated in condition no. 8.1 under
"Conditions of Contract given in the General Conditions of contract for Central P.W.D work
2022 EPC (Amended up to CON-311 and CON Misc. 14) form may be read as the following.
1. Nomenclature of item in Schedule of quantities.
2. Additional conditions and special conditions, if any.
3. Contract clauses of General conditions of contract for Central P.W.D works 2022
(Amended up to CON-311 and CON Misc. 14) form.
4. CPWD Specifications 2019 Vol.-I & II.
5. Indian Standard Specifications /BIS and other specification as mentioned in the respective
items.
6. Decision of Engineer-in-Charge.
25. The scope given above is indicative and suggestive only. The EPC Agency have to execute
all the required works including all the fittings, fixtures etc., if left omitted, for making the
buildings habitable and fit for occupation and functional use by the user complete in all
respects. It is deemed that the rates quoted by the agency are inclusive of all the required
activities and no extra payment, what so ever, shall be payable to the agency on this account
later on.
26. List of approvals:(As applicable)
Following is the list of approvals (indicative only) for which the Agency is required to
liaison and coordinate with the local bodies, State/Central Govt. bodies, the project
consultant appointed by CPWD for getting necessary permissions / approvals / NOC /
license etc. The statutory payments for obtaining these approvals shall be borne by
CPWD and if it has been paid by the Agency then the same shall be reimbursed to the
Agency on submission of the original receipt of the payment.
(i) Consent to Establish and Consent to Operate.
(ii) Tree transplantation/felling permission from Forest Department.
(iii) Permanent water and sewerage connection from Concern local body.
(iv) Final NOC from the Fire Department.
(v) Electrical Sub-station NOC.
(vi) Permanent Electrical connection.
(vii) Occupancy Certificate.
(viii) Completion Certificate.
(ix) Lift NOC.
(x) Any other approval as required.
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
29
ADDITIONAL INFORMATION AND GUIDELINES TO BIDDERS
1.
General:
1.1. Letter of transmittal and forms for deciding eligibility are given in this document.
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) deliberately suppressing the information
may result in the bid being summarily disqualified. Bid made by telegram or telex and those
received late will not be entertained.
1.3. The bidder should sign each page of application, forms and documents before scanning &
uploading.
1.4. Over writing should be avoided. Corrections, if any, should be made by neatly crossing out,
initialing, dating and rewriting. Pages of the eligibility criteria document are numbered.
Additional Sheets, if any, added by the Bidder should also be numbered by him. They should be
submitted as a package with signed letter of transmittal.
1.5. References, information and certificate 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 envisaged work. He is, however advised not to furnish
superfluous information. No information shall be entertained after submission of eligibility
criteria document unless it is called for by the Employer.
1.7. If private works are shown in support of eligibility, certified copy of the tax deducted at source
certificate (TDS) shall be submitted along with the experience certificate and the TDS amount
shall tally with the actual amount of work done.
2.
Definitions:
2.1. In this document the following words and expression have their meaning here by assigned
to them.
2.2. EMPLOYER means the President of India, acting through the Executive Engineer & Senior
Manager, Kargil Project Division-I, CPWD, Leh, UT of Ladakh or successor thereof.
2.3. Bidder / bidder / agency / Agency / contractor / Contractor 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.
Method of Application:
3.1. If the bidder is an individual, the application shall be signed by him above his/her full type
written name and current address.
3.2. If the bidder is a proprietary firm, the application shall be signed by the proprietor above
his/her full type written name and the full name of his firm with its current address.
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
30
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 addresses or alternatively by a partner holding
power of attorney for the firm. In the later case, a certified copy of the power of attorney should
accompany the application. In both the 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 bid shall be signed by a duly authorized
person holding power of attorney for signing the application and certified copy of such power of
attorney shall also be furnished. The bidder should also furnish a copy of memorandum of articles
of association duly attested by a Public Notary.
4.
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.
Particulars of works:
The particulars of the work given are provisional and they are liable to change and must be
considered only as advance information to assist the bidder.
6. 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. Initial Criteria for Eligibility:
Bidders who fulfill the following requirements shall be eligible to apply. Joint ventures /
Consortium and Special Purpose Vehicles are not accepted.
(a) CPWD enlisted contractors registered in appropriate class and category as on last date of
submission of bid are eligible to bid. Bidder shall upload all the documents / circulars / orders
/ OMs required to establish the validity of enlistment as on last date of tender. In case the
original registration order validity expired before the last date of submission of bid, then the
bidder must upload the documents in sequence to establish the registration validity as on last
date of tender. In case of non-uploading of required documents, the eligibility will not be
considered.
(b) CPWD enlisted contractors should have completed one work costing not less than Rs. 3.47
Crore executed with permanent structure using Steel Structural System among those
referred in Table-1 B of OM issued vide no. 17/SE(TAS)/BMTPC/2022/105-H dated
24.03.2022 with that proposed by the bidder in the letter of transmittal & Form C-2 along with
experience certificate in Form D-3 during the last 07 years ending last day of the month
previous to the one in which tenders are invited.
(c ) The bidder can associate with any agency having requisite work experience of the opted
technology. The bidder shall submit a Notarized Pre-Bid MoU as per Annexure “A-2” at page
no. 76 of NIT with such associated PTP at the time of submission of bid:
However, the associated agency must satisfy the eligibility criteria of having successfully
completed one work of costing not less than Rs. 3.47 Crore with permanent structure using
Steel Structural System (among those referred in Table-1 B of OM issued vide no.
17/SE(TAS)/BMTPC/2022/105-H dated 24.03.2022) as proposed by the bidder in the letter of
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
31
transmittal & Form C-2 along with experience certificate in Form D-3 during the last 07 years
ending last day of the month previous to the one in which tenders are invited.
NOTE:
i.
The work mentioned as experience of Technology proposed to be used in the work
(Form C) can also be part of works mentioned in completed similar works (Form-D)
or as a separate work.
ii.
The value of executed works shall be brought to the current costing level by
enhancing the actual value of work at simple rate of 7% per annum; calculated from
the date of completion to the previous day of the last date of submission of online
tender.
Note:
1. Mumty and machine room shall not be reckoned in a storey.
2. Each basement, stilt constructed in the building shall be considered as a storey.
The value of executed works shall be brought to current costing level by enhancing the actual value
of work at simple rate of 7% per annum, calculated from the date of completion to previous day
of last date of submission of bid.
d). Should have bidding capacity equal to or more than the estimated cost of the work put to tender. The
bidding capacity shall be worked out by the following formula: Bidding Capacity = {[AxNx1.5]-B}
Where, A = Maximum turnover in construction works executed in any one year during the last seven
years taking into account the completed as well as works in progress. The value of completed works shall
be brought to current costing level by enhancing at a simple rate of 7% per annum.
N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments and ongoing works to be completed during the period of completion
of work for which bids have been invited.
Note: Bidding capacity formula is slightly different for newly enlisted entities enlisted under enlistment rules
6.1.7, 9.6.3 or 9.6.4. The revised formula for these newly enlisted entities is as under below available in
the notes of para 7.0, initial Criteria for eligibility.
(a) Bidding capacity formula, for CPWD contractors who are enlisted based on rule 6.1.7 of
Enlistment Rules-2022 i.e. government retired engineer/ architect for three years from the date of
issue of enlistment order, is as follows:Bidding Capacity ={[AxNx1.5]-B]
Where, A =Banker certificate figure as submitted by applicant (i.e. government retired engineer/
architect) at the time of enlistment for first year of enlistment and subsequent fresh bankers certificate
for second and third year respectively. Value of A for first year will be mentioned in the enlistment
order by the member secretary of advisory committee for enlisting authority.
N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments and on-going works to be completed during the period of
completion of work for which bids have been invited. This value is for newly enlisted entity.
(b) Bidding capacity, for CPWD contractors who are enlisted based on rules 9.6.3 & 9.6.4 of
Enlistment Rules-2022 i.e. new entity based on previously enlisted entity for three years from date
of issue of enlistment order, is as follows:Bidding Capacity for newly enlisted entity based on rules 9.6.3 & 9.6.4 enlistment rules -2O22
shall be as follows :- ={[A'xNx1.5]-B]
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
32
Where A' = Proportionate share of newly enlisted director/partner in originally enlisted
company/firm multiplied by the factor A, as given below. Value of A' will be mentioned in the
enlistment order by member secretary of Advisory committee for Enlistment Authority, it will
remain same for three years.
A = Maximum turnover in construction works executed in any one year during the last seven years
taking into account the completed as well as works in progress. The value of completed works shall
be brought to current costing level by enhancing at a simple rate of 7o/o pet annum. This value is
of originally enlisted entity at the time of enlistment of newly enlisted entity.
N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments and ongoing works to be completed during the period of
completion of work for which bids have been invited. This value is for newly enlisted entity.
(c) Enlisted entities based on rules 6.1.7, 9.5.3 or 9.5.4 of enlistment rules-2022 can submit MoU from
agency having requisite experience for structural system technology if the enlisted entity does not
have required experience.
Note-1: For the purpose, “Cost of work” shall mean gross value of the completed work under
an agreement including the cost of materials supplied by the Government/Client, but excluding
those supplied free of cost. This should be certified by an officer not below the rank of
Executive Engineer / Project Manager or equivalent. In case the work is executed for nongovernment organization, the intending bidder has to produce proof in respect of TDS deducted
by the client organization.
