You are on page 1of 106

Page |1

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Superintending Engineer cum PD
GPOA Building, Burma Mines.
CPWD, Jamshedpur-831007

NOTICE INVITING TENDER

NIT No.:04/SE cum PD/EE&SM(C-1)/JSR/2022-23.

Name of work: -Construction of 1000 Bedded (G+5) RCC framed Structured Boys Hostel including
internal water supply, sanitary installations, sewerage system, drainage, internal roads and pathway,
external sewer lines, septic tank, underground sump, rain water harvesting, compound wall, furnitures,
water treatment plant, drinking water cooler, internal electrical installation, fans, fittings, fire alarm
system, fire fighting system, solar PV power generation system, solar water heating system, CCTV,
HVAC, LAN system, LED street/compound/pathway/landscape lighting, Lifts, Civil & electrical
development, Horticulture and landscaping work on EPC Basis (Mode-I) at National Institute of
Technology, Jamshedpur (Jharkhand).

Estimated cost:
Civil : Rs. 72,46,97,024/-
+
E&M: Rs.16,91,52,161/-

TOTAL Rs. 89,38,49,185/-

Earnest Money : Rs 99,38,492/-

Performance Guarantee : 3% of tendered value.


SecurityDeposit : 2.5% of tendered value.
Period of Completion : 16 Months (3 months for planning &
designing +13 months for execution and
completion of work).
Page |2

Index
NIT No: 04/SE cum PD/EE&SM(C-1)/JSR/2022-23.
Name of Work:Construction of 1000 Bedded (G+5) RCC framed Structured Boys Hostel including
internal water supply, sanitary installations, sewerage system, drainage, internal roads and pathway,
external sewer lines, septic tank, underground sump, rain water harvesting, compound wall,
furnitures, water treatment plant, drinking water cooler, internal electrical installation, fans, fittings,
fire alarm system, fire fighting system, solar PV power generation system, solar water heating
system, CCTV, HVAC, LAN system, LED street/compound/pathway/landscape lighting, Lifts, Civil &
electrical development, Horticulture and landscaping work on EPC Basis (Mode-I) at National
Institute of Technology, Jamshedpur (Jharkhand).

Description Page No.


Cover Page 1
Index 2-3
PART-A: GENERAL INFORMATION 5-106
Press Notice 6
Glossary 7
Information & Instructions for Bidders for e-Bidding 8-16
CPWD-6 for e-bidding 17-25
Section-I: Brief Particulars of the work 26-29
Section-II: Information and Guidelines for bidders 30-35
Section-III: Criteria for Evaluation of the performance of bidders for eligibility 36
Letter of Transmittal 37-38
Forms A-J 39-56
List of approved construction technology:Annexure-A 57-61
CPWD-7 (EPC) 62-63
Acceptance 64
Proforma of Schedules (Schedule- A to F) 65-76
APPENDIX-I: List of Minimum number of Testing Equipments 77
APPENDIX-II: List of Machineries, Tools & Plants at Site 78
Scope of Work 79-93
Stages of payment & Mode of measurement 94-1106
Part-B: CIVIL WORKS 1-128

Scope of Work, User Requirement & Specifications for CIVIL WORKS 1-43
Horticulture works 44-53
General Conditions 54-72
Additional Conditions 72-75
Conditions of contract specific to GREEN BUILDING PRACTICE. 76-86
Additional Condition for CEMENT 87-88
Page |3

Additional Condition for STEEL REINFORCEMENT 89-91


Particular Specifications 92-119
Certificate of STRUCTURAL DESIGN 120
List of Prefered makes for CIVIL WORKS 121-125
Proforma for GUARANTEE BOND to be executed by the contractor for removal of 126
defects after completion in respect of WATER PROOFING WORKS.
Proforma for BANK GUARANTEE BOND 127

PART-C: ELECTRICAL & MECHANICAL WORKS 1-164

Scope and Specifications for E & M Works 2-156


LIST OF PREFFERED MAKES (FOR ELECTRICAL WORKS) 157-164
Part-D SCHEDULE OF QUANTITY And Price Bid sheet 1-10
Schedule of Quantity 2-8
Price Bid Sheet 9-10
PART – E ( Drawings) 15 pages
PART – F (Soil investigation Report) 1-26

Certified that this NIT No. 04/SE cum PD/EE&SM(C-1)/JSR/2022-23 amounting


to Rs. 89,38,49,185/- (Rupees Eighty Nine Crore Thirty Eight Lakh Forty Nine Thousand One
Hundred Eighty Five Only) is hereby approved.

Assistant Engineer-III(C) Assistant Engineer (Admin) Assistant Engineer (P) (E)


O/o- EE & SM (C)-1 O/o- SE cum PD O/o- SE cum PD
CPWD, Jamshedpur. CPWD, Jamshedpur CPWD, Jamshedpur

Executive Engineer & Senior Manager (C)-1 Executive Engineer & Senior Manager (E)
CPWD, Jamshedpur CPWD, Jamshedpur

Approved By:-

Superintending Engineer cum Project Director


CPWD, Jamshedpur
Page |4

Executive Engineer (P)


Region

BLANK
Mumai- 20
Page |5

PART-A
GENERAL INFORMATION
Page |6

CENTRAL PUBLIC WORKS DEPARTMENT


PRESS NOTICE

The Executive Engineer & Senior Manager (C)-1, CPWD, Jamshedpur (Room No-101, 1st Floor,
GPOA Building, Burmamines, Jamshedpur, Jharkhand-831007, Telephone No: 0657-2345330,
Email: ee1jsrproject.cpwd@gmail.com) on behalf of the President of India invites online
percentage rate bids on EPC Mode-I contract basis from CPWD enlisted contractors of
appropriate class in “Building & Roads category as well as eligible Firms/Bidders satisfying the
set eligibility criteria in two bid system (Technical cum Eligibility & Financial Bid) for the
following work:-

NIT No. – 04/SE cum PD/EE&SM(C-1)/JSR/2022-23.

Name of work: Construction of 1000 Bedded (G+5) RCC framed Structured Boys Hostel including
internal water supply, sanitary installations, sewerage system, drainage, internal roads and pathway,
external sewer lines, septic tank, underground sump, rain water harvesting, compound wall, furnitures,
water treatment plant, drinking water cooler, internal electrical installation, fans, fittings, fire alarm
system, fire fighting system, solar PV power generation system, solar water heating system, CCTV,
HVAC, LAN system, LED street/compound/pathway/landscape lighting, Lifts, Civil & electrical
development, Horticulture and landscaping work on EPC Basis (Mode-I) at National Institute of
Technology, Jamshedpur (Jharkhand).

Composite Estimated cost Rs. 89,38,49,185/-


Earnest Money Rs. 99,38,492/-
Time Period 16 (Sixteen) Months (03 month for planning, Design and
Approval + 13 months for Execution)
Pre-bid conference Pre-bid conference shall be held in the office of the
Superintending Engineer cum Project Director, CPWD
Jamshedpur (Office address: 1st Floor, GPOA Building,
Opposite- National Metallurgical Laboratory, Burmamines,
Jamshedpur, Jharkhand-831007) at 02:00 PM on 02.11.2022.
Last date & time of Up to 17/11/2022 up to 03:00 PM
submission of bids
Opening of Technical bids On 17/11/2022 03:30 PM onwards

The Bid forms and other details can be obtained from the website
https://etender.cpwd.gov.in Or www.cpwd.gov.in. All corrigendum / addendum shall only be
available on this website and shall not be published anywhere else.

Executive Engineer and Senior Manager (C)-1

CPWD, Jamshedpur
Page |7

** To be filled by

GLOSSARY

AAI Airport Authority of India


AE / AEE Assistant Engineer / Assistant Executive Engineer
B&R Building and Roads
BIM Building Information Management
BIS Bureau of Indian Standards
C & D Waste Construction & Demolition Waste
COA Council of Architecture
CPI Consumer Price Index
CPWD Central Public Works Department
DBR Design Basis Report
DLP Defects Liability Period
DSR Delhi Schedule of Rates
EE (C) Executive Engineer (Civil)
EE & SM (C) Executive Engineer & Senior Manager (Civil)
EE & SM (E) Executive Engineer & Senior Manager (Electrical)
SE cum PD Superintending Engineer cum Project Director
EE (E) Executive Engineer (Electrical)
EM Earnest Money
EPC Engineering Procurement & Construction
GCC General Conditions of Contract
GRIHA III Green Habitat Accomplished Rating
HSE Health Safety & Environment
IGBC Indian Green Building Council
IPC Interim Payment Certificate
IS Indian Standard
MAS Material at Site
MEP Mechanical Electrical Plumbing
MT Metric Ton
MTC Material Testing Certificate
NBC National Building Code
NGT National Green Tribunal
NIT Notice Inviting Tender
OEM Original Equipment Manufacturer
PPE Personal Protection Equipment
SAP Safety Action Plan
SOP Schedule of Payment/Standard oprateing procedure
SOQ Schedule of Quantities
STP Sewage Treatment Plant
per requrime
TDS Tax Deduction at Source
TPQAA Third Party Quality Assurance Agency
WPI Wholesale Price Index
WTP Water Treatment Plant
Page |8

Information and Instructions To Bidders For e-Bidding

The Executive Engineer & Senior Manager (C)-1, CPWD, Jamshedpur (Room No-101, 1st Floor,
GPOA Building, Burmamines, Jamshedpur, Jharkhand-831007, Telephone No: 0657-2345330, Email:
ee1jsrproject.cpwd@gmail.com) on behalf of the President of India invites online percentage rate bids
on EPC Mode-I contract basis from CPWD enlisted contractors of appropriate class in “Building &
Roads category as well as eligible Firms/Bidders satisfying the set eligibility criteria in two bid
system (Technical cum Eligibility & Financial Bid) for the following work:-

1. NIT No. 04/SE cum PD/EE&SM(C-1)/JSR/2022-23.


2. Name of Work Construction of 1000 Bedded (G+5) RCC framed Structured
Boys Hostel including internal water supply, sanitary
installations, sewerage system, drainage, internal roads and
pathway, external sewer lines, septic tank, underground
sump, rain water harvesting, compound wall, furnitures,
water treatment plant, drinking water cooler, internal
electrical installation, fans, fittings, fire alarm system, fire
fighting system, solar PV power generation system, solar
water heating system, CCTV, HVAC, LAN system, LED
street/compound/pathway/landscape lighting, Lifts, Civil &
electrical development, Horticulture and landscaping work on
EPC Basis (Mode-I) at National Institute of Technology,
Jamshedpur (Jharkhand).
3. Location National Institute of Technology, Jamshedpur.
4. Estimated cost put to bid Rs. 89,38,49,185/-(Composite)
5. Earnest Money Deposit Rs. 99,38,492/-
6. Time Period 16 (Sixteen) Months (03 month for planning, Design
and Approval + 13 months for Execution)
7. Pre-bid conference At 02.00 PM on 02/11/2022
8. Last date & time of submission
of bid, Declaration of EMD
Up to 17/11/2022 up to 03:00 PM
and other documents as
specified in NIT
9. Time and date of opening of
On 17/11/2022 03:30 PM onwards
Technical Bid
10. The list of the qualified bidders in technical bid, date &
Date & time of Opening of time of opening of financial bid shall be uploaded on the
financial bids. e-tendering website after evaluation of technical cum
eligibility bid.
(** To be filled by EE).

Intending bidder other than CPWD registered contractor enlisted in appropriate class in “Building &
Roads” category is eligible to submit the bid provided he has definite proof from the appropriate
Page |9

authority, which shall be to the satisfaction of the competent authority, of having satisfactorily
completed similar works of magnitude specified below: (Note: Joint ventures/Consortium and
Special Purpose Vehicles shall not be accepted).
(A) Eligibility criteria for Similar Work experience
The intending bidder should have satisfactorily completed the works as mentioned below
during the last Seven years ending last day of the month previous to the one in which
tender is invited.
(i) Three similar works each costing not less than Rs. 35.75 Cr.
or
Two similar works each costing not less than Rs. 53.63 Cr.
or
One similar work costing not less than Rs. 71.50 Cr.

Similar work shall mean:

“Construction of multi-storied Building with RCC framed structure having minimum one
building of five or more storeys including internal water supply, sanitary installations,
drainage, internal electrical installations, SITC of Lifts, solar PV power generation system, fire
alarm system, fire fighting system, CCTV,LAN (networking) (at least Four out of seven E&M
services) all executed in one composite agreement in India.”
OR
“Completing Balance Construction works of multi-storied Building with RCC framed
structure (including structural work) having minimum one building of five or more storeys
including internal water supply, sanitary installations, drainage, internal electrical
installations, SITC of Lifts, solar PV power generation system, fire alarm system, fire fighting
system, CCTV,LAN (networking) (at least Four out of seven E&M services) all executed in
one composite agreement in India.”

AND

(ii) One completed work costing not less than 17.88 Crore executed with the structural
system technology as proposed by the bidders in letter of transmittal during the last 07
(Seven) years ending last day of the month previous to the one in which tenders are invited.
This work can be part of eligible work at Para (A) (i) above or as a separate work.

NOTE: The CPWD enlisted contractor in appropriate class of “Building & Roads” category is
also required to qualify the eligibility criteria as A (ii) and required to submit work experience
certificate as A(ii)).

Note:
Godowns/warehouses/factory sheds/industrial building shall not be considered as eligible
similar works.
Mumty and Lift machine room shall not be counted as storey for above purpose.
Basement(s), stilt(s) constructed in the building shall be considered as a storey.
For the eligibility criteria of similar work as well as one work executed with Structural System
Technology, the works executed in India only shall be considered.
Qualified similar works as well as one work with Structural System Technology may be
physically inspected by the CPWD officials to ascertain the completion, performance on
quality of works for finalizing the eligibility cum technical bid. (The bidder may be required
P a g e | 10

to co-ordinate with the client department for the purpose of physical inspection of the work).
The cost of the work should be certified by an Officer of the client department not below the
rank of Executive Engineer/Project Manager or equivalent.
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 of the
work to the last day of the month previous to the one in which tender is invited.
If the similar work is executed for a private body then the bidder have to upload a certified copy
of the TDS Certificate (Form-16A & 26 A) along with the experience certificate. The amount
shown in TDS certificate should tally with the actual amount of work done, otherwise the
amount that tally with TDS shall only be considered for eligibility.