Note-2: Components of work executed other than those included in definition of similar work
shall be deducted while calculating cost of similar work. Bidder shall submit abstract of cost
of work in support of this.
Note-3: The value of executed works shall be brought to current costing level by enhancing
the actual value of work at simple rate of 7% per annum; calculated from the date of completion
to the previous day of the last date of submission of bid.
Note-4: While considering any similar work executed by applicant firm under joint venture,
the experience of the applicant firm in that work shall be restricted to its share/responsibilities
as reflected in the Memorandum of Understanding (MoU), signed between the parties, while
forming joint venture for that work, attested/Notarized copy of which shall be submitted along
with the eligibility bid.
The bidder shall submit abstract of cost of work along with supporting documents and
certificate issued by the experience issuing authority in support of this.
8.
Evaluation Criteria:
The details submitted by the bidder will be evaluated in the following manner.
8.1
The initial criteria prescribed in Para 7 above in respect of experience of eligible similar class
of works completed, loss, Net worth or solvency and financial turn over etc. will first be
scrutinized and the bidder’s eligibility for the work is determined.
8.2
The bidders qualifying the initial criteria as set out in Para 7 above will be evaluated for following
criteria by scoring method on the basis of details furnished by them.
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
33
(a) Financial strength (Form A, B-1 &B) (b) Experience in eligible similar nature of workduring last 7years (Form C)
(c) Performance on works (mentioned in Proforma 1) Time over Run
(d) Performance on works (Form C-2 and D-3) Quality
Maximum 20 marks
Maximum 20 marks
Maximum 20 marks
Maximum 40 marks
Total
100 marks
8.3 To become eligible for short listing, the bidder must secure at least 50% (Fifty percent) marks in
each (section a,b,c,d) and 60% (Sixty percent) marks in aggregate.
8.4 The department, however, reserves the right to restrict the list of such qualified bidders to any
number deemed suitable by it.
Note: The average value of performance of works for time over run and quality shall be taken on
the basis of performance report of the eligible similar works.
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
34
Criteria for Evaluation of the performance of bidder for Pre- Eligibility shall be calculated as
given below:
9.
Financial Information:
9.1 Bidder should furnish the following financial information:
9.1.1 Annual financial statement for the last Five years in Form ‘A’ and
9.1.2
Certificate of Net-worth in Form ‘B-1’ or Banker’s Certificate in Form ‘B’.
10. Experiences in Works Highlighting Experience in Similar Works:
10.1. Bidder should furnish the following:
10.1.1 List of all works of similar nature successfully completed during last Seven years in Form ‘C’
10.1.2 Performance reports (corresponding to work mentioned in (Form-C) in Form-D. If needed, the
bidder may attach a separate certificate in this regard from performance report issuing
authority.
10.1.3 Any other document as per NIT.
11.
Experience of Technology proposed to be used in the work,
Bidder should furnish the detail of one work successfully completed during the last seven years using
the structural system technology proposed in the letter of transmittal (Form C-2) along with
experience certificate in Form D-3.
12. Organization Information:
11.1 Bidder is required to submit the information in respect of his / her /their organization in Form‘E’.
11.1.1 The bidder should have sufficient number of Technical and Administrative employees for
proper execution of the contract. The bidder should have to submit a list of these employees
stating clearly how these would be involved in this work within 15 days of award of work.
13. Construction Plant and Equipment:
The Bidder should furnish the list of construction plant and equipment required to be used in
carrying out the work.
14. Letter of Transmittal: The Bidder should submit the letter of transmittal attached with the
document.
15. Opening of Price Bid: After evaluation of pre-qualification documents, a list of short-listed
agencies will be prepared. There after 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 valid for 75 days from the date of
opening of technical bid (eligibility bid).
15. Award criteria:
15.1 The employer reserves the right, without being liable for any damages or
obligation to inform the bidder to:
15.1.1 Amend the scope of work and value of contract.
15.1.2 Reject any or all the applications without assigning any reason.
15.2 Any effort on the part of the bidder or his agent to exercise influence or to
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
35
pressurize the employer would result in rejection of his bid. Canvassing of any
kind is prohibited.
16. Evaluation of the performance of the contractors for eligibility shall be done by NIT
approving authority or a committee constituted by him. All the eligible similar works
executed and submitted by the bidders and ongoing works as well for the works with
estimated cost put to tender more than Rs. 50 Crores may be got inspected by a
committee which may consist of client or any other authority as decided by the NIT
approving authority. The marks for the quality shall be given based on this inspection, if
inspection is carried out, otherwise, the evaluation will be done on the basis of
performance report of the eligible similar works.
17. Site Visit:
The bidder is advised to visit the site of work, at his own cost work submitting its bid,
and examine it and its surroundings to himself collect all information that he considers
necessary for proper assessment of the prospective assignment.
Work is to be executed under extremely harsh weather conditions; working period
available at site is generally 5-6 months in a year. The total stipulated period of
completion is inclusive of the non-working season and contractor should therefore plan
the work accordingly. The contractor shall quote the bid keeping all the above points
under consideration.
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
36
PROFORMA 1
CRITERIA FOR EVALUATION OF THE PERFORMANCE OF
CONTRACTORS FOR PRE-ELIGIBILITY
Sl. No.
Attributes
(A)
Financial strength
(i) Average annual turnover
Solvency certificate / Net
(ii) Worth certificate
(B)
Experience in similar class of
works
I
Performance on works (time
over run)
Max.
Evaluation criteria
Marks
(i) 60% marks for
(20)
minimum
16
eligibility criteria
(ii) 100%marks for twice the
minimum eligibility
4
criteria or more
In between (i) & (ii) – on pro-rata
basis
(i) 60% marks for
minimum
eligibility criteria
(ii)
100%
marks for twice the
(20)
minimum eligibility
criteria or more
(iii) in between (i) & (ii) – on
pro-rata basis
[TOR = AT/ST, where AT =
Actual Time; ST=Stipulated
Time in the Agreement plus (+)
Justified Period of Extension of
Time].
(20)
Note: Marks for value in
between the stages indicated
above is to be determined by
straight line variation basis. (See
Para 8.1.3)
Score
If TOR =
(i) Without levy of compensation
(ii) With levy of compensation
Levy of compensation not
(iii) decided
Performance of works
(D) (Quality) as per assessment
inform D-1
(i) Completed works
(ii) Ongoing works
1.00
2.00
3.00
20
15
10
>
3.5
0
10
20
5
0
-5
20
10
0
0
(40)
25
(Total marks assessed in
Form D-1)
15
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
37
NIT FORM FOR EPC PROJECTS
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
STATE: UT of Ladakh
BRANCH: B & R
ZONE: Project Zone Leh
DIVISION: KPD-I
Percentage Rate EPC Tender & Contract for Works
Name of work: Construction of Auditorium Hall at Khaltse, UT of Ladakh on EPC
mode II basis.
(i)
Bid to be uploaded
www.e-tender.cpwd.gov.in
up
to
31.08.2024 upto 3:00 PM on website
(ii)
Eligibility bid to be opened at 31.08.2024 on 3:30 PM by the Executive Engineer &
Senior Manager (C ) KPD-I, Leh, CPWD.
TENDER
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 for CPWD Works, of 2024 with amendments up to the last date of submission
of bids, clauses of contract, Special conditions, Bill of Quantities & other documents and
Rules referred to in the conditions of contract and all other contents in the bid document for
the work.
I/We hereby bid for the planning, designing and execution of the work specified for the
President of India within the time specified in Schedule ‘F’ viz., schedule of quantities and
in accordance in all respect with the specifications, designs, drawing and instructions in
writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the
Conditions of contract of 2024with amendments up to the last date of submission of bids
and with such materials as are provided for, by, and in accordance with, such conditions so
far as applicable.
We agree to keep the bid open for Seventy-Five (75) days from the date of opening of
eligibility bid and not to make any modification in its terms and conditions.
I/We have deposited EMD for the prescribed amount in the office of concerned Executive
Engineer as per bid document.
A copy of earnest money deposit receipt of prescribed amount in the form of Insurance
Surety Bonds, Account Payee Demand Draft, Fixed deposit Receipt, Banker’s Cheque or
Bank Guarantee (as prescribed) issued by a Commercial Bank, is scanned and uploaded
(strike out as the case may be). If I/We, fail to furnish the prescribed performance guarantee
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
38
within prescribed period, I/We agree that the President of India or his successors, in office
shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest
money absolutely.
Further, if I/We fail to commence work as specified, I/We agree that President of India or
the successors in office shall without prejudice to any other right or remedy available in
law, be at liberty to forfeit the said performance guarantee absolutely. The said performance
guarantee shall be a guarantee to execute all the works referred to in the bid documents
upon the terms and conditions contained or referred to those in excess of that limit at the
rates to be determined in accordance with the provision contained in clause 12 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 this work.
I/We undertake and confirm that eligible similar work(s) has/have not been got executed
through another contractor on back-to-back basis. Further that, if such a violation comes to
the notice of Department, then I/We shall be debarred for bidding in CPWDas per
enlistment rules applicable. Also, if such a violation comes to the notice of Department
before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount
of Earnest Money Deposit / Performance Guarantee.
I/We hereby declare that I/We shall treat the bid documents, drawings and other records
connected with the work as secret/confidential documents and shall not communicate
information derived there from to any person other than a person to whom I/We am/are
authorized to communicate the same or use the information in any manner prejudicial to
the safety & integrity of the State.