(B) Eligibility criteria for Finacial Eligibility:

i. Should have average annual financial turnover (gross) of Rs. 26.81 Crores on
construction work during the immediate last 03 (Three) consecutive financial years
ending 31st March 2022. This should be duly audited and certified by a chartered
accountant. Year in which no turnover is shown would also be considered for working
out the average. The bidders should upload certificate of financial turnover of last 07
(Seven) years ending March-2022 from a cartered accountant with Unique Document
Identification Number (UDIN).

Note:
1.Certificate as per Form-A is to be uploaded. There is no need to
upload entire voluminous balance sheet.
2.Further details/documents, if required may be asked from the
bidder after opening of Eligibilty cum Technical bid.
3.The value of the annual turnover figures shall be brought to
current value by enhancing the actual turnover figure at simple
rate of 7% per annum.
ii. Should not have incurred any loss (Profit after tax should be positive) in more than two
years during the available last five consecutive balance sheet ending March-2022 duly
audited and certified by chartered accountant. (Scanned copy of certificate from CA to
be uploaded as per Form-A). The balance sheet in case of Pvt./Public Ltd. Company
means its standlone financial statement and consolidated financial statement both.

iii. The bidder should have bankers certificate from a commercial bank of Rs. 35.75 Cr. (The
bankers certificate to be uploaded as per proforma given as Form- B).
OR
Net worth Certificate of minimum Rs. 8.94 Crore (i.e.10% of ECPT) issued by certified
Chartered Accountant (scanned copy of original net worth certificate issued by a
certified chartered accountant with Unique Document Identification Number as per the
proforma given as Form-B1 to be uploaded).
vii. The bidding capacity of the contractor should be 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= {[ × ×1.5]− }
where,
A=Maximum turnover in construction works executed in any one year during the last
P a g e | 11

seven years taking into account the completed as well as works in progress.The value of
the completed works shall be brought to current costing level by enhancing at a simple
rate of 7% per annum.
N=Number of years prescribed for completion of work for which bids has been invited.
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: The bidder shall upload the details of value of existing commitments & ongoing
works to be completed during the period of completion of the work for which tender in
invited along with calculation of bidding capacity as per the proforma given as Form-C3
duly certified by the Chartered Accountant.

(C) Ctiteria applicable to both CPWD and Non CPWD contractor:


The bidder should either himself meet the eligibility conditions for the architectural & structural
consultancy, specialized civil & E&M works or he will have to associate an agency meeting the
eligibility requirements for Consultant, specialized civil & E&M works after award of work and has to
submit details of such agency(s) conforming eligibility conditions as defined in the bid document to
the Executive Engineer of concerned component at least One month in advance from taking up
specific component. Names of the agency(s) to be associated shall be approved by the Engineer- in-
Charge of concerned component. The eligibility criteria for different specialized works are given in
respective sub-head of this tender document. The contractor shall submit details of such specialized
agency(ies) as given in respective sub-heads to the Executive Engineer of concerned component as
given below:
i) Name of Agency/firm:
ii) Name of specialized Work:
iii)Performance certificate from the client:
iv)Availability of manpower and machineries

1. 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.
2. Information and instructions for bidders posted on website shall form part of bid
document.
3. The bid document consisting of Conceptual Architectural plans, specifications, schedule of
quantities of items to be executed and the set of terms & conditions of the contract to be
complied with and other necessary documents can be seen and downloaded from e-tendering
website https://etender.cpwd.gov.in or www.cpwd.gov.in free of cost. Bidders are advised to
keep visiting above mentioned websites from time to time for any updates in respect of the
tender documents, if any. Failure to do so shall not absolve the bidders of his liabilities to
submit the bid complete in all respect including updates, if any. An incomplete bid may be
liable for rejection.
4. Those Bidders not registered or have not updated their profile on the website mentioned
above, are required to get registered/updated their profile before hand. The necessary training
materials including the videos with step to step process are available on download section of
https://etender.cpwd.gov.in .
5.The bid can only be submitted after deposition of original EMD either in the office of
P a g e | 12

Executive Engineer inviting bids or Division office of any Executive Engineer, CPWD
within the period of bid submission and uploading the mandatory scanned documents such as
Treasury Challan/Deposit at Call Receipt of a scheduled Bank guauranteed by the
RBI/Banker’s Cheque of a scheduled bank/Demand Draft of a scheduled bank/Fixed Deposit
Receipt of a scheduled bank towards EMD in favour of “The Executive Engineer, NIT
Project Division, CPWD Jamshedpur”, copy of receipt of deposition of original EMD to
the division office of any Executive Engineer (including NIT issuing EE), CPWD and other
documents specified in the NIT.
A part of earnest money deposit (EMD) is acceptable in the form of bank guarantee also.
In such case 50% of earnest money or 20 Lakh whichever is less, will have to be
deposited in shape prescribed above and balance can be accepted in form of Bank
Guarantee issued by a scheduled bank. The bank guarantee submitted as a part of the
Earnest Money should be valid for a period of 180 days or more from the last date
of submission of the bid.

The Bank details for submission of EMD and Performance Guarantee are as follows:

Name of A/c Holder: The Executive Engineer, NIT Project Division, CPWD
Jamshedpur.
Name of Bank & Branch: State Bank of India, Main Branch Bistupur, Jamshedpur.
Bank Account Number: 36972027420
IFSC code: SBIN0000096
MICR code: 831002002

NOTE: While submitting the EMD the bidders should ensure that any
insertion/addition/deletion in the FDR/TDR issued by the bank should be properly
authenticated/ stamped by the issuing bank. In the absence of which the EMD shall not be
considered in proper form and bid of the bidder shall be rejected by the Engineer-in-
charge.

6. The intending bidders must have valid class-III digital signature certificate with encryption
key (combo type) to perform any operation/transactions on the e-tendering website/portal and
the bidder should download and install the eMsigner on their system as per instruction avaiable
on download section on the etendering website i.e https://etender.cpwd.gov.in .
7. On opening date, the Bidder can login and see the bid opening process. After opening of bids,
he will receive the competitor bid sheets.
8. Bidders can upload documents in the form of JPG format and PDF format.
9. Bidder must ensure that full page of document is properly scanned and uploaded document
is legible.
10. Bidders must ensure to quote rate of each item. The column meant for quoting rate in figures
appears in yellow colour and the moment rate is entered, it turns sky blue. In addition to this
while selecting any of the cells, a warning appears that if any cells left blank, the same shall
be treated as 0(ZERO). 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 tendered quotes NIL rates against each item in item rate tender or does not
quote any percentage above/below/at par 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.
P a g e | 13

11. The Eligibility cum Technical bid shall be opened first on due date and time as mentioned
above. The time and date of opening of financial bid of bidders qualifying the eligibility
(Technical) bid shall be communicated to them at a later date.
12. Pre-bid conference shall be held with the intending bidders in the Conference Room in the
office of the Superintending Engineer cum Project Director, CPWD Jamshedpur (Office
Address: 1st Floor, GPOA Building, Opposite- National Mettalurgical Laboratory,
Burmamines, Jamshedpur, Jharkhand-831007) at 02:00 PM on 02/11/2022 to clear the doubt
of intending bidders, if any. Bidders may send their queries before pre-bid conference, latest
by 05:00 PM on 01/11/2022 to the office of the Executive Engineer & Senior Manager (C)-1,
CPWD Jamshedpur through email on ee1jsrproject.cpwd@gmail.com . After pre-bid
conference, modifications if required in the bid documents and clarifications to the queries
raised by intending bidders will be uploaded on the e-tendering website. If further pre-bid
conferences are required for complete and effective interactios, the date and time of of the
same will be communicated at the end of 1st pre-bid conference or later. All
modifications/addendum/corrigendum including minutes of pre-bid meeting(s) issued
regarding this bidding proces shall be uploaded on the e-tendering website only and shall not
be published anywhere else.
13. The department reserves the right to reject any prospective application without assigning any
reason thereof and to restrict the list of qualified bidders to any number deemed suitable by it,
if too many bids are received satisfying the minimum laid down criteria.
14.If any information furnished by the bidder is found incorrect at a later stage, he shall be liable
to be debarred from tendering/taking up of works in CPWD. The department reserves the right
to verify the particulars furnished by the applicant independently.
15.After submission of the bid the agency 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,
agency 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.
16.The bidder shall propose to adopt Structural System Technology as mentioned in the letter of
transmittal.
17.The bid submitted shall become invalid & e-bidding processing fee shall not refundable
if:-
i. The bidder is found ineligible.
ii. The bidder does not deposit EMD with division office of any Executive
Engineer, CPWD and does not upload the receipt of deposition of original
EMD.
iii. The bidder does not upload scanned copy of all the documents (including
GST registration certificate) as stipulated in the NIT.
18. This work require engaging more than 20 nos. of workers/labours and therefore all applicable
licenses such as labour license, EPFO & ESI, BOCW registration etc. shall be taken by the
contractor within the time limit as prescribed under clause-1 of the schedule-F.

19.Contractor shall not divert any advance payment or part thereof for any other purpose other
than needed for completion of the contracted work. All advance payments received as per
terms of the contract (i.e mobilization advance, secured advance against materials brought at
site, secured advance against plant and machinery and/or for work done during interim stages
etc.) are required to be re-invested in the contracted work to ensure advance availability of
resource I terms of materials, labour, plant & machinery needed for required pace of progress
for timely completion of the work.
20.The safety and security of the completed building shall be the responsibility of the contractor
till handing over to the client department i.e National Institute of Technology, Jamshedpur.
After completion of the work, handing/taking over process may take time and the responsibility
P a g e | 14

of the building including all fittings/fixture shall be the responsibility of the contractor and
othing extra shall be payable on this account.
21.The accommodation for labour camps may not be allowed on the proposed site of the work and
contractor has to make his own arrangement for labour camps outside the campus of NIT
Jamshedpur. Nothing extra shall be paid on this account.
22. In case of reduction in scope of work, no claim on account of reduction in value of work, loss
of expected profit and consequential overheads etc. shall be entertained.
23. GST or any other applicable taxes in respect of inputs procured by the contractor for this
contract shall be payable by the contractor and CPWD will not entertain any claim whatsoever
in respect of the same.
24. The contractor will have to engage technical and administrative staffs for proper execution of
the contract as per clause-32 in schedule-F. the contractor shall have to submit a list of these
employee stating clearly how these would be involved in this work within 15 days of award of
the work.
25. The bidder shall upload and affidavit stating that he has not been barred/blacklisted by the
central/state government department or any PSU/Autonomous body of central/state
government. (The proforma for the affidavit is given as Form-K in this NIT).
26. The contractor shall associate specialised agency meeting the eligibility requirements for
Consultant, specialized civil & E&M works after award of work and has to submit details of
such agency(s) conforming eligibility conditions as defined in the bid document to the
Executive Engineer of concerned component at least Two months in advance from taking up
specific component. Names of the agency(s) to be associated shall be approved by the
Engineer- in- Charge of concerned component.
27. It shall be the sole responsibility of the contractor to sort out any dispute/litigation with the
engaged specialized agency without any time & cost overrun to the department. the contractor
shall ensure that the work shall not suffer on account of litigation/dispute between him and the
specialilsed agencies. No claim of hindrance in the work shall be entertained from the
contractor on this account. No extension of time shall be granted and no claim whatsoever, of
any kind shall be entertained from the contractor on account of delay attributable to the
selection/rejection of the specialized agencies.
28. Any dispute arising out of this tender including dispute related to encashment of any Bank
Guarantee/FDR etc shall be subject to the jurisdiction of the courts of Jharkhand state only.
29. Tenders with any condition including that of conditional rebates shall be rejected.

30. List of Original Documents to be scanned and uploaded within the period of bid
submission:

a) For CPWD enlisted contractor/bidders.

1 Treasury Challan/Deposit at Call Receipt of a scheduled Bank guauranteed by the


RBI/Banker’s Cheque of a scheduled bank/Demand Draft of a scheduled bank/Fixed
Deposit Receipt of a scheduled bank/Bank Guarantee (for balance amount prescribed)
issued by a scheduled bank towards EMD in favour of “The Executive Engineer, NIT
Project Division, CPWD Jamshedpur”.
2 Copy of receipt for deposition of original EMD to divison office of any Executive
Engineer (including NIT inviting EE), CPWD as per proforma given as Form-G.
3 Enlistment order in appropriate class of “Building & Roads” category in CPWD.
4 Letter of Transmittal.
4 Permanent Account Number (PAN) as issued by the Income Tax Department.
5 Affidavit regarding debarment from any department on Non-judicial stamp paper worth
Rs.100/- duly notorised (as per Form-“I”).
P a g e | 15

6 GST Registration certificate, if already obtained by the bidder.


If the bidder has not obtained GST registration as applicable, then he shall scan and
upload an undrtaking in prescribed proforma as Form-J on a non-judicial stamp paper
of worth Rs.100/- duly notorised.

7
Details of existing commitments & ongoing works to be completed during the period of
completion of the work for which tender in invited along with calculation of bidding
capacity as per the proforma given as Form-C3 duly certified by the Chartered Accountant.
8 Details of one work in support of having successfully completed with the Structural
System Technology proposed to be used in the work (Form-C2).

9 Certificate from the owner department in support of having successfully completed one
work with Structural System Technology proposed to be used in the work (Form- D2).

10 Affidavit on Non-judicial stamp paper of worth Rs.100/- duly notorised regarding


execution of similar nature of work (as per Form-E).

b) For Non-CPWD contractors/bidders

1 Treasury Challan/Deposit at Call Receipt of a scheduled Bank guauranteed by the


RBI/Banker’s Cheque of a scheduled bank/Demand Draft of a scheduled bank/Fixed Deposit
Receipt of a scheduled bank/Bank Guarantee (for balance amount prescribed) issued by a
scheduled bank towards EMD in favour of “The Executive Engineer, NIT Project
Division, CPWD Jamshedpur”.
2 Copy of receipt for deposition of original EMD to divison office of any Executive
Engineer (including NIT inviting EE), CPWD as per proforma given as Form-G.
Letter of Transmittal.
3
4 Certificate of Finacial Turnover from a Chartered Accountant (Form-A)
5 Banker’s certificate from a commercial bank (Form-B)
OR
Net worth certificate from a Chartered Accountant (Form-B1)
Details of eligible similar nature of works completed during the last seven years ending last
6
day of the month previous to the one in which tender is invited (Form-C).
Details of Ongoing works (Form-C1)
7.
Details of one work in support of having successfully completed with the Structural System
8
Technology proposed to be used in the work (Form-C2).
Performance report (as per Form-D) of the eligible similar works mentioned in Form-C.
9
10 Certificate from the owner department in support of having successfully completed one work
with Structural System Technology proposed to be used in the work (Form- D2).
11 Affidavit on Non-judicial stamp paper of worth Rs.100/- duly notorised regarding execution
of similar nature of work (as per Form-E).
12 Details of Structure & Organization of the bidder (Form-F)

13 Affidavit regarding debarment from any department on Non-judicial stamp paper worth
Rs.100/- duly notorised (as per Form-“I”).
14 Permanent Account Number (PAN) as issued by the Income Tax Department.
P a g e | 16

15 GST Registration certificate, if already obtained by the bidder.

If the bidder has not obtained GST registration as applicable, then he shall scan and
upload an undrtaking in prescribed proforma as Form-J on a non-judicial stamp paper
of worth Rs.100/- duly notorised.
16 Details of existing commitments & ongoing works to be completed during the period of
completion of the work for which tender in invited along with calculation of bidding
capacity as per the proforma given as Form-C3 duly certified by the Chartered Accountant.