Dated: …. ** ............................
Witness: **
Signature of Bidder**
Address: **
Postal Address
**Occupation: *
[**to be filled by Bidder]
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion =Nil
AE(C)
EE&SM
39
ACCEPTANCE
(To be Signed by EE & SM/KPD-I, Leh, CPWD)
The above bid (as modified by you as provided in the letters mentioned hereunder) is
accepted by me for an on behalf of the President of India for a sum of
Rs.………*……….…….
(Rupee……….………………………………………*……………………………………
…
… ................................... and bulk services for civil and electrical at Leh near LAHDC
complex Leh, UT of Ladakh on EPC (mode-II) basis .......................... ).
The letters referred to below shall form part of this contract agreement:
- (a)(b)
(a)
For & on behalf of President of India
Signature………………………………………
Dated…………..
Designation………………………
Correction=Nil, Insertion=Nil, Overwriting= Nil, Deletion=Nil
AE(C)
EE&SM
40
DECLARATION
To
Name of Work:- Construction of Auditorium Hall at Khaltse, UT of Ladakh on EPC mode II
basis.
NIT No.: 04/CEED/NIT/LEH/2024-25
Dear Sir,
It is here by declared that CPWD is committed to follow the principle of transparency, equity, and
competitiveness in public procurement.
The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the
Bidder will sign the Integrity Pact, 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 Pact and signing of the same shall be
deemed as acceptance and signing of the Integrity Pact on behalf of the CPWD.
Yours faithfully
Executive Engineer & Senior Manager
Kargil Project Division–I,
CPWD, Leh, UT of Ladakh
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
41
UDERTAKING FOR INTEGRITY PACT
To,
Executive Engineer & Senior Manager
Kargil Project Division -I,
CPWD, Choglamsar, Leh, UT of Ladakh.
Sub: Submission of Tender for the work of: Construction of Auditorium Hall at
Khaltse, UT of Ladakh on EPC mode II basis.
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)
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
42
INTEGRITY AGREEMENT
This Integrity Agreement is made at ............... on this ............ day of .. 20….
BETWEEN
President of India represented through Executive Engineer & Senior Manager, Kargil
Project Division -I, CPWD, Leh, UT of Ladakh.. (Hereinafter referred as the ‘Principal/
Owner’, which expression shall unless repugnant to the meaning or context hereof include its
successors and permitted assigns)
AND
…………………………........................................................................................................
(Name and Address of the Individual/firm/Company)
through ................................................................................... (Hereinafter referred to as the
(Details of duly authorized signatory)
“Bidder/Contractor” and which expression shall unless repugnant to the meaning or
context here of include its successors and permitted assigns)
Preamble
WHEREAS the Principal / Owner has floated the Tender NIT No.
04/CEED/NIT/LEH/2024-25 (herein after referred to as “Tender/Bid”) and intends to
award, under laid down organizational procedure, contract for Construction of
Auditorium Hall at Khaltse, UT of Ladakh on EPC mode II basis.
AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the
land, rules, regulations, economic use of resources and of fairness/transparency in its relation
with its Bidder(s) and Contractor(s).
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this
Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and
conditions of which shall also be read as integral part and parcel of the Tender/Bid documents
and Contract between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties
hereby agree as follows and this Pact witnesses as under:
Article 1: Commitment of the Principal/Owner
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
43
1) The Principal/Owner commits itself to take all measures necessary to prevent corruption
andto observe the following principles:
(a)
No employee of the Principal/Owner, personally or through any of his/her family
members, will in connection with the 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. The Principal/Owner will, during the Tender
process, treat all Bidder(s) with equity and reason. The Principal/Owner will, in
particular, before and during the Tender process, provide to all Bidder(s) the same
information and will not provide to any Bidder(s) confidential / additional information
through which the Bidder(s) could obtain an advantage in relation tothe Tender process
or the Contract execution.
(b)
The Principal/Owner shall endeavor 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) commit 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
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
44
or execution of the Contract or to any third person any material or other benefit which
he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind
whatsoever during the Tender process or during the execution of the Contract.
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non-submission of bids or
any other actions to restrict competitiveness or to cartelize in the bidding process.
c) The Bidder(s)/Contractor(s) will not commit any offence Principal/Owner as part of the
business relationship, regarding plans, technical proposals and business details, including
information contained or transmitted electronically.
d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses
of agents/representatives in India, if any. Similarly, Bidder(s)/Contractor(s) of Indian
Nationality shall disclose names and addresses of foreign agents/representatives, if any.
Either the Indian agent on behalf of the foreign principal or the foreign principal directly
could bid in a tender but not both. Further, in cases where an agent participates 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 Performa 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.
f)
The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined
above or be an accessory to such offences.
g) 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
the detriment of the Government interests.
h). 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).
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
45
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:
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
1) 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 or can take action as per bid security declaration.
3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or
Contractor, or of an employee or a representative or an associate of a Bidder or Contractor
which constitutes corruption within the meaning of 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
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
46
him and has installed a suitable corruption prevention system, the Principal/Owner may,
at its own discretion, revoke the exclusion prematurely.
Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors
1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment
in conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any
violation(s) of the principles laid down in this agreement/Pact by any of its Subcontractors/
sub-vendors.
2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and
Contractors.
3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact
between the Principal/Owner and the bidder, along with the Tender or violate its provisions
at any stage of the Tender process, from the Tender process.
Article 6: Duration of the Pact
This Pact begins when both the parties have legally signed it. It expires for the
Contractor/Vendor 6 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
Headquarters 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.
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
47
Article 8 - LEGAL AND PRIOR RIGHTS
All rights and remedies of the parties hereto shall be in addition to all the other legal Right
sand remedies belonging to such parties under the Contract and/or law and the same shall be
deemed to be cumulative and not alternative to such legal rights and remedies aforesaid. For the
sake of brevity, both the Parties agree that this Integrity Pact will have precedence over the
Tender/Contact documents with regard any of the provisions covered under this Integrity Pact.
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place
and date first above mentioned in the presence of following witnesses:
...............................................................
(For and on behalf of Principal/Owner)
.................................................................
(For and on behalf of Bidder/Contractor)
WITNESSES:
1. ..............................................
(signature, name and address)
2. ...............................................
(signature, name and address)
Place:
Dated:
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
48
Annexure‘A’
PROFORMA FOR EARNEST MONEY DEPOSIT
(To be given on ten rupees non-judicial stamp paper duly notarized)
1.
2.
The Executive Engineer of all divisions of CPWD should receive the original EMD for
tender of other division.
The NIT approving authority/ Executive Engineer at the time of issue of NIT shall also
fill and upload the following prescribed format of receipt of deposition of original EMD
along with NIT: Receipt of deposition of original EMD
(Receipt No. …………………………… / Date ............................ )
Name of work: Construction of Auditorium Hall at Khaltse, UT of Ladakh on EPC
mode -II basis
NIT No. 04/CEED/NIT/LEH/2024-25
1. Estimated Cost: ₹ 17,37,44,804/2. Amount of Earnest Money Deposit: ₹ . 27,37,448/3. Last date of submission of bid: 10.07.2024up to 3.00 PM
(* To be filled by NIT approving authority/Executive Engineer at the time of issue of
NIT and uploaded along with NIT)
1. Name of contractor: …………………………………………………………….
2. Form of EMD: ………………………………………………………………….
3. Amount of Earnest Money deposit: ….…………………………………………
4. Date of submission of EMD: ……………………………………………………
Signature, Name and designation of EMD
receiving officer (EE/AE(P)/AE/AAO)
with office stamp
(# To be filled by EMD receiving EE)
1. The Executive Engineer receiving EMD in original form shall examine the EMD deposited by
the bidder and shall issue a receipt of deposition of earnest money to the agency in a given
format uploaded by tender inviting Executive Engineer. The receipt may be issued by the
AE(P)/AE/AAO).
2. The Executive Engineer receiving original EMD shall also intimate tender inviting Executive
Engineer about deposition of EMD by the agency by e-mail/fax/telephonically.
3. The original EMD receiving Executive Engineer shall release the EMD after verification from
the e-tendering portal website (https:// tenderwizard.com) that the particular contractor is not
L-1 tenderer and work is awarded.
4. The tender inviting Executive Engineer will call for original EMD of the L-1 tenderer from
EMD receiving Executive Engineer immediately.
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
49
Annexure “A-1”
FORM OF EARNEST MONEY DEPOSIT (BANK GUARANTEE BOND)
WHEREAS, Bidder.................. (Name of Bidder) (herein after called "the Bidder") has
submitted his bid dated ............. (date) for the construction of ..............................................
(name of work) (herein after called "the bidder")
KNOW ALL PEOPLE by these presents that we (name of bank)
having our registered office at............................... (Herein after called "the Bank") are
bound unto Executive Engineer & Senior Manager, Kargil Project Division-I, CPWD,Leh
in
the
sum
of Rs.........................
(Rs.
in words
..........................................................................................) for which payment well and truly
to be made to the said Executive Engineer & Senior Manager, Kargil Project Division-I,
CPWD,Leh, the Bank binds itself, his successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this .................day of ........... THE
CONDITIONS of this obligation are:
1)
2)
If after bid opening of bid; the Bidder withdraws, his bid during the period of validity of bid
(including extended validity of bid) specified in the Form of Bid;
If the Bidder having been notified of the acceptance of his bid by the Executive
Engineer.