17 Complete set of TDS certificate (Form 16 & 26A) in case the eligible similar work(s) is/are
executed for a private body.

Note:1. For CPWD Enlisted contractors, the documents which are not required to be uploaded in the
mandatory rows which will appear in the computer screen while uploading the tender, they are requested
to kindly upload their valid Enlistment copy on those mandatory rows so as to facilitate them to upload
their documents successfully as per system requirement of e-tendering.

Executive Engineer & Senior Manager (C)-1

CPWD, Jamshedpur

(**/**/2022- to be filled by EE)


P a g e | 17

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

CPWD-6 FOR e-BIDDING

1. The Executive Engineer & Senior Manager (C)-1, CPWD, Jamshedpur (Room No-101, 1st Floor,
GPOA Building, Burmamines, Jamshedpur, Jharkhand-831007, Telephone No: 0657-2345330,
Email: ee1jsrproject.cpwd@gmail.com) on behalf of the President of India invites online percentage
rate bids on EPC Mode-I contract basis from CPWD enlisted contractors of appropriate class in
“Building & Roads category as well as eligible Firms/Bidders satisfying the set eligibility criteria in
two bid system (Technical cum Eligibility & Financial Bid) for the following work:-

NIT No.– 04/SE cum PD/EE&SM(C-1)/JSR/2022-23.

Name of work: - Construction of 1000 Bedded (G+5) RCC framed Structured Boys Hostel including
internal water supply, sanitary installations, sewerage system, drainage, internal roads and pathway,
external sewer lines, septic tank, underground sump, rain water harvesting, compound wall, furnitures,
water treatment plant, drinking water cooler, internal electrical installation, fans, fittings, fire alarm
system, fire fighting system, solar PV power generation system, solar water heating system, CCTV,
HVAC, LAN system, LED street/compound/pathway/landscape lighting, Lifts, Civil & electrical
development, Horticulture and landscaping work on EPC Basis (Mode-I) at National Institute of
Technology, Jamshedpur (Jharkhand).

The work is estimated to cost Rs. 89,38,49,185/-. This estimate, however, is given merely as a
rough guide.

1.1 The enlistment of contractor in CPWD should be valid on the last date of submission of bids. In case
the last date of submission of bid is extended, the enlistment should be valid on the original date of
submission of bids.
1.2 Intending bidder other than CPWD enlisted contractor in appropriate class of “Building & Roads”
category is eligible for bidding provided he has definite proof from the appropriate authority, which
shall be to the satisfaction of the competent authority for the following eligibility criteria:

(A). Eligibility criteria for Similar Work experience (Criteria no-(i) given below is not applicable on
CPWD enlisted contractor in appropriate class & category. However criteria no-(ii) shall be applicable on
CPWD enlisted contractor also).
The intending bidder should have satisfactorily completed the works as mentioned below during the last
Seven years ending last day of the month previous to the one in which tender is invited.
(i) Three similar works each costing not less than Rs. 35.75 Cr.
or
Two similar works each costing not less than Rs. 53.63 Cr.
or
One similar work costing not less than Rs. 71.50 Cr.

Similar work shall mean:


P a g e | 18

“Construction of multi-storied Building with RCC framed structure having minimum one building
of five or more storeys including internal water supply, sanitary installations, drainage, internal
electrical installations, SITC of Lifts, solar PV power generation system, fire alarm system, fire
fighting system, CCTV,LAN(Networking) (at least four out of seven E&M services) all executed in
one composite agreement in India.”
OR
“Completing Balance Construction works of multi-storied Building with RCC framed structure
(including structural work) having minimum one building of five or more storeys including
internal water supply, sanitary installations, drainage, internal electrical installations, SITC of
Lifts, solar PV power generation system, fire alarm system, fire fighting system,
CCTV,LAN(Networking) (at least four out of seven E&M services) all executed in one
composite agreement in India.”

AND

(ii)One completed work costing not less than Rs. 17.88 Crore executed with the
structural system technology as proposed by the bidders in letter of transmittal during
the last 07 (Seven) years ending last day of the month previous to the one in which
tenders are invited. This work can be part of eligible work at Para (A) (i) above or as a
separate work. (NOTE: The CPWD enlisted contractor in appropriate class of “Building &
Roads” category is also required to qualify this criteria and required to submit work
experience certificate for the same).

Note:
 Godowns/warehouses/factory sheds/industrial building shall not be considered as eligible
similar works.
 Mumty and Lift machine room shall not be counted as storey for above purpose.
 Basement(s), stilt(s) constructed in the building shall be considered as a storey.
 For the eligibility criteria of similar work as well as one work executed with Structural System
Technology, the works executed in India only shall be considered.
 Qualified similar works as well as one work with Structural System Technology may be
physically inspected by the CPWD officials to ascertain the completion, performance on
quality of works for finalizing the eligibility cum technical bid. (The bidder may be required
to co-ordinate with the client department for the purpose of physical inspection of the work).
 The cost of the work should be certified by an Officer of the client department not below the
rank of Executive Engineer/Project Manager or equivalent.
 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 of the
work to the last day of the month previous to the one in which tender is invited.
 If the similar work is executed for a private body then the bidder have to upload a certified copy
of the TDS Certificate (Form-16A & 26 A) along with the experience certificate. The amount
shown in TDS certificate should tally with the actual amount of work done, otherwise the
amount that tally with TDS shall only be considered for eligibility.

(B) Eligibility criteria for Finacial Eligibility: (Criteria no-(i), (ii) & (iii) given below are not applied
on CPWD enlisted contractor in appropriate class & category. However criteria no-(iv) shall be
applicable on CPWD enlisted contractor also).

(i) Should have average annual financial turnover (gross) of Rs. 26.81 Crores on construction
work during the immediate last 03 (Three) consecutive financial years ending 31st March
2022. This should be duly audited and certified by a chartered accountant. Year in which no
turnover is shown would also be considered for working out the average. The bidders should
P a g e | 19

upload certificate of financial turnover of last 07 (Seven) years ending March-2022 from a
cartered accountant with Unique Document Identification Number (UDIN).

Note:
 Certificate as per Form-A is to be uploaded. There is no need to upload entire
voluminous balance sheet.
 Further details/documents, if required may be asked from the bidder after opening of
Eligibilty cum Technical bid.
 The value of the annual turnover figures shall be brought to current value by
enhancing the actual turnover figure at simple rate of 7% per annum.

(ii) Should not have incurred any loss (Profit after tax should be positive) in more than two
years during the available last five consecutive balance sheet ending March-2022 duly audited
and certified by chartered accountant. (Scanned copy of certificate from CA to be uploaded
as per Form-A). The balance sheet in case of Pvt./Public Ltd. Company means its
standlone financial statement and consolidated financial statement both.
(iii) The bidder should have bankers certificate from a commercial bank of Rs. 35.75 Cr. (The
bankers certificate to be uploaded as per proforma given as Form- B).
OR
Net worth Certificate of minimum Rs. 8.94 Cr. (i.e.10% of ECPT) issued by certified
Chartered Accountant (scanned copy of original net worth certificate issued by a certified
chartered accountant with Unique Document Identification Number as per the proforma
given as Form-B1 to be uploaded).
(iv) The bidding capacity of the contractor should be 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= {[ × ×1.5]− }
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 the
completed works shall be brought to current costing level by enhancing at a simple rate of
7% per annum.
N=Number of years prescribed for completion of work for which bids has been invited.
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: The bidder shall upload the details of value of existing commitments & ongoing
works to be completed during the period of completion of the work for which tender in
invited along with calculation of bidding capacity as per the proforma given as Form-
C3 duly certified by the Chartered Accountant.

2. The time allowed for carrying out the work will be 16 months (3 months for planning & designing +
13 months for execution and completion of work) 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 document.
P a g e | 20

3. Defect Liability Period shall be 60 months after the date of completion. Intending Bidders are
advised to quote their rate accordingly.

4. The intending bidders are required to update their profile in CPWD e-tendering portal and to upload
their bids well in advance of last date of submission of tender. Any issue related to uploading
profile/uploading tender can be resolved through the concerned executive engineer (Phone No: 0657-
2345330, email id: ee1jsrproject.cpwd@gmail.com) or ERP help line no. 18001803286 or email id
cpwd.support@techmahindra.com. The e-tendering bidders are also advised not to wait to raise any
issues till last date of submission of bid in their own interest.

5. Complete set of TDS certificate (Form 16A & 26A) to be uploaded in case the similar work is
executed for a private body, which shall form basis for establishing the completion of the work
executed.

6. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD-7 including
General Condition of Contract 2022 for EPC Projects as amended up to the last date of submission of
bid, which is available as a Govt. of India Publication and also available on website www.cpwd.gov.in.
Bidders shall quote his rates as per various terms and conditions of the said form which will form part
of the agreement.

7. The site of the work is available.

8. If any modification in design/drawings is needed as per site conditions or subsequent to proof


checking, the contractor shall do/redo the design and proof checking without any extra cost. The
decision of Engineer-in-charge in this regard shall be final and bindng. No claim whatsoever on this
account will be entertained.

9. The bid document consisting of scope of work, conceptual plans, specifications, schedule of
quantities of items to be executed and the set of terms & conditions of the contract to be complied with
including “General Condition of Contract-2022 for EPC Projects” and other necessary documents can
be seen and downloaded from e-tendering website https://etender.cpwd.gov.in or www.cpwd.gov.in
free of cost. Bidders are advised to keep visiting above mentioned websites from time to time for any
updates in respect of the tender documents, if any. Failure to do so shall not absolve the bidders of his
liabilities to submit the bid complete in all respect including updates, if any. An incomplete bid may be
liable for rejection.
10. 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. The bidders are not permitted to quote the
rate or modify their quoted rate in any physical format whatsoever. The bids submitted online shall
only be considered.
11. Online bid documents submitted by the intending bidders shall be opened only of those bidders
whose scanned copy of original EMD and the receipt of deposition of original EMD to the division
office of any Executive Engineer (including tender inviting EE), CPWD has been uploaded.
12. Earnest Money in the form of Treasury Challan/Deposit at Call Receipt of a scheduled Bank
guauranteed by the RBI/Banker’s Cheque of a scheduled bank/Demand Draft of a scheduled
bank/Fixed Deposit Receipt of a scheduled bank towards EMD in favour of “The Executive
Engineer, NIT Project Division, CPWD Jamshedpur” to be scanned and uploaded to the e-
Tendering website within the period of bid submission. The original EMD should be deposited either
in the office of the Executive Engineer inviting bids or division office of any Executive Engineer,
CPWD within the period of bid submission. The EMD receiving EE/AE shall issue a receipt of
P a g e | 21

deposition of original earnest money deposit to the bidder in a prescribed format uploaded by tender
inviting EE in the NIT. The receipt shall also be uploaded to the e-tendering website by the intending
bidder upto the specified bid submission date and time.

A part of earnest money deposit (EMD) is acceptable in the form of bank guarantee also. In such
case 50% of earnest money or 20 Lakh whichever is less, will have to be deposited in shape
prescribed above and balance can be accepted in form of Bank Guarantee issued by a scheduled
bank. The bank guarantee submitted as a part of the Earnest Money should be valid for a
period of 180 days or more from the last date of submission of the bid.

The Bank details for submission of EMD and Performance Guarantee are as follows:

Name of A/c Holder: The Executive Engineer, NIT Project Division, CPWD Jamshedpur.
Name of Bank & Branch: State Bank of India, Main Branch Bistupur, Jamshedpur.
Bank Account Number: 36972027420
IFSC code: SBIN0000096
MICR code: 831002002

NOTE: While submitting the EMD the bidders should ensure that any
insertion/addition/deletion in the FDR/TDR issued by the bank should be properly authenticated/
stamped by the issuing bank. In the absence of which the EMD shall not be considered in proper
form and bid of the bidder shall be rejected by the Engineer-in-charge.
The earnest money given by all the tenderes except the lowest tenderes shall be refunded
immediately after the expiry of the stipulated bid validity period or immediately after
acceptance of the successful bidder, whichever is earlier. However, EMD of bidders
unsuccessful during technical bid evaluation shall be returned within 30 days of declaration
of result of technical bid evaluation.

13. Copy of Enlistment Order, certificate of work experience and other documents as specified in the
NIT shall be scanned and uploaded to the e-Tendering website within the period of bid submission.
Online bid documents submitted by intending bidders shall be opened only of those bidders, whose
original EMD deposited with any division of CPWD and other documents scanned and uploaded are
found in order.
The bid submitted shall be opened at 03.30 PM onwards on 17/11/2022.
14. GST or any other tax applicable in respect of inputs procured by the bidder for this contract
shall be payable by the bidder and government will not entertain any claim whatsoever in
respect of the same. However, component of GST at time of supply of service (as provided in
CGST Act 2017) provided by the contract shall be varied if different from that applicable on
the last date of receipt of the tender including extension if any.
15. The eligibility cum Technical bid shall be opened first on due date and time as mentioned above.
The time and date of opening of financial bid of contractors qualifying the eligibility (Technical) bid
shall be uploaded on the e-tendering website. The bidders are advised to regularly visit the website for
any updates.
16. Pre- bid conference shall be held with the intending bidders in the Conference Room in the office
of the Superintending Engineer cum Project Director, CPWD Jamshedpur (Office Address: 1st Floor,
GPOA Building, Opposite- National Mettalurgical Laboratory, Burmamines, Jamshedpur, Jharkhand-
831007) at 02:00 PM on 02/11/2022 to clear the doubt of intending bidders, if any. Bidders may send
their queries before pre-bid conference, latest by 05:00 PM on 01/11/2022 to the office of the
Executive Engineer & Senior Manager (C)-1, CPWD Jamshedpur through email on
P a g e | 22

ee1jsrproject.cpwd@gmail.com . After pre-bid conference, modifications if required in the bid


documents and clarifications to the queries raised by intending bidders will be uploaded on the e-
tendering website. If further pre-bid conferences are required for complete and effective interactios,
the date and time of of the same will be communicated at the end of 1st pre-bid conference or later. All
modifications/addendum/corrigendum including minutes of pre-bid meeting(s) issued regarding this
bidding proces shall be uploaded on the e-tendering website only and shall not be published anywhere
else.
17. The bid submitted shall become invalid & e-bidding processing fee shall not refundable if:-
i. The bidder is found ineligible.
ii. The bidder does not deposit EMD with division office of any Executive
Engineer, CPWD and does not upload the receipt of deposition of
original EMD.
iii. The bidder does not upload scanned copy of all the documents (including
GST registration certificate) as stipulated in the NIT.
iv. If a tenderer quotes nil rates against each item in item rate tender or does
not quote any percentage above/below/at par 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.
18. The contractor whose bid is accepted will be required to furnish performance guarantee of 3%
(Three Percent) of the bid amount within the period specified in schedule F. This guarantee shall
be in form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt or
Bank Guarantee from any of commercial bank in accordance with the prescribed form (Form-H).
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 the bid shall be returned after receiving the 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 license, registration with EPFO,
ESIC and BOCW wefare board including provident fund code no. if applicable and also ensure
compliance of aforesaid provisions by the sub-contractors, if any engaged by the contractor and
programe chart (Time & progress) within the period specified in schedule-F.

19. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub- soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation
they may require and in general they shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their bid. A bidder shall be
deemed to have full knowledge of the site whether he inspects it or not and no extra charge/claim
consequent on any misunderstanding or otherwise shall be allowed. The bidder shall be
responsible for arranging and maintaining at his own cost all materials, tools & plants,
water,electricity access, facilities for workers and all other services required for executing the
work unless otherwise specifically provided for in the contract documents. Submission of a bid by
a bidder implies that he has read this notice and all other contract documents and has made himself
aware of the scope and specifications of the work to be done and local conditions and other factors
having a bearing on the execution of the work.
20. The competent authority on behalf of the President of India does not bind itself to accept the
lowest or any other bid and reserves to itself the authority to reject any or all the bids received
without assigning any reason thereof. Bids in which any of the prescribed conditionsis not fulfilled
or any condition including that of conditional rebate is put forth by the bidders shall be summarily
rejected.

21. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and
the bids submitted by thecontractors who resort to canvassing will beliable to rejection.
P a g e | 23

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

23. 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 as a Divisional Accountant or as an officer in any capacity
between the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall
also intimatethe 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 Housing & Urban Affairs. Any breach of this condition by the
contractor would render him liable to be removed from the approved list of contractors of this
Department in case of CPWD registered Bidders and this breach by other Bidders i.e. non
CPWD registered shall be treated as concealing of information and appropriate action will be
taken for blacklisting such contractors.

24. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or


Administrative duties in an Engineering Department of the Government of India is allowed to
work as a contractor for a period of one year after his retirement from Government service,
without the prior permission of the Government of India in writing. This contract is liable to be
cancelled if either the contractor or any of his employees is found any time to be such a person
who has not obtained the permission of the Government of India as aforesaid before submission
of the bid or engagement in the contractor’s service.

25. The tender for the works shall remain open for acceptance for a period of Seventy Five (75) days
from the date of opening of technical bid.

i. If any tenderer withdraws his tender or makes any modification in the terms and
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.
ii. If any tenderer withdraws his tender or makes any modification in the terms and
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.

In case of forfeiture of earnest money as prescribed at sl. No- 25 (i) & (ii) above, the bidder
shall not be allowed to participate in the rebidding process of the same work.

26. This notice inviting tender shall form a part of the contract document. The successful
bidder/contractor, on acceptance of his bid by the Accepting Authority shall within 15 days from
the stipulated date of start of the work, sign the contract consisting of:-
a) The Notice Inviting 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 anycorrespondence leading thereto.
b) Standard C.P.W.D. Form-7, General Condition of Contract-2022 for EPC Projects
including modification/amendment up to the last date of submission of the bid.
P a g e | 24

27. For Composite Bids

a. The Executive Engineer and Senior Manager (C)-1, CPWD Jamshedpur, in charge of
the civil component will call bids for the composite work. The cost of bid document and
Earnest Money will be fixed with respect to the combined estimated cost put to bid for the
composite EPC bid.
b. The bidders must associate himself, with agencies of the appropriate class eligible to
bid as per the CPWD guidelines for each of the minor component individually as per
details given in respective minor component.
c. The eligible bidders shall quote rates for all items of bid documents.
d. After acceptance of the bid by the competent authority, the EE in charge who initiated
bid shall issue letter of award on behalf of the President of India. After the work is
awarded, the main contractor will have to enter into one agreement with EE in charge of
civil component and has also to sign two or more copies of agreement. One such signed
set of agreement shall be handed over to EE in charge of minor components. The
Executive Engineer & Senior Manager (Elect) will operate the minor component
pertaining to E&M works and DDH will operate the Horticulture works.
e. Entire work under the scope of composite bid including major and all minor
components shall be executed under one agreement.
f. Security Deposit will be deducted separately for each component corresponding to the
respective component of works.
g. The main contractor has to associate agency(ies) for minor component(s)
conforming to eligibility criteria as defined in the bid document and has to submit detail
of such agency(ies) to Engineer-in-charge of minor component(s) within prescribed
time. Name of the agency(ies) to be associated shall be approved by Engineer- in-charge
of minor component(s).
h. 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 minor component. The new agency/agencies shall also have to satisfy the
laid down eligibility criteria. In case Engineer-in-charge is not satisfied with the
performance of any agency, he can direct the contractor to change the agency
executing such items ofwork and this shall be binding on the contractor.
i. The main contractor has to enter into Agreement/MoU with the contractor(s)
associated by him for execution of minor component(s). Copy of such MoU shall be
submitted to EE in charge of each minor work as well as EE in charge of major
component. In case of change of associate contractor, the main contractor has to enter
into MoU/agreement with the new contractor associated by him.
j. Running payment for the major component shall be made by EE of major discipline
to the main contractor. Running payment for minor components shall be made by the
Engineer-in- charge of the discipline of minor component directly to the main
contractor. In case main contractor fails to make the payment to contractor associated by
him for specified component(s) within 15 days of receipt of each running account
payment then on the written complain of the contractor associated for such specified
component(s), the Executive Engineer in charge of such component shall serve show
cause notice to main contractor and after considering the replyof the same he may make
payment directly to the contractor associated for specified component(s) as per terms
and conditions of the agreement drawn between main contractor and the associated
contractor for the specified component(s).
k. 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
P a g e | 25

other components.
l. Final bill will be submitted by the contractor to the respective Executive
Engineers/DDH of major and minor component within 02 months after actual date of
completion. Final bill of whole work shall be finalized and paid by the EE of major
component within four months after submission of final bill by the contractor.
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.
28. The responsibility of soil investigation, designing, planning, procurement,
construction, safety, quality and risk of engineering lies with the EPC contractor.
29. The contractor shall be deemed to have satisfied himself before tendering as to the
correctness and sufficiency of his tender for the works and the rates and prices quoted in
the schedule of the financial bids inthis tender document, which rates and prices shall,
except as otherwise provided, cover all his obligations under the contract and all matters
and things necessary for proper completion of the work.
30. If there is any diiference or discrepenacy between the description of items as given
in the schedule of quantity, particular specifications for individual items of work
(including special condition) and IS codes etc. following order of preference shall be
followed:
i) Description of nomenclature of items in bid documents.
ii) Description under scope of work and schedule of finishes.
iii) Technical specifications.
iv) Architectural/structural drawings.
v) CPWD specifications for corresponding component with up to date
correction slips.
vi) Indian standard specification of B.I.S.
vii) National Building Code-2016
viii) Manufacturers specification.
ix) Sound engineering practice.

In the event of any variation/discrepancy in the drawings, specifications and tender


documents etc., the decision of the Engineer-in-charge shall be final and conclusive on
the contractor and in the case the contractor have any doubt, the same should be clarified
immediately from the engineer-in-charge and no claim of the contractor shall be
entertained. Moreover, the agency is not allowed to take benefit out of
clerical/grammatical mistake in the standard clauses/schedule of quantities/specifications
etc. used in the agreement.

EE & SM (C)-1
CPWD, Jamshedpur
P a g e | 26

Section-I
BRIEF PARTICULARS OF THE WORK
Salient details of the work for which bids are invited are as under:

Name of Work Construction of 1000 Bedded (G+5) RCC framed Structured Boys Hostel
including internal water supply, sanitary installations, sewerage system,
drainage, internal roads and pathway, external sewer lines, septic tank,
underground sump, rain water harvesting, compound wall, furnitures,
water treatment plant, drinking water cooler, internal electrical installation,
fans, fittings, fire alarm system, fire fighting system, solar PV power
generation system, solar water heating system, CCTV, HVAC, LAN
system, LED street/compound/pathway/landscape lighting, Lifts, Civil &
electrical development, Horticulture and landscaping work on EPC Basis
(Mode-I) at National Institute of Technology, Jamshedpur (Jharkhand).
Estimated cost put Rs. 89,38,49,185/- (Composite)
to tender
Time allowed for 16 (Sixteen) Months (03 month for planning, Design and Approval + 13
Work Completion months for Execution)

1. The proposed work is located in the campus of National Institute of Technology, Jamshedpur.
2. General features and major components of the work are as under:
The present tender is for Construction of 1000 bedded (G+5) RCC framed Structured Boys
Hostel at NIT Jamshedpur. The brief scope of work is as under; however, the detailed scope are
mentioned elsewhere in this tender document.
a) Obtaining all required Approvals from Local Authorities / Central Authorities / other Statutory
Authorities / Fire NOCs from inception to completion and occupation.
b) Consultancy services for Architectural, structural, internal roads, landscaping and design of
services for Civil, Electrical & Mechanical services etc. complete as mentioned elsewhere in this
tender document.
c) Construction of G+5 Storeyd R.C.C. framed buildings as per specifications mentioned in tender
documents:
d) Construction of Other allied buildings / structures such as UG Sump, Rain water Harvesting
structures, Compound wall with entry/exit gate as per specifications mentioned in tender
documents.
e) Miscellaneous & Allied Works in accordance to the CPWD Specifications 2019 with latest
amendments up to the date of call of tender and standards laid down in NBC 2016 and as
mentioned elsewhere in this document:
P a g e | 27

(i) Plumbing, Sanitary Works and internal water supply.


(ii) External Water Supply & Sewerage, Storm Water Drainage System, trenches etc.
(iii) Lifts
(iv) Internal Electricall installations, Fans, Fittings ,Electrical LT Service connection etc.
(v) Fire Fighting & Fire Alarm system.
(vi) Underground water tank with pump house.
(vii) Site Development including Leveling, Roads, Foot paths, etc. as per final approved layout
plan.
(viii) External service connection of sewer lines, drainage, water supply line etc.
(ix) External Lighting, Landscaping Lighting, Signage works.
(x) Landscaping and Horticulture works.
(xi)Air-conditioning System(Split AC in few rooms).
(xii) LAN & Wifi system .
(xiii) CCTV.
(xiv)Solar PV power generation system.
(xv)Rooftop solar water heating system
(xvi)Furniture work.
(xvii) Water cooler cum purifier.
(xviii)Water supply pump motor sets.
(xix)Any other works specied elsewhere in this tender document.
f) The buildings are to be constructed to meet “GREEN” rating of GRIHA-III system and obtaining
the certification of the same, with evolution procedure as per CPWD green rating manual 2021.
g) The contractor shall take all necessary measures required to be taken to remove any live or dead
service lines running to the plot area, cutting / shifting of trees, etc. without any extra cost. After
completion of the work any commissioning of building along with services, he shall get
completion certificate from local body, NOC from Fire department and any other statutory
approval related to building for handling over the assets.
h) Testing, commissioning of all services, fittings and fixtures, equipment’s and handing over.
i) The layout plan and preliminary architectural drawings are already prepared by CPWD, approved
by NIT Jamshedpur and included in this bid document. The contractor has to engage consultant(s)
who shall prepare architectural drawings, detailed working drawings, structural design &
drawings, service drawings including design & drawings required for various development works.
j) All the above drawings shall be approved by committee consisting of members from each
discipline of CPWD and a member from client and further issue of No Objection Certificate and
releasing the architectural drawings for execution and work shall be executed based on these
drawings.
P a g e | 28

k) Agency shall construct a temporary air-conditioned fully furnished site office for CPWD. CPWD
site office shall have atleast 3 cabins (2 for AE and one for EE, total area > 500sqft.) with the
provision of a conference room to accommodate gathering of atleast 20 persons. Site office shall
be provided by the contractor along with required furnitures.
3. Work shall be executed according to General Conditions of Contract for EPC Projects 2022
(corrected up to the date of call of tender) for Central P.W.D. Works available separately at
printer's outlets and on cpwd.gov.in under CPWD Publications section. The bidder may obtain the
address of the outlets from the Executive Engineer.
4. The floor-wise area and the facilities to be provided are as below. However, the list given below is
not exhaustive and will include other facilities and services which are essentially required for
completing the Hostel Building for effective use.