(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions
to Bidder, if required;
or
(b) fails or refuses to furnish the Performance Guarantee, in accordance with the provisions
of bid document and Instructions to Bidder,
We undertake to pay to the Executive Engineer & Senior Manager, Kargil Project Division-I,
CPWD, Leh. either up to the above amount or part thereof upon receipt of his first written demand,
without the Executive Engineer & Senior Manager, Kargil Project Division-I, CPWD, Leh.
having to substantiates his demand, provided that in his demand Executive Engineer & Senior
Manager, Kargil Project Division-I, CPWD, Leh. 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 bid as such deadline is stated in the Instructions to Bidder or as it may be extended by Executive
Engineer & Senior Manager, Kargil Project Division-I, CPWD, Leh, 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 the last date of
uploading the bid.
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
50
GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OF WATER-PROOFING WORKS
(All Water Proofing Items)
The agreement made this.................... day of ................. (Two Thousand ..................... )
between .................................... S/o .....................................................(herein after
called the
GUARANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter called the
Government of the other part).
WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the
Contract) dated
…….
and made between the GUARANTOR OF THE ONE PART AND the Government of the
other part whereby the contractor inter alia undertook to render the building and structures
in the said contract recited completely water and leak- proof.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the
said work will remain water and leak proof, for ten years from the date of completion
of the work.
NOW THE GUARANTOR hereby guarantee that work executed by him will render the
structures completely leak proof and the minimum life of such water proofing
treatment shall be ten years to be reckoned from the date of completion of the work.
The decision of the Engineer-in-Charge with regard to nature and cause of defect shall
be final and binding on Guarantor.
During this period of guarantee, the guarantor shall make good all defects and in case of
any defect being found render the building water proof to the satisfaction of the Engineerin-Charge calling upon him to rectify the defects failing which the work shall be got done
by the Department by some other contractor at the Guarantor’s cost and risk. The decision
of the Engineer-in-Charge as to the cost payable by the Guarantor shall be final and binding.
That if the guarantor fails to execute the water proofing and fails to control all kinds of leakage
and seepage or commits breach there under, then the guarantor will indemnify the
principal and his successor against all loss, damage, cost expense or otherwise which may
be incurred by him by reason of any default on the part of the GUARANTOR in
performance and observance of this supplementary agreement. As to the amount of loss
and/or damage and / or cost incurred by the Government, the decision of the Engineerin-Charge will be final and binding on both the parties.
IN W I T N E S S WHEREOF these
presents
have ........................................... been
executed by the obligator 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 OBLIGATOR in the
presence of: 1.................................................
2 ………………………………
SICGoN
ED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY
rrection=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil AE(C)
in thepresence of: 1................................................
2............................................
EE&SM
51
GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OF FIRE CHECK DOORS ASSEMBLY
The agreement made this..................... day of . . . . . . . . . . . . . . .. (Two T h ous an d ........... )
between ....................................S/o ...........................(hereinafter called the GUARANTOR of
the one part) and the PRESIDENT OF INDIA (hereinafter called the Government of
the other part)
WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated
………and made between the GUARANTOR OF THE ONE PART AND the
Government of the other part whereby the contractor inter alia undertook to render the
work under said contract structurally stable to fulfill its intended purpose, sound, free
from workmanship defects and use of only specified, certified material.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the
said work will remain structurally stable to fulfill its intended purpose, sound, and
guarantee for quality workmanship, material and finishing for ten years from the
date of completion of the work.
NOW THE GUARANTOR hereby guarantee that work executed by him will remain
structurally stable to fulfill its intended purpose, sound, and guarantee for quality
workmanship, material and finishing for ten years to be reckoned from the date of
completion of the work.
The decision of the Engineer-in-Charge with regard to nature and cause of defect shall
be final and binding on Guarantor.
During this period of guarantee, the guarantor shall make good all defects to the
satisfaction of the Engineer-in-Charge calling upon him to rectify the defects failing
which the work shall be got done by the Department by some other contractor at the
Guarantor’s cost and risk. The decision of the Engineer-in- Charge as to the cost payable
by the Guarantor shall be final and binding.
That if the guarantor fails to rectify the defects and commits breach there under, then the
guarantor will indemnify the principal and his successor against all loss, damage, cost
expense or otherwise which may be incurred by him by reason of any default on the part
of the GUARANTOR in performance and observance of this supplementary agreement.
As to the amount of loss and/or damage and / or cost incurred by the Government, the
decision of the Engineer-in-Charge will be final and binding on both the parties.
IN WITNESS WHEREOF these presents have been executed by the obligator……………
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 OBLIGATOR in the
presence of: 1.................................................
2.................................................
SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY
inCtohrerepcrteiosen=ncNeil,ofI:ns1e.r.t.i.o..n..=..N..i.l.,..O
...v..e.r.w
...r.i.t.i.n..g.=..N
...i.l.,..D..e..l.e.tion=Nil
2................................................
AE(C)
EE&SM
52
GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL
OF DEFECTS AFTER COMPLETION IN RESPECT OF SYSTEM ALUMINIUM
WINDOWS AND DOORS
The agreement made this................day of............(Two Thousand ................ ) between …
....................................S/o........................................................... (hereinafter called the
GUARANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter called the
Government of the other part)
WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract)
dated
… and made between the GUARANTOR OF THE ONE PART AND the Government of
the other part whereby the contractor inter alia undertook to render the work under said
contract structurally stable to fulfill its intended purpose, free from workmanship defects,
discoloration, leak proof installation and use of only specified, certified material.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work
will remain structurally stable to fulfill its intended purpose, and guarantee for quality
workmanship, material, discoloration, leak proof installation and finishing for ten years
from the date of completion of the work.
NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally
stable to fulfill its intended purpose, and guarantee for quality workmanship, material,
discoloration, leak proof installation and finishing for the minimum life of ten years to be
reckoned from the date of completion of the work.
The decision of the Engineer-in-Charge with regard to nature and cause of defect shall be final
and binding on Guarantor.
During this period of guarantee, the guarantor shall make good all defects to the satisfaction of the
Engineer- in-Charge calling upon him to rectify the defects failing which the work shall be got
done by the Department by some other contractor at the Guarantor’s cost and risk. The decision
of the Engineer-in- Charge as to the cost payable by the Guarantor shall be final and binding.
That if the guarantor fails to rectify the defects and commits breach there under, then the guarantor
will indemnify the principal and his successor against all loss, damage, cost expense or otherwise
which may be incurred by him by reason of any default on the part of the GUARANTOR in
performance and observance of this supplementary agreement. As to the amount of loss and/or damage
and / or cost incurred by the Government, the decision of the Engineer-in-Charge will be final and
binding on both the parties.
IN
WITNESS W H E R E O F
these
presentshave
been
executed by the
obligator
………………….. 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 OBLIGATOR in the
presence of: 1.................................................
2................................................
SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY in the
presence of: 1................................................
2................................................
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
53
GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OF WOODEN PART, HARDWARE AND
FITTINGS COMPONENT
The agreement m a d e this...................day of............. (Two Thousand .................) between …
....................................S/o........................................................(hereinafter
called
the
GUARANTOR of
the
one part) and the PRESIDENT OF INDIA (hereinafter called the Government of the other part)
WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated and
made between the GUARANTOR OF THE ONE PART AND the Government of the other part
whereby the contractor inter alia undertook to render the work under said contract structurally stable
to fulfill its intended purpose, free from workmanship defects, warping, moisture effect, termite/borer
proof, rust free, durable, strong and operational easiness and use of only specified, certified
material.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work
will remain structurally stable to fulfill its intended purpose, free from workmanship defects,
warping, moisture effect, termite/borer proof, rust free, durable, strong and operational easiness and
use of only specified, certified material for the minimum life of five years to be reckoned from
the date of completion of the work.
NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally stable
to fulfill its intended purpose, free from workmanship defects, warping, moisture effect, termite/borer
proof, rust free, durable, strong and operational easiness and use of only specified, certified
material, for the minimum life of five years to be reckoned from the date of completion of the
work.
The decision of the Engineer-in-Charge with regard to nature and cause of defect shall be final and
binding on Guarantor. During this period of guarantee, the guarantor shall make good all defects to the
satisfaction of 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 risk and cost. The decision
of the Engineer-in- Charge as to the cost payable by the Guarantor shall be final and binding.
That if the guarantor fails to rectify the defects and commits breach there under, then the guarantor
will indemnify the principal and his successor against all loss, damage, cost expense or otherwise
which may be incurred by him by reason of any default on the part of the GUARANTOR in
performance and observance of this supplementary agreement. As to the amount of loss and/or
damage and / or cost incurred by the Government, the decision of the Engineer-in-Charge will be
final and binding on both the parties.
IN
WITNESS W H E R E O F these
presents have
been
executed by the obligator
……………….….. 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 OBLIGATOR in the
presence of: 1.................................................
(d)
...............................................
SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY in the
presence of: 1................................................
2................................................
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
54
Form ‘A’
FINANCIAL INFORMATION
a. Financial Analysis-Details to be furnished duly supported by figures in balance
sheet / profit & loss account for the last five years duly certified and audited by the Chartered
Accountants, as submitted by the applicant to the Income Tax Department (Copies to be
attached).
2020-21
i)
ii)
FINANCIAL YEAR
2021-22
2022-23
2022-23
2023-24
Gross Annual
turnover on
construction
works (in Rs.
Crore)
Profit/Loss (in
Rs. Crore)
i.
Gross Annual Turn Over on construction works.
ii.
Profit/Loss.
*Note: Use symbol (-) for loss in any financial year.
Signature of Chartered Accountant with Seal
Signature of Bidder(s)
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
55
Form ‘B’
BANKERS’ SOLVENCY CERTIFICATE FROM A COMMERCIAL BANK
This is to certify that to the best of our knowledge and information that M/s./Sh./Ms.
… ............................................................................. having marginally noted address, a customer of
our bank are / is respectable and can be treated as good for any engagement up to a limit
of Rs ….……………………………………………………….….… (Rs. in words).
This certificate is issued without any guarantee or responsibility on the bank or any of the officers.
(Signature For the Bank)
NOTE: (1) Banker’s certificate should be on letter head of the Bank, addressed to tendering
authority
(2)
In case of partnership firm, certificate should include names of all partners as
recorded with the Bank.
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
56
FORM “B-1”
FORM FOR CERTIFICATE OF NETWROTH FROM CHARTERED
ACCOUNTANT
It is to certify that as per the audited Balance Sheet and Profit & Loss Account during
the
Financial
Year… .................................................................................................................... the
Net Worth of M/s…………………………………………………………….(Name &
Registered
Address
of
Individual/Firm/Company),
on………………….……….…………..(the
relevant
date)
is Rs
as
after
considering all liabilities. It is further certified that the Net Worth
of the company has not eroded by more than 30% in the last there years ending on (the
relevant date).
(Signature of Charted Accountant) Name of Charted
Accountant
Membership No. of ICAI
Date and Seal
NOTE:
1. Net Worth certificate should be on letter head of the Charted Accountant,
sealed in cover addressed to tendering authority (Executive Engineer,
CPWD).
2. In case of partnership firm, certificate should include names of all partners as
recorded with the Charted Accountant.
3. The certificate should not be more than 6 months old.
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
57
FORM ‘C’
DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS COMPLETED IN LAST
SEVEN YEARS ENDING PREVIOUS DAY OF LAST DATE OF SUBMISSION OF BID
NIT No.: 04/CEED/NIT/LEH/2024-25
Name of Work: Construction of Auditorium Hall at Khaltse, UT of Ladakh on EPC
mode II basis.
Name of the firm/Bidder…………………………….
S. No.
Details
1.
Name of work/ project and location
2.
Owner or sponsoring organization
3.
Cost of work in Rs. in Lakhs
4.
Date of commencement as per contract
5.
Stipulated date of completion
6.
Actual date of completion
7.
*Litigation/arbitration cases pending/in progress with
details
8.
Name and Address (Postal & E-mail) / telephone number
of officers to whom reference may be made
9.
Whether the work was done on back-to-back basis
Certified that the above list of works is complete, and no work has been left out and that
the information given is correct to my /our knowledge and belief.
SIGNATURE OF BIDDER(S)
WITH STAMP
*Indicate gross amount claimed and amount awarded by the Arbitrator.
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C
)
EE&S
M
Owner or sponsorin g
organization
Cost of work in crores of
rupees
1
2
3
4
Slow progress if any and
reasons thereof
6
7
8
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C
)
9
EE&S
M
10
Signature of Bidder(s)
e made
b
Name and address /
telephon e
number of
officer to
whom referenc
Remark se may
Upto date percentage e
progress of
works
5
cement as per contrac t
Stipulate d date of
completion
-
Date of commencement
Sl.
No.
Name of work/ project
and location
58
FORM ‘C-1’
DETAILS OF WORKS
UNDER EXECUTION
S.No
Name of work project and location
Owner of sponsoring organization
Cost of work in crores of rupees
Data of commencement as percontract
Stipulated date of completion
Actual Date of completion
Type of structural system Technology
used
Litigation/ arbitration cases Pending
/in progress with details
Name and address /telephone numberof
officer to whom reference may be made
Wheatear the work was done on back-toback basis (Yes/No)
1
2
3
4
5
6
7
8
9
10
11
59
FORM “C-2”
DETAIL OF ONE WORK IN SUPPORT OF HAVING SUCCESSFULLY COMPLETED WITH
THE STRUCTURAL SYSTEM TECHNOLOGY PROPOSED TO BE USED IN THE WORK.
Signature of the Bidder(s)
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C
)
EE&S
M
66
FORM 'C'-3
Calculation of bidding capacity
Sr. No
Name of work/ project and
location
Owner or sponsoring
organization
Contract value in crore of
rupees
Date of commencement as per
contract
Stipulated date of completion
Up to date percentage progress
of work
Remaining work in percentage
(100- column 7)
Existing commitment Column 4
x Column 8 /100
Name and address/ telephone
number of officer to whom
reference may be made
Remarks
Details of existing commitments and ongoing works.
1
2
3
4
5
6
7
8
9
10
11
Total (B) =
Maximum turnover in last seven years
Updated value of turnover (A)
No. of years (N)
Bidding Capacity= {[AxNx1.5]-B}
= Rs…………
= Rs…………
= ………….
=
Certificate:
I certify that all the awarded and ongoing works have been included in the above list.
Signature of Bidder(s)
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
67
Form-‘D’
PERFORMANCE REPORT OF WORKS REFERRED IN FORM ‘C’
1. Name of work / Project & Location
2. Agreement No.
3. Estimated Cost
4. Tendered Cost
Actual Completion Cost of construction
5. component of the work
6. Date of Start
7. Date of completion
i)
Stipulated Date of Completion
(as mentioned in work order)
ii) Actual Date of Completion
Whether case of levy of compensation for
delay has been decided or not
8.
If decided, amount of compensation levied
ii) for delayed completion, if any.
9. Amount of reduced rate item, if any
Whether the earthwork, sub-base work,
base work and wearing course work
10. has been carried out in the work
11. Performance Report
i)
Yes/ No.
Yes/ No
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 Behavior
Outstanding/Very good/Good/Poor
Dated:
Executive Engineer,
Or Equivalent rank
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
68
Form 'D-1
Assessment of Quality for Completed as well as ongoing works
Name of Work: Date of inspection: Date of submission of report: A.
General Observation & Operational Aspects
Yes/ No
1. Availability of approval from local bodies in case of Construction of Private
Buildings
2. Availability of approved Structural drawings
3. Observation on seepage/ leakage in the building
4. Whether Line & level Maintained
5. In case of basement, observation on seepage, if any
6. Any Structural defects / distress observed. If yes give details
7. Whether safety measures adopted at site as per CPWD Safety
Code and or govt. guidelines are adequate or not
8. Whether the Welfare facilities provided to labour as per Clause 19 H of GC for
CPWD Works/and or govt. guidelines are adequate or not
9. Whether AHU getting automatically switched off and fire damps closed in case of
fire signal?
10. Whether thimbles used for termination of wires in DBs, EBDs & Panels?
B. Quality of Work
1. Quality of plaster/ finishing
2. Quality of R.C.C. / C. C. Work
3. Quality of Flooring
4. Quality of Wood Work
5. Quality of Steel Work / Aluminium Work
6. Quality of Plumbing and Sanitary Installation
7. Quality of Workmanship
8. Quality of Waterproofing
9. If cladding done, observation on efficiency/ quality of cladding / Brick work
10. Quality of internal electrification work
11. Quality of DBs, EBDs & Panels
Marks
Assessed
69
12. Quality of E&M equipment’s, panels & feeder pillar
13. Quality of fire alarm system/ firefighting system
14. Quality of Air Conditioning work
15. Quality of Sub-station based on complete live diagram, capacitor panel, pow
factor, insulating Mat, cleanliness, cable termination, earthling pits, earthling
transformer / DG sets
16. Any Other aspect (To be elaborated)
Average Marks (To be awarded out of 100 Marks based on average of marks assessed on each
attribute mentioned at B above).
Note:
1. All the above parameters may be considered for assessing the overall quality of work
executed by the contractor. Each attribute shall be assessed on maximum marks of 10
under B above. (OM No. DG/SOP 2022/07 dated 09.11.2022)
2. mentioned are not applicable (N/A)
3. The works as assessed above shall be converted on a scale of 25/15 marks for
completed/ongoing works respectively. In case of eligible completed works being more
than one the average marks assigned for eligible completed works shall be considered for
marking purpose. Only one ongoing work to be assessed. (OM No. DG/manual2022/07
dated 09.11.2022)
4. In case, any attribute is not applicable, the same may not be included in assessment and
70
FORM 'D-2'
CERTIFICATE OF EXPERIENCE IN SUPPORT OF HAVING SUCCESSFULLY
COMPLETED ONE WORK WITH THE STRUCTURAL SYSTEM TECHNOLOGY
PROPOSED TO BE USED IN THE WORK
1. Name of work/project and location
2. Owner or sponsoring organization
3. Cost of work in crore of rupees
4. Date of commencement as per contract
5. Stipulated date of completion
6. Actual date of completion
7. Type of structural system Technology used
8. Litigation/arbitration cases Pending/in progress with details
9. Name address/telephone number of officer to whom reference may be made
10. Whether the work was done on back-to-back basis (yes / no)
Certified that M/s....................... has completed the above work with the structural system
technology as per details mentioned above.