Sl. Plinth area


Floor Floor Height Provisions
No. in(sqm.)
1 Ground Floor 4930.50 Portico- Double Height
(3.3+3.1 mtr= 6.4 mtr)  Rooms
Dining & Kitchen area-  Director room
3.9 mtr  Guest suits & Guest room
Remaining portion- 3.3  Warden room
mtr.  Sick room
 Electrical room
 Portico
 Dining hall
 Kitchen area i/c washing area,
stores, cook rest room, toilets
etc.
 Office
 Entrance area
 Visitors room
 Toilet blocks.
2 First Floor 4181.00 Dining and pantry area-  Rooms
3.9 mtr  Dining hall
Remaining portion-3.1  Pantry
mtr.  Store room
 Toilet blocks

3 Second Floor 3971.00  Rooms


3.1 mtr.  Recreation room
 Store room
 Toilet blocks

4 Third Floor 3971.00  Rooms


3.1 mtr.  Recreation room
 Store room
 Toilet blocks

5 Fourth Floor 3971.00  Rooms


3.1 mtr.  Common room
 Store room
 Toilet blocks
P a g e | 29

6 Fifth Floor 3971.00 3.1 mtr.  Rooms


 Common room
 Store room
 Toilet blocks
Total 24995.50

5. Necessary detail survey and soil investigation i/c liquefaction analysis have to be carried out by
the contractor without any additional cost for co-relating data and results as indicated in the survey
site plan, drawings & soil investigation report as attached with bidding document. Data and results
of soil investigation report attached with the bidding document may require further field test for
their confirmation as per the relevant BIS codes which is within the scope of this contract. Any
improvement in bearing capacity of soil/variation in soil strata properties, if required as per the soil
investigation results,will also be within the scope of this bid. Final results will be vetted by the
reputed Engineering Institutes like IITs/NITs. No claim about the change in site condition or soil
strata/bearing capacity and other soil properties shall be entertained.
6. The Basic concept drawings enclosed in this bid has to be given due regard and this may
further be developed and detailed to accommodate all services. Necessary vertical shafts or duct
if required may be created to accommodate all kind of services. The accessibility of shafts to be
ensured at every floor level for necessary maintenance. Floor trenches are to be constructed for
external services.
P a g e | 30

Section-II

INFORMATION AND GUIDE-LINES FOR BIDDERS


1.0 General:
1.1 Letter of transmittal and forms for deciding eligibility are given in Section III.
1.2 All information called for in the enclosed forms should be furnished against the relevant columns
in the forms. If for any reason, information is furnished on 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.

1.3 References, information and certificates from the respective clients certifying suitability,
technical knowledge or capability of the bidder should be signed by an officer not below the
rank of Executive Engineer or equivalent.

1.4 The bidder may furnish any additional information which he thinks is necessary to establish his
capabilities to successfully complete the envisaged work. He is, however, advised not to furnish
superfluous information. No information shall be entertained after submission of eligibility
criteria document unless it is called for by the Employer.

2.0 Definitions:

2.1 In this document the following words and expression have the meaning here by assigned to
them.

2.2 EMPLOYER means the President of India, acting through the Executive Engineer (C)-1,
CPWD, Jamshedpur or his successor thereof.

2.3 CPWD Directorate includes Director General / Special Director General / Additional Director
General / Chief Project Manager / Chief Architect / Chief Engineer / Chief Engineer-Executive
Director / Project Manager / Superintending Engineer / Superintending Engineer -Project
Director / Director (Horticulture).

1.4 Bidder / Agency means the individual, proprietary firm, firm in partnership, limited company,
private or public or corporation.

1.5 “YEAR” means “Financial year” unless stated otherwise.

3.0 Method of Application:

3.1 If the bidder is an individual, the application shall be signed by him above his full typewritten
P a g e | 31

name and current address.

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

3.3 If the bidder is a firm in partnership, the application shall be signed by all the partners of the
firm above their full typewritten names and current addresses, or, alternatively, by a partner
holding power of attorney for the firm. In the latter case a certified copy of the power of
attorney should accompany the application. In both cases a certified copy of the partnership
deed and current address of all the partners of the firm should accompany the application.
3.4 If the bidder is a limited company or a corporation, the application shall be signed by a duly
authorized person holding power of attorney for signing the application accompanied by a copy
of the power of attorney. The bidder should also furnish a copy of the Memorandum of Articles
of Association duly self-attested.
4.0 Final decision-making authority
The employer reserves the right to accept or reject any bid and to annul the process and reject
all bids at any time, without assigning any reason or incurring any liability to the bidders.
5.0 Particulars provisional
The particulars of the work given in Section I are provisional. They are liable to change and
must be considered only as advance information to assist the bidder.
6.0 Site visit
The bidder is advised to visit the site of work, at his own cost, and examine it and its
surroundings to satisfy himself, collect all information that he considers necessary for proper
assessment of the prospective assignment.
7.0 Initial Criteria for Eligibility
7.1 The Bidder should have satisfactorily completed Similar works during the last Seven years
ending last date of the month pervious to the one in which tenders are invited. For this purpose,
cost of work shall mean gross value of completed work including cost of material 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 (CPWD
enlisted contractor of appropriate class in B&R category should submit the work
experience as per 7.1 (ii) and need not submit the work experience as per 7.1(i) and
financial eligibility documents as per 7.2, 7.3 and 7.4).

(i) Three similar completed works each costing not less than Rs. 35.75 Crores
Or
Two similar completed works each costing not less than Rs. 53.63 Crores
Or
One similar completed work costing not less than Rs. 71.50 Crores
P a g e | 32

Similar Work shall mean:

“Construction of multi-storied Building with RCC framed structure having minimum one building
of five or more storeys including internal water supply, sanitary installations, drainage, internal
electrical installations, SITC of Lifts, solar PV power generation system, fire alarm system, fire
fighting system, CCTV,LAN(Networking) (at least four out of seven E&M services) all executed in
one composite agreement in India.”
OR
“Completing Balance Construction works of multi-storied Building with RCC framed structure
(including structural work) having minimum one building of five or more storeys including
internal water supply, sanitary installations, drainage, internal electrical installations, SITC of
Lifts, solar PV power generation system, fire alarm system, fire fighting system,
CCTV,LAN(Networking) (at least four out of seven E&M services) all executed in one composite
agreement in India.”

AND

(ii) One completed work costing not less than Rs. 17.88 Crore executed with the structural system
technology as proposed by the bidders in letter of transmittal during the last 07 (Seven) years
ending last day of the month previous to the one in which tenders are invited. This work can be
part of eligible work at Para (A) (i) above or as a separate work.

 Godowns/warehouses/factory sheds/industrial building shall not be considered as eligible


similar works.
 Mumty and Lift machine room shall not be counted as storey for above purpose.
 Basement(s), stilt(s) constructed in the building shall be considered as a storey.
 For the eligibility criteria of similar work as well as one work executed with Structural System
Technology, the works executed in India only shall be considered.
 Qualified similar works as well as one work with Structural System Technology may be
physically inspected by the CPWD officials to ascertain the completion, performance on
quality of works for finalizing the eligibility cum technical bid. (The bidder may be required
to co-ordinate with the client department for the purpose of physical inspection of the work).
 The cost of the work should be certified by an Officer of the client department not below the
rank of Executive Engineer/Project Manager or equivalent.
 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 of the
work to the last day of the month previous to the one in which tender is invited.
 If the similar work is executed for a private body then the bidder have to upload a certified copy
of the TDS Certificate (Form-16A & 26 A) along with the experience certificate. The amount
shown in TDS certificate should tally with the actual amount of work done, otherwise the
amount that tally with TDS shall only be considered for eligibility.
.
7.2 The bidder should have had Average Annual Financial Turnover of Rs. 26.81 Crores on
construction work during the immediate last 03 (Three) consecutive financial years ending
31st March 2022. This should be duly audited and certified by a chartered accountant. Year
in which no turnover is shown would also be considered for working out the average. The
bidders should upload certificate of financial turnover of last 07 (Seven) years ending
March-2022 from a cartered accountant with Unique Document Identification Number
(UDIN).
7.3 The bidder Should not have incurred any loss (Profit after tax should be positive) in more than
P a g e | 33

two years during the available last five consecutive balance sheet ending March-2022 duly
audited and certified by chartered accountant. (Scanned copy of certificate from CA to be
uploaded as per Form-A). The balance sheet in case of Pvt./Public Ltd. Company means its
standlone financial statement and consolidated financial statement both.
7.4 The bidder should have bankers certificate from a commercial bank of Rs. 35.75 Cr. (The bankers
certificate to be uploaded as per proforma given as Form- B).
OR
Net worth Certificate of minimum Rs. 8.94 Crore (i.e.10% of ECPT) issued by certified
Chartered Accountant (scanned copy of original net worth certificate issued by a certified
chartered accountant with Unique Document Identification Number as per the proforma given as
Form-B1 to be uploaded).

7.5 The bidder should have sufficient number of Technical and Administrative employees for the
proper execution of the contract. The bidder shall have to submit a list of the employees stating
clearly how these would be involved in this work within 15 days of award of work.
7.6 The bidding capacity (applicable for CPWD enlisted contractor also) of the contractor should
be 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}
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 has been invited.
B = Value of existing commitments and ongoing works to be completed during the period of
completion of work for which bids have been invited.
8.0 Evaluation criteria
8.1 The details submitted by the bidders will be evaluated in the following manner:
8.1.1 The initial criteria prescribed in para 7.0 above in respect of experience of eligible similar works
completed ,loss, Banker’s certificate or Net worth Certificate, financial turn over and bidding
capacity, etc. will first be scrutinized and the bidder’s eligibility for the work shall be
determined.
8.1.2 The bidders qualifying the initial criteria as set out in para 7.0 above will be evaluated for
following criteria by scoring method on the basis of details furnished by them.

(a) Financial strength (Form 'A' & 'B') Maximum 20


marks

(b) Experience in eligible similar nature of work (Form 'C' & Maximum 20
‘C1’) during last seven years marks

(c) Performance on works (Form 'D) - Time over run Maximum 20


marks
P a g e | 34

(d) Performance on works (Form ‘D1') - Quality Maximum 40


marks

Total 100 Marks

To become eligible for short listing the bidder must secure at least fifty percent marks in each
(parameter mentioned at a, b, c & d) and sixty percent marks in aggregate.
The department, however, reserves the right to restrict the list of such qualified contractors to
any number deemed suitable by it.
Note: (i) 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.
(ii) Performance of works for ongoing works shall be taken by selecting not more than any two
ongoing works from the list given.
Evaluation of performance:
Evaluation of the performance of contractors for eligibility shall be done by NIT approving
authority i.e Superintending Engineer cum PD, CPWD Jamshedpur or a Committee constituted
by him. All the eligible similar works executed and submitted by the bidders and ongoing
works (not more than 2 ongoing works selected by the NIT approving authority) may be got
inspected by a committee which may consist of client or any other authority as decided by NIT
approving authority. The marks for the quality shall be given based on this inspection, if
inspection is carried out.
Note: The bidders shall provide relevant drawings/copy of agreemet/copy of bills/TDS
certificate/copy of loal body approval or any other relevant documents to the Inspection Team
dring the physical inspection. The bidder shall also required to co-ordinate with the client
department of Completed/Ongoing works for the purpose of smooth inspection of the site. The
bidder shall also provde safety shoes/helmet etc. to the inspection team during the inspection.

Scoring method of evaluation: -


The scoring for evaluation mentioned in these columns shall be done as given in Performa – 1
given below. This should be made part of the tender documents.
9.0 Financial information
Bidder should furnish the Annual financial statement for the last Seven year in (Form “A”) and
Banker’s certificate from a commercial bank (on the prescribed format in FORM- B) or Net
worth Certificate issued by certified Chartered Accountant (on the format prescribed in form
B-1).
10.0 Experience of similar works

10.1 Bidder should furnish the List of eligible similar nature of works successfully completed during
the last seven years in (Form “C”) and ongoing works as well (Form “C-1”).
10A. Experience of Technology proposed to be used in the work.
P a g e | 35

Bidder should furnish the details of the 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-2’.
11.0 Organization information

Bidder is required to submit the information in respect of his organization in Forms “E”
12.0 Letter of transmittal

The bidder should submit the Letter of Transmittal attached with the document.
13.0 Opening of Price bid

After evaluation of applications, a list of short-listed agencies will be prepared. Thereafter the
financial bids of only the qualified and technically acceptable bidders shall be opened at the
notified time, date and place in the presence of the qualified bidders or their representatives.
14.0 Award Criteria
14.1 The employer reserves the right, without being liable for any damages or obligation to inform
the bidder, to:
(a) Amend the scope of work and value of contract.
(b) Reject any or all the applications without assigning any reason.
14.2 Any effort on the part of the bidder or his agent to exercise influence or to pressurize the
employer would result in rejection of his bid. Canvassing of any kind is prohibited.
P a g e | 36

SECTION-III
Proforma -1

Criteria for Evaluation of the performance of bidder for Eligibility

S. Attributes Marks Evaluation


N
(a)
o Financial Strength i. 60% marks for minimum eligibility
(Maximum 20 criteria.
Marks) ii. 100% marks for twice the minimum
(i) Average annual 16 Marks eligibility criteria or more.
Turnover.

(i)Banker’s Certificate or In between (i) & (ii) –on pro-rata basis


(ii)Net worth Certificate
4 Marks

(i)60% marks for minimum eligibility


Criteria.
04M
Experience of (ii)100% marks a for twice the minimum
Similar work 20 marks r or more.
eligibility criteria
(b) (Maximum 20 k
Marks) In between (i)s& (ii) – on pro-rata basis

(c ) Performance on works (Form ‘D’)


[Time Over Run (TOR)]: Maximum 20 marks
Parameter Calculation Score Maximum
for points Marks

If TOR= 1.00 2.00 3.00 >3.50

(i) Without levy of compensation 20 15 10 10

20 5 0 -5 20
(ii) With levy of compensation

(iii)Levy of compensation not 20 10 0 0


decided
TOR=AT/ST
(iv)
where AT=Actual Time
ST= Stipulated Time in the Agreement plus (+) justified period of extension of time.
Note: Marks for value in between the stages indicated above is to be determined by
straight line variation basis.
(d) Performance of works (Quality) as per Assessment in Form ‘D1’:
Maximum 40 Marks
Completed works (max. 25 Ongoing works (max. 15 Total marks assessed
marks) marks)
P a g e | 37

LETTER OF TRANSMITTAL

From:

To,
Executive Engineer & SM (C)-1,
Central Public Works Department
Room No-101, 1st Floor, GPOA Building
Burmamines, Jamshedpur
Jharkhand-831007

Sub: Submission of EPC Mode-I bid for the work of “Construction of 1000 Bedded (G+5)
RCC framed Structured Boys Hostel including internal water supply, sanitary installations,
sewerage system, drainage, internal roads and pathway, external sewer lines, septic tank,
underground sump, rain water harvesting, compound wall, furnitures, water treatment plant,
drinking water cooler, internal electrical installation, fans, fittings, fire alarm system, fire
fighting system, solar PV power generation system, solar water heating system, CCTV,
HVAC, LAN system, LED street/compound/pathway/landscape lighting, Lifts, Civil &
electrical development, Horticulture and landscaping work on EPC Basis (Mode-I) at
National Institute of Technology, Jamshedpur (Jharkhand)”.