To be signed with date and seal of the owner/
Sponsoring organization
71
Form-‘D-3’
PERFORMANCE REPORT OF WORKS REFERRED IN FORM ‘C-2’
1. Name of work / Project & Location
2. Agreement No.
3. Estimated Cost
4. Tendered Cost
Actual Completion Cost of construction
5. component of the work
6. Date of Start
7. Date of completion
i) Stipulated Date of Completion
(as mentioned in work order)
ii) Actual Date of Completion
8. i) Whether case of levy of compensation for
delay has been decided or not
ii) If decided, amount of compensation levied
for delayed completion, if any.
9. Amount of reduced rate item, if any
Whether the earthwork, sub-base work,
10. base work and wearing course work
has been carried out in the work
11. Performance Report
Yes/ No.
Yes/ No
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 Behavior
Outstanding/Very good/Good/Poor
Dated:
Executive Engineer,
Or Equivalent rank
72
FORM ‘E’
STRUCTURE AND ORGANIZATION
1.
Name & Address of the bidder
2.
Telephone No./Telex No./Fax No.
3.
Legal status of the bidder (Scan & upload copies of original document defining the
legal status)
4.
a.
An Individual
b.
A proprietary firm
c.
A firm in partnership
d.
A limited company or corporation
Particulars of registration with various Government Bodies (Scan & upload
attested photocopy)
Organization/Place of Registration
Registration No.
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 constituent 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)
73
FORM ‘F’
Undertaking on structural stability and soundness of already completed
buildings and Infrastructure projects.
I/We undertake and confirm that any building / Infrastructure constructed by our firm / partnership
firm/ company has not suffered any failure, making it unfit for intended use, either due to structural
design and defects or due to use of sub-standard materials or execution of sub-standard work, poor
workmanship or any other reason during the last 25 (twenty-five) years.
I/we, further, undertake that if such information comes to the notice of CPWD, then Engineer-incharge shall be free to terminate the bid/agreement and to forfeit the entire amount of earnest money
deposit, performance guarantee and security deposits.
I/we, also undertake that in addition to above, the Engineer-in-Charge shall be free to debar us
forever from tendering in CPWD.
The decision of Engineer-in-Charge or any higher authority shall be final and binding.
Signature of bidder or an authorized person of the firm with stamp
Note: Affidavit to be furnished on a 'Non-judicial' stamp paper of Rs. 200/- (scanned copy of
the notarized affidavit to be uploaded at the time of submission of bid).
74
FORM ‘G’
AFFIDAVIT
I/we undertake and confirm that our firm/partnership firm has not been blacklisted and/or
debarred by CPWD, MoUHA or Ministry of Finance. Further that, if such information comes
to the notice of the department, then I/we shall be debarred for bidding in CPWD in future
forever. Also, if such information comes to the notice of department on any day before date of
start of work, the Engineer-in-Charge shall be free to cancel the agreement and to forfeit the
entire amount of Earnest Money Deposit/Performance Guarantee (Scanned copy of this
notarized affidavit to be uploaded at the time of submission of bid)
Signature of Bidder(s) or an authorized
Officer of the firm with stamp
75
FORM ‘H’
Affidavit as per provision of CPWD-6
I/We undertake and confirm that eligible similar works(s) has/have not been got executed through
another contractor on back-to-back basis. Further that, if such a violation comes to the notice of
Department, then I/we shall be debarred for bidding in CPWD in future forever. Also, if such a
violation comes to the notice of Department before date of start of work, the Engineer-in-Charge
shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.
NOTE: Affidavit to be furnished on a ‘non-Judicial’ stamp paper worth Rs.100/-
Signature of Bidder(s) or an authorized
Officer of the firm with stamp
Signature of Notary with seal
76
Annexture A-2
Pre-bid MoU (MEMORANDUM OF UNDERSTANDING)
MEMORANDUM OF UNDERSTANDING (MoU) BETWEEN M/S .......... (CPWD Contractor)
AND M/S ……. (Specialized Agency) FOR SUCCESSFUL PERFORMANCE OF THE
CONTRACT IS SIGNED FOR THE FOLLOWING WORK: NAME OF WORK: “Construction of Auditorium Hall at Khaltse, UT of Ladakh on EPC mode
II basis.
NIT No.: 04/CEED/NIT/LEH/2024-25
This MEMORANDUM OF UNDERSTANDING is executed on ………(date)………………………
between M/s …………….……………a CPWD registered contractor with Registration No… .... and
having its Registered Office at .........................., hereinafter called as “Main Agency” (which
expression shall include its successor, administrators Executors and permitted assigns)
and
M/s ………………… (Specialized associated PTP)……. , a Company having its Registered Office
at ........................................, hereinafter called as “Specialized Agency” (which expression shall
include its successor, administrators Executors and permitted assigns) for the purpose of submitting a
bid and entering into a Contract (in case of award) against this Bid document invited by CPWD. This
MoU is here by created and signed as per terms and conditions given below:
1.
2.
3.
4.
5.
7.
That all the responsibilities and obligations of each of the Members delineated in this MoU are
expressly understood and agreed between the Members.
That the main agency only will deal with CPWD on all matters pertaining to this work.
The main agency shall be solely and severally responsible for performance of the entire contract.
MoU shall be valid during the entire currency of the contract including the period of extension,
if any. Both the Members of the MoU shall remain associated with the project till completion of
the project.
There shall be significant technical contribution of both the Members for the project. Even after
completion of the project, Specialized Agency shall continue to associate for defect liabilities
and maintenance.
The specialized agency shall function as technology partner and shall bring in due diligence in
constructing permanent structure using Steel Structural System (among those referred in
Table-1 B of OM issued vide no. 17/SE(TAS)/BMTPC/2022/105-H dated 24.03.2022) by use
all its experience and shall be responsible for its functional requirements, quality of work, defect
liability, maintenance and operations.
77
8.
9.
10.
11.
12.
13.
Once the bids are submitted, the MoU shall not be modified/altered/terminated during the validity of
the tender.
The MoU Members will be fully governed by the terms and conditions of the contract and shall be
responsible for the quality of all the Works and timely execution thereof to meet the completion
schedule under the contract.
This MoU shall be construed and interpreted in accordance with the Laws of India and the respective
Courts of India shall have exclusive jurisdiction to adjudicate upon the disputes between the parties.
We, the MoU Members agree that this Association shall be irrevocable and shall for man integral part
of the Contract. We further agree that this Agreement shall continue to be enforceable till the successful
completion of Contract or decided otherwise by CPWD for any reason.
In exceptional circumstances, the main agency shall have the right to change the specialized agency
having similar credentials with the approval of CPWD.
That this Agreement shall be operative from the effective date of the contract.
Signature of Main Contractor/Agency
Address
Witness with address
(From Main Contractor/Agency side)
Signature with date of Associate Agency
Address
Witness with address
(From Associate (Specialized)Contractor/Agency)
Signature of Notary with seal
Note: Affidavit to be furnished on a ‘non-judicial’ stamp paper of Rs. 100/
78
Financial BID (To be filled online in the format uploaded by CPWD)
Dated:
To,
The Executive Engineer & Senior Manager (C)
KARGIL PROJECT DIVISION – I, CPWD, Leh
Name of Work: Construction of Auditorium Hall at Khaltse, UT of Ladakh on EPC mode II basis.
Dear Sir,
With reference to your NIT no. 04/CEED/NIT/LEH/2024-25, I/We, having examined the BID
Documents and understood their contents, hereby submit my/our BID for the aforesaid Project. The
BID is unconditional and unqualified.
1
2
I/ We acknowledge that the Department will be relying on the information provided in the BID and
the documents accompanying the BID for selection of the Contractor for the aforesaid Project, and we
certify that all information provided in the Bid are true and correct; nothing has been omitted which
renders such information misleading; and all documents accompanying the BID are true copies of their
respective originals.
The BID Price has been quoted by me/us after taking into consideration all the terms and conditions
stated in the bid document, draft Agreement, our own estimates of costs and after a careful assessment
of the site and all the conditions that may affect the project cost and implementation of the project.
3
I/ We acknowledge the right of the Department to reject our BID without assigning any reason or
otherwise and hereby waive, to the fullest extent permitted by applicable law, our right to challenge
the same on any account whatsoever.
4
In the event of my/ our being declared as the Selected Bidder, I/we agree to enter into an Agreement
in accordance with the draft that has been provided to me/us prior to the BID Due Date. We agree not
to seek any changes in the aforesaid draft and agree to abide by the same.
5
I/ We shall keep this offer valid for 75 (Seventy-Five) days from the date of opening of eligibility bid.
Yours faithfully,
Date:
(Signature, name and designation of the
Place:
Authorized Signatory)
Name & seal of Bidder/Lead
Executive Engineer & Senior Manager
Kargil Project Division-I, CPWD
Leh, UT of Ladakh
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
79
Form ‘ I’
DECLARATION ABOUT SITE INSPECTION
To
The Executive Engineer & Senior Manager (C)
KARGIL PROJECT DIVISION – I, CPWD,
Leh
NAME OF WORK: Construction of Auditorium Hall at Khaltse, UT of Ladakh on EPC mode
II basis.
Dear Sir,
It is hereby declared that as per CPWD–6 FOR e-BIDDING and as per terms and conditions of this
tender document, I/ We the bidder inspected and examined the subject site and its surrounding and
satisfied/acquainted myself/ourselves with the nature of the site, ground and sub-soil characteristics,
climatic conditions of the region, magnitude of difficulty in accessing the site, risks, challenges,
methodology for housing the labor/stacking of material and all other contingencies required to
execute the work before submitting the bid. I/We, the bidder shall have full knowledge of the site
of work and nothing I/We shall not claim any extra on account of any difficulty and /or additional
expenses to work and my quoted rates are inclusive of all such additional incidental cost. I/We bidder
shall be responsible for arranging and maintaining at my/our own cost all materials, tools & plants,
water, electricity, 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 me/us implies
that I/We have read the contract document properly and has made myself/ourselves aware of the
scope and specifications of, local working conditions and other factors having a bearing on the
execution of the work.
Yours faithfully,
(Duly authorized signatory of the bidder)
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
80
LETTER OF TRANSMITTAL
From:
To
Executive Engineer & Senior Manager
Kargil Project Division-I,CPWD, Leh
Name of Work: Construction of Auditorium Hall at Khaltse, UT of Ladakh on EPC mode II
basis.
Sir,
Having examined details given in press Notice and bid document for the above work, I/we Here
by submit the relevant information.
1. I/We hereby certify that all the statements made and information supplied in the enclosed forms 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 and
Senior Manager, Kargil Project Division-I, CPWD, Leh to approach the Bank issuing the solvency
certificate to confirm the correctness thereof. I/we also authorize Executive Engineer and Senior
Manager, Kargil Project Division-I, CPWD to approach individuals, employers, firms and corporation
to verify our competence and general reputation
4. I/we submit the following certificates in support of our suitability, technical knowledge and capability
for having successfully completed the following eligible similar works:
Name of work
Certificate from
5.
l/we hereby certify that l/we will use following structural system technology in the work (Applicable
for EPC tenders under Mode l/II only) ……………………….
l/we submit the certificate in support of having successfully completed the following work with the
technology proposed to be used in the work (Applicable for EPC tenders under Mode Ionly)
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
81
Name of work
6.
7.
8.
Certificate from
I/we hereby attach copy of type test report conducted in respect of precast concrete construction
system technology proposed to be used in the work (Applicable if precast concrete construction system
technology is proposed by bidder for EPC tenders under Mode I/II only).
……………………………………………………………………………………
Certificate: It is certified that the information given in the enclosed eligibility bid is correct. It is
also certified that I/we shall be liable to be debarred, disqualified/canceled of enlistment if
enlisted with CPWD in case any information furnished by me/us is found to be incorrect of
bidder(s).
I/We hereby submit undertaking on Structural stability and soundness as per prescribed format
Form ‘F’
Certificate: It is certified that the information given in the enclosed eligibility bid are correct. It is
certified that I / We shall be liable to be debarred, disqualified / cancellation of enlistment in case any
information furnished by me / us is found to be incorrect.
Enclosures:
Seal of Bidder &
Date of Submission:
Signature(s) of Bidder(s)
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
82
Annexure-B
CERTIFICATE REGARDING STRUCTURAL / SERVICE DESIGN
The following certificates are to be submitted along with the technical bid of the tender:
1.
It is also certified that the structural design & services design and drawings along with integrated
services drawings including safety norms from natural hazards like seismic, wind, fire etc., shall be
prepared by duly qualified Structural and service engineer respectively in consultation with GRIHA
Consultant /Facilitator as per norms prescribed in N.B.C/B.I.S/I.R.C./ GRIHA etc., Accordingly, I/
we shall get the buildings designed from structural Engineer, Services Engineer, integrated services
consultant and GRIHA Consultant
/Facilitator.
2.
It is further certified that the structural and services Consultants hired by us for carrying out the
structural design and services design shall have following experience:
a) *Any reputed Government Engineering Institute like IIT/NIT/REC, etc.,
or
b) *Under the panel list of CDO/CPWD (mention as the case may be).
or
c) * The Lead structural consultant will have at least degree of MTech ( Structure) & MTech
(particular service) or equivalent and has got 15 years or more experience in the field of
structural design and services design of similar nature of works. Documents in support of the
above will be submitted at appropriate time for approval of the department.
3.
The GRIHA Consultant and facilitator hired by us shall be well qualified having minimum
experience of Five (5) years in GRIHA consultancy and shall be on the approved list of the GRIHA
authorities.
a) Signature of the contractor with date
b) Name in Blocks letters -----------------c) Address
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
83
DESIGN CONSIDERATIONS & REQUIREMENTS (CIVIL WORK)
The buildings will be designed and built as per minimum “4-star GRIHA rating”. Accordingly, use of
fly ash in concrete is permitted.
The Design controls based upon design guidelines/criteria laid down in various BIS codes/ECBC- 2017,
National Building code- 2016, AERB guidelines, NABH guidelines etc. have been prepared and is given
as under.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
Type of Structure: -Steel Structure with or with out shear wall as per tenderer’s Own
Sturctural Design . The tenderer should invariably adopt the indicative architectural plans,
elevations enclosed to develop detailed architectural drawings to tender with little changes, if
necessary, with permission of Engineer in Charge.
Plain and reinforced concrete shall be cast -in-situ / precast concrete. Precast concrete is allowed
if design is based on precast technology.
All concrete to be used /prepared at site shall be Design Mix concrete.
Design criteria of RCC structural units shall conform to the Design requirements of latest version
of IS:456-2000.
Minimum grade of concrete for In-situ concrete shall be of M-25 Grade as per latest version of
IS:456-2000 for non-liquid containing structures and M-30 grade for liquid containing structures.
Corrosion resistant deformed TMT bars of grade Fe 500 D or Fe 550 D confirming to IS: 1786
(Latest Version) shall only be used in all RCC work.
The permissible stresses for plain and reinforced concrete shall be in accordance with the
requirements of Latest Version of IS:456-2000 and IS: 3370-2009 (or latest version).
Components of RCC structure shall be designed for loads in accordance with NBC as per
specification in IS: 875 (Parts l to 5) and IS: 1893 -2016 (Latest Version) (Part 1) & IS: 13920
2016 (or latest version) for Hospital Buildings. In addition, loads that might be expected during
the construction shall also be considered in the design.
Resistance to horizontal loading shall be provided by having moment resisting frames with or
without shear walls.
The structure shall be designed for Fire rating of Two (2) hours and considering thermal shrinkage
and heat effects, provisions of expansion Joints as per IS: 3414(Latest Version) shall be provided.
Frame members i.e. Beams & columns to be designed for shear and moments as per the values
obtained from dynamic model analysis. All other components of the building shall be designed
with approved design programs. Design calculations shall be provided for all the components of
the structure.
Basic load calculations shall be provided for all values of loads applied on all members in STAAD
model / E-tabs model or any other approved design programs.
Water retaining structures shall be designed in accordance with relevant provision of IS: 33702009 (Part-I to part-IV, Latest Version). In addition, Earthquake forces as per IS: 1893-2016 shall
(Latest Version) also be considered.
Structural steel should be of E-350 grade conforming to IS 2062/ IS 800-2007 shall be used.
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
84
PART–III
FINANCIAL BID
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
85
PROFORMA OF SCHEDULES: A TO F
(CIVIL WORK)
SCHEDULE ‘A’
Schedule of Work: Scope of work as per the Tender document
SCHEDULE ‘B’
NIL
SCHEDULE ‘C’
NIL
SCHEDULE ‘D’
Extra schedule for specific requirements/documents for the work, if any.
-NILSCHEDULE ‘E’
Reference to General Conditions of Contract: General Conditions of Contract
2022 for EPC Contracts as amended/ modified up to the last date of submission of
Bid.
Name of work: Construction of Auditorium Hall at Khaltse, UT of Ladakh on
EPC mode II basis.
Estimated cost of work:
(i)
Earnest Money:
₹ 17,37,44,804/- (Civil Work Rs. 9,90,21,100/- & E&M
Work Rs. 7,47,23,704/-)
₹ 27,37,448/-/- (To be returned after receiving performance
guarantee)
(ii) Performance Guarantee
5% of Tendered Amount
(iii) Security Deposit
2.5% of Tendered Amount
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
86
SCHEDULE 'F'
Officer inviting bid
(GENERAL RULES & DIRECTIONS)
Applicable Mode of EPC
Contract
Type of Building
List of approved construction
technologies
: Executive Engineer & Senior Manager, KPD-I, Leh
CPWD
: Mode- II
: Permanent
: As per Table 1B of OM No. 17/SE(TAS)/
BMTPC/2022/105- H dated 24.03.2022 amended from
time to time.
Definitions:
Engineer-in-Charge
Executive Engineer & Senior Manager, KARGIL
PROJECT DIVISION-I, CPWD, Leh.
(ii) Engineer-in-Charge for
Electrical work
Executive Engineer & Senior Manager(E), LPED,
CPWD, Leh Or His successor thereof.
(ii)
Chief Engineer cum Executive Director, LPZ,CPWD,
Leh Or His successor thereof.
(i)
Accepting Authority
(iii) Percentage on cost of materials 15%
and Labour cover all to
overheads and profits.
(iv) Standard Schedule of Rates
(i) Delhi Schedule of Rates 2021 with amendments up
(i) Civil work
to the date of submission of bid.
(ii) CPWD Plinth Area Rates 2021 with amendments up
to the last date of submission of bid.
(iii) Market rate for non-DSR items
(v)
Department
Central Public Works Department (CPWD)
(vi) Standard CPWD Contract CPWD-EPC form, General Conditions of Contract 2022
Form,
GCC
for
EPC EPC Projects, modified & corrected up-to the last date of
submission of Bid. (All above documents are available on
Contracts modified &
www.cpwd.gov.in)
Corrected up-to-date.