Sir,
Having examined details given in bid document for the above work, I/we hereby submit
the relevant information.

1. I/We hereby certify that all the statements made and information supplied in the
enclosed forms A to J 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 Banker’s certificate/Networth certificate and
authorize the Executive Engineer & Senior Manager (C)-1, CPWD Jamshedpur to
approach the Bank issuing the Banker’s certificate to confirm the correctness thereof.
I/We also authorize Executive Engineer & Senior Manager (C)-1, CPWD Jamshedpur
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 works:
Name of Work Certificate from

5. I/We hereby certify that I/We will use following structural system technology in the
work ………………………………………………………………
6. I/We submit the certificate in support of having successfully completed the following
work with the technology proposed to be used in the work.
Name of Work Certificate from
P a g e | 38

7. I am attaching the 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).

Certificate: It is certified that the information given in the enclosed eligibility bid are
correct. It is also certified that I/We shall be liable to be debarred, disqualified/cancellation
of enlistment if enlisted with CPWD in case any information furnished by me/us found to
be incorrect.

Enclosures:Seal of bidder

Date of submission:

Signature(s) of bidder(s)
P a g e | 39

FORM ‘A’

FINANCIAL INFORMATION

Name of the firm / Bidder : ………………………………………….

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


profit & loss account for the last Seven financial years duly certified by the Chartered
Accountant, as submitted by the applicant to the Income Tax Department (Copies to be
attached).

Note: At the time of submission of bid, contractor has to upload Affidavit / Certificate of
CA mentioning Financial Turnover 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.

Sl. Description Financial Year


No. 2015-16 2016-17 2017-18 2018-19 2019-20 2020-21 2021-22
(i) Gross Annual
Turnover on
Construction
Works.
(ii) Profit/Loss(standalone
financial statement
and consolidated
financial statement
both).

II. Financial arrangements for carrying out the proposed work.

Signature of Chartered Accountant with seal

Signature of Bidder(s)
(With Seal)

Note: Profit/Loss for the financial year 2015-16 & 2016-17 are not required to be
indicated in the above Table.
P a g e | 40

FORM ‘B’

To,
Executive Engineer & SM (C)-1,
Central Public Works Department
1st Floor, GPOA Building
Burmamines, Jamshedpur
Jharkhand-831007

BANKERS’ CERTIFICATE FROM A SCHEDULED BANK

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

This certificate is issued without any guarantee or responsibility on the bank or any of the
officers.

Signature of the Branch Manager of the bank with


Seal

NOTE: 1. Above Certificate should be on letter head of the Bank

2.In case of partnership firm, certificate should include names of all partners as recorded
with the Bank.
3.The certificate should not be older than 6 months on the last date of submission of the
bid.

4. The bid will not be considered valid if any change to the above format is made.
P a g e | 41

FORM “B-1”

FORM FOR CERTIFICATE OF NETWORTH FROM CHARTERED


ACCOUNTANT

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

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

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

is Rs.…………….(In Words………….) after considering all liabilities. It is further

certified that the Net Worth of the company has not eroded by more than 30% in the last

three years ending on (the relevant date).

(Signature of Chartered Accountant)


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

NOTE:
1. The certificate should not be older than 6 months on the last date of submission of the
bid.
1
Sl. No.

Name of work/ Project and location

2
Owner or sponsoring organization

3
Cost of work in Crores of Rupees

4
Date of commencement as per contract

5
6
Stipulated date of completion

Actual date of completion

7
Litigation/ arbitration cases pending/ in

8
progress with details*
Name of the firm / Bidder : ………………………………………….

Name and Postal address/telephone number

* Indicate gross amount claimed and amount awarded by the Arbitrator.


9 /official email id of Officer of the owner
ONE IN WHICH THE TENDERS ARE INVITED

department, to whom reference may be made


for verification
Remarks indicating the type of Structure
(RCC framed or Load Bearing) and no. of
storeys constructed.
DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS COMPLETED IN
LAST SEVEN YEARS ENDING LAST DAY OF MONTH PERVIOUS TO THE
FORM ‘C’

SIGNATURE OF BIDDER(S)
P a g e | 42

Whether the work was done on back to back


10

basis (Yes/No)
1
Sl. No.

Name of work / project and

2
location

Owner or sponsoring

3
organization

4
Cost of work in crore of rupees

Date of commencement as per

5
contract

6 Stipulated date of completion

Up to Date percentage progress


7

of work
Slow progress if any and
8

reason thereof

Name and Postal


Name of the firm / Bidder : ………………………………………….

address/telephone number /official


9

email id of Officer of the owner


department, to whom reference
may be made for verification
DETAILS OF PROJECTS UNDER EXECUTION OR AWARDED

SIGNATURE OF BIDDER(S)
FORM ‘C-1’
P a g e | 43

10

Remarks
1
Sl. No.
Name of work / project and

2
location
Owner or sponsoring

3
organization
Cost of work in crore of

4
rupees

Date of commencement as

5
per contract

Stipulated date of

6
completion

Actual date of completion

7
Type of structural system
8 technology used

Litigation/ arbitration cases


9

pending / in progress with


Name of the firm / Bidder : ………………………………………….

details*
PROPOSED TO BE USED IN THE WORK

Name and Postal


address/telephone number
/official email id of Officer
10

of the owner department, to


COMPLETED WITH THE STRUCTURAL SYSTEM TECHNOLOGY

whom reference may be


DETAILS OF ONE WORK IN SUPPORT OF HAVING SUCCESSFULLY

SIGNATURE OF BIDDER(S)
made for verification.
FORM ‘C-2’
P a g e | 44

Whether the work was done


11

on back to back basis


(Yes/No)
P a g e | 45

FORM ‘C-3’

CALCULATION OF BIDDING CAPACITY


Details of existing commitments and ongoing works.

Name of the firm / Bidder : ………………………………………….

department, to
/official email id of Officer of

whom reference may be made


number
Postal
Remaining work in % (100-

Existing commitment (col.


Name of work / project and

Date of commencement as
Contract value in crore of

Upto date % progress of


Owner or sponsoring

Stipulated date of

address/telephone
and

for verification.
4Xcol.8/100)
organization

per contract

completion

the owner
location

Remark
Sl. No.

rupees

col.7)

Name
work

1 2 3 4 5 6 7 8 9 10 11

Total(B)

Maximum turnover in last Seven Years = Rs. …………


Updated value of turnover (A) = Rs. ………….
No. of Years (N) = Rs. ………….
Bidding capacity =((AxNx1.5)-B) =

Certificate:
I certify that all the awarded and ongoing works have been included in the above list.

SIGNATURE OF BIDDER(S) Signature and seal of Chartered Accountant


P a g e | 46

FORM ‘D’
PERFORMANCE REPORT OF WORKS REFERRED IN FORM-“C”
1. Name of work / Project & Location
a. Type of structure (RCC Framed or Load Bearing)
b. No. of Storey Constructed
c. Services (Civil) included in the scope of work
out of Internal Water Supply, Sanitrary
Installation & Drainage.
d. Services (E&M) included in the scope of work
out of Internal EI, Lifts, Solar PV power
generation system, Fire Alarm Systam, Fire
Fighting System , CCTV & LAN.
2. Agreement No.
3. Estimated Cost
4. Tendered Cost
5. Date of Start
6. Date of completion
i) Stipulated Date of Completion
( as mentioned in work order)
ii) Actual Date of Completion
7. Details of compensation levied for delayed
completion:
i) Whether case of levy of compensation YES/NO
for delay has been decided
a)
ii) If decided, Amount of compensation
levied for delayed completion, if any
8. Amount of reduced rate items, if any.
9. Performance Report
i) Quality of Work Outstanding/ Very Good/ Good/ Poor
ii) Financial Soundness Outstanding/ Very Good/ Good/ Poor
iii) Technical Proficiency Outstanding/ Very Good/ Good/ Poor
iv) Resourcefulness Outstanding/ Very Good/ Good/ Poor
v) General Behaviour Outstanding/ Very Good/ Good/ Poor
10 Remarks ( if any ):

Dated:
Executive Engeeneer or Equivalent
P a g e | 47

FORM “D-1”

ASSESSMENT OF QUALITY FOR COMPLETED AS WELL AS ONGOING WORKS

Name of works: -
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 government guidelines are adequate or not

8. Whether the welfare facilities provided to labour as per Clause 19 H


of GCC for CPWD works and/ or government 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, EDBs &
Panels?
B Quality of Work Marks
Assessed
1 Quality of plaster/ finishing
2 Quality of RCC/ CC Works
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
P a g e | 48

9 If cladding done, observation on efficiency/ quality of cladding/ Brick


work
10 Quality of internal electrification work
11 Quality of DBs, EDBs & Panels?
12 Quality of E & M equipments, panels & feeder pillars

13 Quality of fire alarm system/ fire- fighting system


14 Quality of Air Conditioning work
15 Quality of Sub-station based on complete live diagram, capacitor
panel, power factor, insulating mat, cleanness, cable termination,
earthing pits, earthing of transformer/ DG sets
16 Any Other aspect (To be elaborated)

Average marks (to be awarded out of 100 Marks based on average marks 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.
2. In case, any attribute is not applicable, the same may not be included in
assessment and mentioned as not applicable (N/A).
3. The work as assessed above shall be converted on scale of 25/15 marks for
completed / ongoing works respectively.
4. In case of eligible completed works as well as ongoing works being more than
one the maximum marks assigned for completed works and ongoing works will
be equally distributed among the works.
1
Sl. No.

2
Name of work / project and location

organization.
3
Owner or sponsoring organization

4
Cost of work in crore of rupees

5
Date of commencement as per contract

6
Stipulated date of completion

7
Actual date of completion

Type of Structural System Technology

structural system technology as per details mentioned above.


8
used
PROPOSED TO BE USED IN THE WORK

Name of the firm / Bidder : ………………………………………….

9 Litigation/ arbitration cases pending /


in progress with details

To be signed with date and seal of the owner / Sponsoring


Name and Postal address/telephone
number /official email id of Officer of the
10

Certified that M/s ……………………………. Has completedthe above work with the
owner department, to whom reference
CERTIFICATE OF EXPERIENCE IN SUPPORT OF HAVING SUCCESSFULLY
COMPLETED ONE WORK WITH THE STRUCTURAL SYSTEM TECHNOLOGY

may be made for verification.


FORM ‘D-2’
P a g e | 49

Whether the work was done on back to


11

back basis (Yes/No)


P a g e | 50

FORM-E
PROFORMA OF AFFIDAVIT FOR EXECUTION OF SIMILAR WORKS

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 the department, then I/We shall be debarred for
bidding in CPWD in future forever. Also, if such a violation comes to the notice of the
department before dat of start of work, the Engineer-in-charge shall be free to forfeit
the entire amount of Performance Guarantee. (scanned copy to be uploaded at the
time of submission of bid)

Signature of Bidder(s) or authorized


Officer of the firm with stamp
Signature of Notary with seal

Note: Affidavit to be furnished on Non-judicial stamp paper worth Rs.100-


P a g e | 51

FORM ‘F’

STURCTURE AND ORGANISATION

1. Name and address of the bidder


2. Telephone No./Telex No./Fax No.
3. Email id:
4. Legal status of the bidder (scan and upload copies of original document defining the
legal status)
(a) An individual
(b) A proprietary Firm
(c) A firm in Partnership
(d) A limited company or Corporation

5. Particulars of registration with various Government bodies (Scan & upload Attested
Photocopy)
Organization/Place of Registration Registration No.
1.
2.
3.
6. Names and Titles of Directors and Officers with designation to be concerned with this
work

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

8. Has the bidder, or any constituent partner in case of partnership firm, Limited company
/ joint venture, ever has been convicted by the court of Law? If so, give details.

9. In which field of Civil Engineering Maintenance the bidder has specialization and
interest?

10. Any other information considered necessary, but not included above.

SIGNATURE (S) OF BIDDER(S)


P a g e | 52

FORM-“G”

RECEIPT OF DEPOSITION OF Original EMD

(Receipt No. …………………….…………. / date ………….…………)

1. Name of Work: Construction of 1000 Bedded (G+5) RCC framed Structured Boys
Hostel including internal water supply, sanitary installations, sewerage
system, drainage, internal roads and pathway, external sewer lines, septic
tank, underground sump, rain water harvesting, compound wall,
furnitures, water treatment plant, drinking water cooler, internal
electrical installation, fans, fittings, fire alarm system, fire fighting
system, solar PV power generation system, solar water heating system,
CCTV, HVAC, LAN system, LED street/compound/pathway/landscape
lighting, Lifts, Civil & electrical development, Horticulture and
landscaping work on EPC Basis (Mode-I) at National Institute of
Technology, Jamshedpur (Jharkhand).

2. NIT No. : 04/SE cum PD/EE & SM (C-1)/JSR/2022-23

3. Estimated Cost: Rs. 89,38,49,185/-

4. Amount of Earnest Money Deposit: Rs. 99,38,492/-

5. Last date & Time of submission of Bid : Up to 03.00 PM on 17/11/2022

(TO BE FILLED BY THE EMD RECEIVING OFFICIAL)

1. Name of Contractor: …..........................................................


2. Form of EMD :….........................................................
3. Amount of Earnest Money Deposit ………………………………….............
4. Date of submission of EMD …………………………………..…..……
5. Name and Designation of the EMD receiving officer…………………………
6. Official Email id of the EMD receiving officer…………………………

Signature, Name and Designation of EMD


receiving officer
(EE/AE(P)/AE/AAO)
along with Office stamp
P a g e | 53

FORM-“H”
Form of Bank Guarantee for Earnest Money Deposit /Performance
Guarantee/Security Deposit/Mobilization Advance
1.Whereas the Executive Engineer……………………… (name of division) ………………..,
CPWD on behalf of the President of India (hereinafter called “The Government”) has invited
bids under ........................(NIT number) ...................... dated…………….
for...................................................(name of work) …………………………………... The
Government has further agreed to accept irrevocable Bank Guarantee for Rs. .......................
(Rupees ……………...... only) valid up to .............(date)*............. as Earnest Money Deposit
from ......................... (Name and address of contractor) .................., (hereinafter called "the
contractor") for compliance of his obligations in accordance with the terms and conditions of the
said NIT.

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

2. We, ............... (indicate the name of the bank) ………… (herein after referred to as “the
Bank”), hereby undertake to pay to the Government an amount not exceeding
Rs........................... (Rupees……........... only) on demand by the Government within 10 days of
the demand.

3. We, ........................ (indicate the name of the Bank) …………., do here by undertake to pay the
amount due and payable under this guarantee without any demur, merely on a demand from the
Government stating that the amount claimed is required to meet the recoveries due or likely to
be due from the said contractor. Any such demand made on the Bank shall be conclusive as
regards the amount due and payable by the Bank under this Guarantee. However, our liability
under this guarantee shall be restricted to an amount not exceeding Rs............... (Rupees
…………….....................only).

4. We, .................. (indicate the name of the Bank) ………………., further undertake to pay the
Government any money so demanded notwithstanding any dispute or disputes raised by the
contractor in any suit or proceeding pending before any court or Tribunal, our liability under
this Bank Guarantee being absolute and unequivocal. The payment so made by us under this
Bank Guarantee shall be a valid discharge of our liability for payment there under and the
contractor shall have no claim against us for making such payment.

5. We, .....................(indicate the name of the Bank)……………, further agree that the
Government shall have the fullest liberty without our consent and without affecting in any
manner our obligation here under to vary any of the terms and conditions of the said agreement
P a g e | 54

or to extend time of performance by the said contractor from time to time or to postpone for
any time or from time to time any of the powers exercisable by the Government against the said
contractor and to forbear or enforce any of the terms and conditions relating to the said
agreement and we shall not be relieved from our liability by reason of any such variation or
extension being granted to the said contractor or for any forbearance, act of omission on the
part of the Government or any indulgence by the Government to the said contractor or by any
such matter or thing whatsoever which under the law relating to sureties would, but for this
provision, have effect of so relieving us.

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

7. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Contractor.

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

9. This Bank Guarantee shall be valid up to ……………………. unless extended or demand by


the Government. Notwithstanding anything mentioned above, our liability against this
guarantee is restricted to Rs. …………………. (Rupees ………………………. only) and
unless a claim in writing is lodged with us within the date of expiry or extended date of expiry
of this guarantee, all our liabilities under this guarantee shall stand discharged.

Date………….
Witnesses:

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

2.Signature..................
Name and address
Signature of authorized signatory of the Bank
Name and Designation
Seal of the Bank

NOTE
*Date to be worked out on the basis of validity period of 90 days where only financial bids are
invited and 180 days for two/three bid system from the date of submission of tender.
**ln paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for
earnest money or for performance guarantee/security deposit/mobilization advance, as the case
may
P a g e | 55

FORM ‘I’

PROFORMA OF AFFIDAVIT FOR NON - BLACK LISTING


I/we undertake and confirm that our firm / partnership firm has not been
blacklisted by any state /Central Departments /PSUs /Autonomous bodies during the last 7
years of its operations. 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 person of the firm
with
stamp

Signature of Notary with seal

NOTE: Affidavit to be furnished on a ‘Non-Judicial’ stamp paper worth Rs.100/-


P a g e | 56

FORM “J”

Undertaking regarding obtaining GST registration Certificate, as


applicable

lf work is awarded to me/us, I/we shall obtain GST registration Certificate, as applicable,
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.

Signature of Bidder(s) or an authorized


Officer of the firm with stamp
Signature of Notary with seal

NOTE: Above Undertaking to be furnished on a ‘Non-Judicial’ stamp paper of


Rs.100/-
P a g e | 57

List of approved construction technology (Annexure-A)


P a g e | 58
P a g e | 59
P a g e | 60
P a g e | 61
P a g e | 62

CPWD-7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
STATE: Jharkhand BRANCH: R&B
ZONE: CIRCLE: SE cum PD, Jamshedpur
REGION: ADG (Patna) DIVISION: EE & SM (C-1), Jamshedpur

Percentage Rate Tender / Bid (EPC Mode-I)


(A) Tender/bid for the work of: -

Construction of 1000 Bedded (G+5) RCC framed Structured Boys Hostel


including internal water supply, sanitary installations, sewerage system,
drainage, internal roads and pathway, external sewer lines, septic tank,
underground sump, rain water harvesting, compound wall, furnitures, water
treatment plant, drinking water cooler, internal electrical installation, fans,
fittings, fire alarm system, fire fighting system, solar PV power generation
system, solar water heating system, CCTV, HVAC, LAN system, LED
street/compound/pathway/landscape lighting, Lifts, Civil & electrical
development, Horticulture and landscaping work on EPC Basis (Mode-I) at
National Institute of Technology, Jamshedpur (Jharkhand).

(i) To be uploaded by 3:00 PM on 17.11.2022 on e-tendering website


https://etender.cpwd.gov.in

(ii)To be opened in presence of tenderers who may be present at 3:30 PM on 17.11.2022


in the office of the Executive Engineer & Senior Manager (C)-1,CPWD,
Jamshedpur.

TENDER / BID
I/We have read and examined the notice inviting bid, schedule- A, B, C, D, E & F,
Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions
of Contract for CPWD Works (EPC Projects) 2022 with up to date correction slips,
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 tender document for
the work.
I/We hereby tender for the execution of the work specified for the President of India
within the time specified in Schedule ‘F’ viz., schedule of quantities and in accordance in
all respect with the specifications, designs, drawing and instructions in writing referred to
in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract
of 2022 (EPC Projects) with amendments up to the last date of submission of bids and
with such materials as are provided for, by, and in accordance with, such conditions so far
as applicable.
P a g e | 63

I/We agree to keep the tender open for Seventy Five (75) days from the last date of
receipt of technical 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 the bid document.
A copy of earnest money deposit receipt of prescribed amount deposited in the form of
Treassury Challan, Deposit at call receipt, Bankers cheque, DD, FDR and Bank
Guarantee (as prescribed) issued by a scheduled bank is scanned and uploaded (strike
out as the case may be). If I/We, fail to furnish the prescribed performance guarantee
within prescribed period, I/We agree that the said President of India or his successors, in
office shall without prejudice to any other right or remedy, be at liberty to forfeit the said
earnest money absolutely. Further, if I/We fail to commence work as specified, I/We agree
that President of India or the successors in office shall without prejudice to any other right
or remedy available in law, be at liberty to forfeit the said performance guarantee
absolutely. The said Performance Guarantee shall be a guarantee to execute all the works
referred to in the tender documents upon the terms and conditions contained or referred to
those in excess of that limit at the rates to be determined in accordance with the provision
contained in Clause 12.2 and 12.3 of the tender 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-tendering process of the
work.
I/We undertake and confirm that eligible similar work(s) has / have not been got executed
through another contractor on back to back basis. Further that, if such a violation comes to
the notice of Department, then I/We shall be debarred for tendering in CPWD in future
forever. Also, if such a violation comes to the notice of Department before date of start of
work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money
Deposit/Performance Guarantee.
I/We hereby declare that I/We shall treat the tender documents drawings and other records
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: …………. **…………….


Signature of contractor **
Witness: ** Postal Address**
Address: **
Occupation: **
[** to be filled by contractor]
P a g e | 64

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is
accepted by me for and on behalf of the President of India for a sum of
Rs.……………………………………..…*……………..………………….……………
….
(Rupees……….……….………………*………………………………………….………
)
The letters referred to below shall form part of this contract agreement: -
(a)

(b)

(c)

For & on behalf of President of India


Dated: ………….

Executive Engineer & SM(C)-1


CPWD, Jamshedpur
P a g e | 65

PROFORMA OF SCHEDULES
(CIVIL, E&M AND HORTICULTURE WORKS)

SCHEDULE ‘A’
Schedule of quantity
as per (PWD-3) AS PER PART-D
(Schedule of stage payment) (From page 94 to 106)
SCHEDULE ‘D’
Extra schedule for specific
Requirements/documents for -NIL-
the work, if any.
SCHEDULE ‘E’
Reference to General Conditions of contrct GCC 2022 EPC Projects with correction slips
up to the last date of bid submission.

Name of Work:- Construction of 1000 Bedded (G+5) RCC framed Structured Boys
Hostel including internal water supply, sanitary installations, sewerage system, drainage,
internal roads and pathway, external sewer lines, septic tank, underground sump, rain water
harvesting, compound wall, furnitures, water treatment plant, drinking water cooler, internal
electrical installation, fans, fittings, fire alarm system, fire fighting system, solar PV power
generation system, solar water heating system, CCTV, HVAC, LAN system, LED
street/compound/pathway/landscape lighting, Lifts, Civil & electrical development,
Horticulture and landscaping work on EPC Basis (Mode-I) at National Institute of
Technology, Jamshedpur (Jharkhand).
Estimated cost of work: Rs. 89,38,49,185/-
(i) Earnest Money: Rs. 99,38,492/-
(ii) Performance Guarantee 3% of tendered value
(iii) Security Deposit 2.5% of tendered value
SCHEDULE ‘F’
(GENERAL RULES & DIRECTIONS)
Officer inviting tender Executive Engineer & Senior Manager(C)-1, CPWD
Jamshedpur.

Applicable Mode of EPC contract (Mode-I/II/II) Mode-I


Type of Building (Permanent or Semipermanant) Permanent
List of approved construction technology As per Table 1A of OM No 17/SE
(TAS)/BMTPC/2022/105 dated
24.03.2022 Amended from time to
time. (attached in this NIT)

Maximum percentage for quantity of


items of work to be executed beyond
P a g e | 66

which rates are to be determined in See below


accordance with Clauses 12.1 & 12.2

Definitions:
CPWD Directorate CPWD Directorate includes Director General / Special Director
General / Additional Director General / CPM/ CA/Chief
Engineer/CE-ED/PM/ SE/SE-PD/ Director (Horticulture).
Successor Any Authority as notified by the CPWD Directorate before, during
and after execution of work/ agreement.
Engineer-in-Charge The Engineer Officer who shall supervise and be in charge of the
work
1. Civil works:
Executive Engineer & Senior Manager (C)-1, CPWD
Jamshedpur or his successor.
2. Electrical & Mechanical works:
Executive Engineer & Senior Manager (Elect), CPWD
Jamshedpur or his successor.
3. Horticulture works
Deputy Director (Horticulture), CPWD, Kolkata or his
successor.
Accepting Authority Superintending Engineer cum Project Director, CPWD
Jamshedpur or his successor.
Percentage on cost of 15%
materials and Labour to cover
all overheads and profits.
Standard Schedule of Rates

(i) Civil work (i) CPWD Plinth Area Rates 2021 with correction slips up to last
date of submission of bid.
(ii) CPWD Delhi Schedule of Rates 2021 Vol I & II with
correction slips up to last date of submission of bid.
(iii) Market rate for non-PAR and non-DSR items.
(ii) Electrical work (i)CPWD Plinth Area Rates 2021 with correction slips up to
last date of submission of bid.
(ii)CPWD Delhi Schedule of Rates 2022 with correction slips
up to last date of submission of bid.
(iii) Market rate for non-PAR and non-DSR items.
(iii)Horticulture work Specifications (Horticulture & Landscaping)-2020”, with upto date
correction slips and as per CPWD Yard stick, NBC 2016.
Department Central Public Works Department (CPWD)
Standard CPWD Contract GCC 2022 for EPC Projects with correction slips up to last date of
Form submission of bid.
P a g e | 67

Clause 1
(i) Time allowed for submission of 07 (Seven) days
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.

(ii) Maximum allowable extension with late 03 (Three) days


fee @ 0.1% per day of Performance
Guarantee amount beyond the period
provided in (i) above

Clause 2
(i) Authority for fixing compensation under Superintending Engineer cum Project Director,
clause 2 CPWD Jamshedpur or his successor.
Clause 5
(i) Number of days from the date of issue 10 (Ten) days
of letter of acceptance for reckoning
date of start
Table of Mile stones:
1. Building Portion
Sl. Description of Mile stone Time allowed Amount to be
No. in days (From withheld in case of
date of start) Non- achievement
of mile stone
1.1 Submitting commencement certificate, 3 months 0.30% of tendered
architectural drawings (as required) and cost of item No.1
structural drawings.
1.2 Civil Work: 5 Months 0.80 % of tendered
a. Completion of work upto plinth i/c cost of item No.1
grade slab.
b. Submission of documents for approval
of specialized agency.
E & M Works:
a. Submission of documents for approval
of specialized agency for approval.
P a g e | 68

b.Submission of make and models of


conduits, cables, fans, fittings, lifts, fire
fighting equipments, fire alarm
equipments, switches and other E & M
items.
1.3 Civil Work: 07 Months 0.80 % of tendered
a. Completion of RCC work up to 2nd cost of item No.1
floor level.
b. Submission of
Chinaware/CP/Door/window fittings and
other finishing items i/c
door/window/paints/putty/flooring
materials etc. for approval.
E & M Works:
a. Conduiting work in slabs which are
casted.
1.4 Civil Work: 0.80 % of tendered
a. Completion of RCC work up to 4th cost of item No.1
floor level.
b.Brick work up to 2nd floor level.
c.preparation of one no. sample room and
one no. toilet block at ground floor
complete in all respect. 09 Months
E & M Works:
a. Conduiting work in slabs which are
casted.
b. Wall conduiting up to 2nd floor level.
1.5 Civil Work: 11 months 0.80 % of tendered
a. Completion of RCC work up to terrace. cost of item No.1
b.Brick work up to 4th floor level.
c. Internal plaster up to 2nd floor level.
d. Flooring work on ground and first
floor.
E & M Works:
a. Conduiting work in slabs which are
casted.
b. Wall conduiting up to 4th floor level.
1.6 Civil Work: 13 months 0.80 % of tendered
a. Completion of RCC work up to mumty cost of item No.1
and machine room.
b. Brick work up to Terrace level.
c. Completion of parapet wall and
waterproofing treatment over terrace.
c. Internal plaster up to 4th floor level.
P a g e | 69

d. Flooring work on 2nd and 3rd floor.


E & M Works:
a. Conduiting work in slabs which are
casted.
b. Wall conduiting up to Terrace level.
1.7 Completion of building in all respect i.e 16 Months 0.70 % of tendered
both civil as well as E & M works. cost of item No.1
Submission of Occupancy certificate, all
NOCs like fire, lift etc. & submission of
as built drawing.