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.
For Performance Guarantee- 7(seven) days
For Programme chart (Time and Progress) and
applicable labour licenses, registration with
EPFO, ESIC and BOCW Welfare Board: 15
days
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
87
(ii)
Maximum allowable extension
with late fee @0.1% per day of
Performance Guarantee amount
beyond the period provided in (i)
above
3(three) days with late fee @ 0.1% per day of the
PG amount (non-refundable)
Clause 2
(i)
Authority for fixing
compensation under clause
2
Chief Engineer cum Executive Director, Leh
Project Zone, CPWD Leh or successor
thereof
Clause 5
(i)
A)
Number of days from the date of issue of
letter of acceptance for reckoning
date of start
10 (Ten) days
Table of Mile stones:
Sl.
Description of Mile stone
Time
allowed
in days
(From date
of start)
Amount to be withheld
in case of nonachievement
of
milestone ( percentage
of tendered cost)
2 Months
1%
2. 25% of Total work in Financial Terms
9 Months
1%
3. 50% of Total work in Financial Terms
12 Months
1%
4. 75% of Total work in Financial Terms
15 Months
1%
18 Months
including
non-working
season
1%
No.
1.
Submission of structural & MEP design &
drawings including proposal of shifting of
services if any, obtaining required approvals.
Complete execution plan with breakup in any
suitable software.
Submission of Procurement plan, identification
of fabrication site
5.
All civil & electrical work completed in all
aspects in the blocks with services
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
88
NOTE:
1. Withheld amount shall be released if and when subsequent milestone is achieved within respective
time specified. However, in case milestones are not achieved by the Bidder for the work, the amount
shown against milestone shall be withheld.
2. Intending bidder may submit phasing of activities/milestones based on their resources and
methodology at the time of bidding corresponding to physical milestones/stages indicated in the
above table. These shall be formed part of the agreement after approval of the accepting authority,
otherwise it would be assumed that agency agrees with the above-mentioned physical milestones.
3. Recovery for delay in submission of the monthly progress report within specified period in terms
of delay days @ Rs 2500/- per day
4. The recovery/withheld for non achieving of mile stone shall be made on prorate basis by respective
civil and electrical engineer in charge.
Authority to decide:
(i)
Extension of time
Chief Engineer cum Executive Director, Leh
Project Zone, CPWD, Leh or successor thereof
(ii)
Rescheduling of milestones
Chief Engineer cum Executive Director, Leh
Project Zone, CPWD, Leh or successor thereof
(iii) Shifting of date of start in case Chief Engineer cum Executive Director, Leh
Of delay in handing over of site Project Zone, CPWD, Leh or successor thereof
B)
Schedule of issue of Design: Not Applicable
C)
Schedule of handing over site: Site Available
D)
Schedule of rate of recovery for delay in
Submission of the modified programme in
terms of delay days
:
Rs. 5000 per day
Clause 7
Gross work to be done together with net Rs. 50 Lakhs Intermediate payments may be madeon
payment /adjustment of advances for fortnightly basis on demand.
material collected, if any, since the last
such payment for being eligible to interim
payment
Clause 7A
(i)
No Running Account Bill shall
be paid for the work till the
applicable labour
licenses,
registration with EPFO, ESIC
and BOCW Welfare Board,
whatever
applicable
as
submitted by the Bidder to the
Engineer-in-Charge.
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
Yes
AE(C)
EE&SM
89
Clause 8A
Authority to decide compensation on account: Chief Engineer cum Executive Director, Leh,
if contractor fails to Submit completion plans CPWD
Recovery rate for non-submission of above stated: 0.1% of total tendered value or 173800
whichever is more completion plans by the contractor
within 30 days of the completion of the work
Clause 10B (i)
Clause 10B (ii)
Clause 10B (iii)
Applicable
Applicable
Not Applicable
Clause10 CC:
Applicable
Schedule of component of other Materials, Labour, POL etc. for price escalation.
S.no
Relevant component of material/Labour for price
escalation
1.
Component of Cement
5
2.
Component of Labour
20
3.
Civil component of other Construction materials
4.
Electrical and mechanical (E&M) component of
construction material
Component of POL (Diesel)
5.
6.
7.
Percentage of total value of
work (in %age)
25
20
0
Reinforcement steel bars/TMT bars/structural steels
(including strands and cables)
Component of bitumen
Total
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
30
0
100%
EE&SM
90
Clause 11
Building information model (BIM) is applicable:
Civil Work
Specifications to be
followed for
execution of work
Yes
1. Civil work: CPWD Specifications 2019 Volume-I & Volume-II
with correction slips up to the last date of submission of bid.
2. CPWD Green Rating Manual 2021 with correction slips up to the
last date of submission of bid.
3. CPWD Hand book on Safety, Health and Environment with
correction slips up to the last date of submission of bid.
4. CPWD Manual on Accessible Built Environment 2019 with
correction slips up to the last date of submission of bid.
Electrical Work: As per part C of tender document
Order of preference
The order of preference in case of any discrepancy shall be as
given below:
1. Description of Financial Quote.
2. Scope of work in this document.
3. Additional Specifications / Additional Conditions / Special
Conditions / Particular Specifications in this document.
CPWD Specifications 2019 Vol I&II for Civil work and CPWD
General Specifications for different E&M works, CPWD
Specifications for Horticulture work as applicable with up-to-date
corrections up to the last date of submission of bids. e. NBC 2016
with up-to-date corrections up to the last date of submission of
bids.
5. ECBC 2017.
6. Indian Standard Specifications of BIS including UpToDate
modifications / amendments.
7. Tender Drawings.
4. Sound engineering practices as per directions of Engineerin-Charge.
All above specifications shall be applicable with corrections slips up to the last date of
submission/uploading of bid
Clause 12:
Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for building work: 30 %
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
91
Clause 16
Competent Authority for deciding reduced
rates
Chief Engineer cum Executive Director,
CPWD, Leh
Clause 17
Defects liability period shall be as per clause 17 of GCC 2024 EPC Projects
Clause 18
Suggestive List of machineries, tools & plants to be deployed by the Bidder at site: -Given in tender
document.
Clause 19
Authority to decide
penalty foreach default
Chief Engineer cum Executive Director, CPWD, Leh
or successor thereof
Clause 19C
Clause 19D
Clause 19G
Rs. 2000/- each default
Rs. 2000/- each default
Rs. 2000/- each default (subject to maximum of 5%of the
estimated cost put to tender)
Rs. 2000/- per tradesman per day
Clause 19K
Clause 25:
Conciliator
Arbitrator appointing Authority
Place of Arbitration
ADG, Jammu CPWD or successor thereof.
Chief Engineer cum Executive Director, Leh, CPWD or
Successor thereof.
Leh, UT of Ladakh
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
92
Clause 32 (i) Requirement of Technical Representative(s) and Recovery Rates:
Applicable only for the original construction work
S.
Requirement of Technical
Staff
No.
Qualification
Minimum
Experience
(Years)
Strength
10 (and having
experience of
Project Manager
one similar
nature of
work)
Civil Graduate
1
1
Engineer
5-10 (and
having
experience of
one similar
nature of
work)
Civil Graduate
2
Engineer/Diplo
Rate of recovery per
Designation of persons if provision of
Technical Staff
clause 32(i) not
fulfilled
1
ma Engineer
Project Site
Engineer
Rs. 50,000/per Month
Rs. 30,000/per Month
Civil Graduate
Engineer or
3
Diploma
1
2 to 5
respectively
Engineer
4
Civil Graduate
Engineer or
1
Project /
Quality
/billing
Engineer
Rs. 20,000/per Month
Rs. 20,000/Project Planning /
2 to 5
respectively Quality /billing per Month per Engineer
Engineer
Diploma
Engineer
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
93
Building
Information
5
Model (BIM)
-
-
-
Rs. 3,00,000/- per month
professionals
1. Assistant Engineers retired from Government services, who are holding Diploma will be
treated at par with Graduate Engineers. Diploma holder with minimum 10-years relevant
experience with a reputed construction company can be treated at par with Graduate Engineers
for such deployment subject to the condition that such diploma holders should not exceed 50%
of requirement of degree engineers.
2. The above given strength shall be required to be deployed as and when necessity arises at site
or so directed by Engineer-in-charge.
3. The Bidder shall submit a certificate of employment of the technical representative(s) (in the
form of copy of Form -16 or CPF deduction issued to the Engineers employed by him) along
with every account bill/final bill and shall produce evidence of regular physical availability of
such engineers on the above project if at any times so required by the Engineer-in-charge.
Clause 38
(i) Schedule/ statement for determining theoretical CPWDs’ Delhi Schedule of Rates 2021.
quantity of cement & bitumen on the basis of
Delhi Schedule of Rates.
(ii) Variations
quantities:
permissible
on
theoretical
(a)
Cement For works with estimated cost put
to tender not more than ₹ 5 lakh
3% plus/minus.
(b)
Cement For works with estimated cost put
to tender more than ₹ 5 lakh.
2% plus/minus.
(c)
Bitumen All Works
2.5% plus only & nil on minus side.
(d)
Steel Reinforcement and structural steel
sections for each diameter, Section and Category
(e)
2% plus/minus
All other materials.
Nil
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
94
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
95
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
96
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
97
Correction=Nil, Insertion=Nil, Overwriting=Nil, Deletion=Nil
AE(C)
EE&SM
Download