2.Development Works

Sl. No. Description of Mile stone Time allowed in Amount to be


days (From date withheld in case of
of start) Non- achievement of
mile stone

1 A.Completion of UG sump in all 12 months 3.0 % of tendered


respect. cost of item No-2
(Development
B. Completion of Boundary wall and
Work).
MS gate in all respect.
C. 50% of following works:
a.Road work
b.Footpath
c.Road side drain/Drainage
d.Sewer line
e.Water distribution system
f.Supply of Electrical Street Light
poles, Solar panels, HT/LT cables,
electrical pump ,LAN,CCTV,Solar
water heating material,Split AC,Fire
fighting and fire alarm materials,Lifts
set.
P a g e | 70

2 Installation of all supplied E&M 15 months 1.0 % of tendered


materials as mentioned above cost of item No-2
(Development
Completion of Horticulture work
Work).

3 Testing commissioning of all above 16 months 1.0 % of tendered


E&M items and Completion of all cost of item No-2
development works as given in BOQ (Development
in all respect including testing and Work).
commissioning.
Submission of Occupancy certificate,
all NOCs & submission of an built
drawing.

Time allowed for execution of work: 16 Months (3 months for planning & designing +13
months for execution and completion of work).

Authority to decide:
(i) Extension of time Executive Engineer & Senior Manager (C)-1, CPWD
Jamshedpur.
Final authority to decide EOT is the Superintending
Engineer cum PD, Jamshedpur or his successor.
(ii) Rescheduling of mile stones Superintending Engineer cum PD, Jamshedpur or his
successor.
(iii) Shifting of date of start in case Superintending Engineer cum PD, Jamshedpur or his
of delay in handing over of site successor.

Schedule of handing over of site


Sr. Portion of site Time period for handing over reckoned from date of
No issue of letter of intent

1 Full site 10 Days.

Schedule of issue of Design/Drawing Not Applicable (To be provided by the


contractor in EPC Mode-I)
P a g e | 71

Clause 5.1

Rate of recovery for delay in submission of


Rs. 25000 per week
the Time and Progress Chart and progress
report in terms of per week of delay in
weeks

Clause 5.4

Schedule of rate of recovery for delay in Rs. 5000 per day


submission of the modified program in
terms of per day of delay in days

Clause 7

i. Civil Rs 400 lakh


ii.Electrical Rs. 50.00 Lakh.
iii. Horticulture Rs. 6 lakh

Gross work to be done together with


Net payment/ adjustment of advances The Engineer-in-charge of the respective
For material collected, if any, since component, at his discretion, may release monthly
the last such payment for being payment even at a lesser amount subject to
eligible to interim payment availability of fund from the client. But the
contractor cannot claim it as a matter of right and
no interest payment as per clause-7 shall be
permitted unless the work executed is beyond the
above limits and bill is pending in division as
stipulated in Clause-7 of the GCC-2022 for EPC
projects.

Clause 7A Yes
Clause 8A
Authority to decide compensation on Superintending Engineer cum PD, Jamshedpur
account if contractor fails to or his successor.
submit completion plans
Maximum compensation
0.1% Tender value of work subject to ceiling
of Rs. 10,00,000/-.

Clause 10A

List of minimum number of testing Civil works: As per List Given in Appendix-I
equipments to be provided by the agency at
site lab E & M works: Lux meter, Earth tester,
Megger, tong tester, conduit bending
P a g e | 72

machine, Vernier caliper, multi meter, Wire


gauge. as Appendix-I (Electrical)
Clause 10B (i) Applicable
Clause 10B (ii) Applicable (In two equal installments)
Clause 10B (iii) Not Applicable
Clause 10CC Applicable

S.No. Relevant component of Material / labour for Percentage of total value of


price escalation work
1. Component of Cement 12 %
2. Component of Labour (Civil) 16 %
3. Component of Labour (E&M) 3%
4. Civil Component of other Construction 37 %
Materials
5. Electrical and Mechanical (E&M) Component 16 %
of Construction Materials
6. Component of POL (Diesel) Nil
7. Reinforcement steel bars / TMT bars/structural 16 %
steels (including strands and cables).
8. Component of Bitumen Nil
Total 100%
Clause 11

1.Civil work: CPWD Specifications 2019 Volume I & II


Specification to be
followed for execution of 2.Electrical work:
work 3.CPWD General Specification
4.Part I Internal 2013 with correction slips up to last date of submission of
tender.
5. Part II (External) 1995,
6.Part III – Lifts & Escalators) – 2003
7.Part IV (Sub Station) 2013
8.Part V (Wet Riser & Sprinkler system) 2020
9.Part VI Fire Detection and Alarm System 2018
10.Heating, Ventilation & Air Conditioning (HVAC) – 2017
11.Part VII- DG Set-2013
12.Part VIII- Gas based Fire extinguishing system-2013
13.CPWD Green Rating Manual 2021.
14.CPWD Handbook on Safety, Health and Environment
15.CPWDManualonAccessible
16.Built Environment 2019.
17.(5) NBC 2016 Vol 1 & 2
18.(6) ASHRAE handbook
19.Special conditions, Particular specifications, Relevant BIS code and if both
are not applicable manufacturer’s specifications.
i.Horticulture Works -CPWD Specifications 2018
P a g e | 73

Note All above specifications shall be applicable with corrections


slips up to the date of call of tender

Clause 12.1 & 12.2 :


(I) For Building Portion: 2% for unit area and
10% for circulation/comman area.
(II) For Development works: 100%
Note:
Payment of deviations/variations beyond 0.25% of the accepted tendered amount
(Applicable for Building portion only).
In case there is any change in scope as defined in the contract, the contractor shall carry
out the changes as per direction of Engineer in Charge and nothing extra shall be payable
to the contractor on account of same if the additional cost of such work is up to 0.25%
(zero point two five percent) of the accepted tendered amount and worked out as per sub-
clause 12.3. Variations/deviations upto 0.25% (zero point two five percent) of the accepted
tendered amount shall be deducted from overall variations/ deviations for making payment.

Clause 16
1. Civil Works: Superintending Engineer cum Project
Competent Authority for
Director, CPWD Jamshedpur/ any other authority as
deciding reduced rates.
notified by the CPWD Directorate.
2. Electrical Works: Superintending Engineer cum
Project Director, CPWD Jamshedpur/ any other authority
as notified by the CPWD Directorate.
3. Horticulture Works: Superintending Engineer cum
Project Director, CPWD Jamshedpur/ any other authority
as notified by the CPWD Directorate.

Clause 17 (Deffects liability period)


As per special requirement of NIT Jamshedpur, the defects liability period shall be
05 (Five) years for Civil, E&M, Furniture
works and Horitculture works after
declaring the original construction works
completed by the competent authority.
(Accordingly bidders should Quote the
rate after considering the defects liability
period of five years instead of three years
as mentioned in GCC for EPC Project
2022 with upto date correction slip.

Clause 19 C Rs. 500/- for each default Authority to decide penalty for
P a g e | 74

each default Engineer in charge


Clause 19 D Rs. 500/- for each default / any other authority as notified
by the CPWD Directorate.
Clause 19 G Rs. 500/- for each default

Clause 19 K Rs. 200/- per tradesman per day

Clause 22

(i) Minimum percentage of samples to be witnessed by the Engineer-in- 100%


charge or his authorized representative
(ii) Minimum percentage of tests to be witnessed by the Engineer-in-charge 100%
or his authorized representative

Clause 25
(i) Conciliator The Additional Director General
(Patna), CPWD or his successor.

(ii) Arbitrator Appointment Authority Superintending Engineer cum Project


Director, CPWD Jamshedpur or his
successor.

(iii) Place of Arbitration Kolkata

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

Sl. Requirement of Technical Minimum Designation of Rate at which


No. Staff Experience Technical staff recovery shall
Qualification Number(s) (Years) be made from
(of Major the contractor
+ Minor in the event of
component) not fulfilling
1 Graduate 1 (Civil) 20 (and having Project Manager Rs. 60,000/-
Engineer experience of per Month
one similar
nature of work)
2 Graduate 1 (Civil) 12 (and having Deputy Project Rs. 40,000/-
Engineer experience of Manager per Month per
1
one similar person
(Electrical))
nature of work)

3 Graduate 1(Civil) 5 or 10 Project/site Rs. 25,000/-


Engineer or 1 (Electrical) Respectively Engineer per Month per
Diploma person
P a g e | 75

Engineer
4 Graduate 1(Civil) 8 Quality Rs. 25,000/-
Engineer 1 (Electrical) Engineer per Month per
person

5 Diploma 1(Civil) 8 Surveyor Rs. 15,000/-


Engineer per Month per
person

6 Graduate 1(Civil) 6 Project planning Rs. 20,000/-


Engineer 1 (Electrical) / billing per Month per
Engineer person
Note:
1.Assistant Engineers retired from Government services, who are Diploma holders
will be treated at par with Graduate Engineers. Diploma holder with minimum 10
years relevant experience with a reputed construction company can be treated at par
with Graduate Engineers for the purpose of such deployment subject to the
condition that such diploma holders should not be in excess of 50% of requirement
of degree engineers.
2.The Recovery on account of non-deployment of technical staff shall be made by
the Engineer in Charge of the respective Discipline / Component.

Clause 38 Applicable as given below

Schedule/statement for determining Delhi Schedule of Rates 2021 with


(i)
theoretical quantity of cement & amendments up to the date of submission
bitumen based on Delhi Schedule of of bid.
Rates
Variations permissible on theoretical quantities.
(ii)
(a) Cement 3% Plus/Minus

Bitumen for all works. 2.5% plus only and nil on minus side.
(b)
Steel reinforcement and structural steel 2% plus/minus side sections for each
(c)
diameter, section and category.

(d) All other materials Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION


P a g e | 76

Rates in figures and words at which recovery shall be


made
S.No. Description of Item
Excess beyond
Less use Beyond Permissible
permissible
Variation
variation
Ordinary Portland
1. Nil Not Permitted
Cement (OPC)

Pozzolana Portland
2 Nil Not Permitted
Cement (PPC)

2. Steel Reinforcement Nil Not Permitted

Executive Engineer & SM (C)-1


CPWD Jamshedpur
P a g e | 77

APPENDIX-I

List Of Minimun number of Testing Equipments (For Civil work)


1) Balances:
i)7 kg to10 kg capacity, semi-self-indicating type– Accuracy 10gm
ii)500 gm capacity, semi-self-indicating type Accuracy 1gm.
iii)Pan Balance- 5 kg Capacity- Accuracy 10 gm
2) Ovens:
Electrically operated, thermostatically controlled up to 1100C- Sensitivity 10C.
3) Sieves: as per IS: 460
i) IS Sieves – 450 mm internal dia of sizes 100 mm, 80 mm, 63 mm, 50 mm,40
mm, 25mm, 20 mm, 12.5 mm, 10 mm, 6.3 mm, 4.75 mm, complete with lid and
pan.

ii)IS Sieves – 200 mm internal dia (brass frame) consisting of 2.36 mm, 1.18 mm, 600
microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75
microns with lid and pan.
4) Sieve shaker:
Capable of 200 mm and 300 mm dia sieves, manually operated with timing switch
assembly
5) Equipment for slump test:
Slump cone, steel plate, tamping rod, steel scale, scoop- 2 sets
6) Dial gauges:
25 mm travel - 0.01 mm/division least count - 2nos.
7) 100 tonnes compression testing machine, electrically operated.
8) Graduated measuring cylinders 200 ml capacity - 3 Nos.
9) Equipments for cube testing
 Concrete cube moulds 15x15x15cm. 36 Nos.
 Tamping Rods length 60cm and ramming face 16mm 2 Nos.
 Extra Bottom plates for 15cm cube mould 12 Nos.
 Standard Vibration table for cubes 1 Nos.
10) Equipments required for measuring field density through sand replacement
method - 1 set.
11) Equipments required for measuring maximum dry density of soil, WMM,
Moorum, etc. - 1 set.
12) Steel Tapes (5m) – 2 nos.
13)Rebound hammer for testing concrete – 1no.
14) Plastic bags for taking sample
15) Moisture meter for timber
16) Depth Guage

For Electrical & Mechanical works


1)Megger 2 nos.
2)Earth Tester 2 nos.
3)Lux meter 2 nos.
4)Wire Gauge 2 nos.
5)Multi meter 2 nos.
6)Vernier Calipers 2 nos.
7) Tong Tester 2 nos.
8)Conduit bending machine 1 no
P a g e | 78

APPENDIX-II

SUGGESTIVE LIST OF MACHINERIES, TOOLS & PLANTS AT SITE

Sl.N
Name of Equipment Numbers
o.
1 Fully Automatic Concrete Batching Plant of capacity 1 No.
30 cum/hr with computer control
2 Excavators(3D) As per requirement.
3 Roller for compacting (10 Tonnes) As per requirement.
4 Backhoe Loader/ JCB As per requirement.
5 Concrete pumps As per requirement.
6 Concrete transit mixer As per requirement
7 Concrete mixer (diesel)/ (electrical) As per requirement.
8 Needle vibrator (electrical) / (petrol) As per requirement.
9 Surface vibrator As per requirement.
10 Bar bending machine 2Nos.
11 Bar cutting machine 2Nos.
12 Welding machine i/c transformer 2 Nos.
13 Tippers As per requirement.
14 Trucks As per requirement.
15 Pump (diesel) / (electric) As per requirement.
16 Air compressors (diesel) As per requirement.
17 Diesel generator 1 No.
18 Good quality camera for taking photographs and 1 No.
video recording of major activities for record
purpose and for quality assurance.

The above machineries, tools & plant are indicative and shall be brought / kept at site as
and when required keeping in view of the requirement at site.
P a g e | 79

SCOPE OF WORK
P a g e | 80

I. SCOPE OF CIVIL WORKS


1. General

a) The work shall be executed on (Engineering, Procurement & Construction)


EPC Mode-I on turnkey basis including getting all local body clearances as
per operational building requirement, carrying out geotechnical investigation
(if required by the agency), structural design & drawings, vetting of structural
drawings/design from any Indian Institute of Technology (IIT), construction
and commissioning of buildings & services, obtaining completion certificate
and handing over in accordance with approved layout plan and architectural /
structural drawings. The layout plan, architectural drawings are provided in
the tender document. Contractor shall also have to prepare any architectural
drawings which will be required during execution and not provided in tender
documents.

b) The scope of work shall include all Civil, Electrical & Mechanical,
Horticulture works and Furniture work all Services and any other Works
required for the Construction and Completion of the buildings in all respects
to the satisfaction of the Engineer – in – charge.

c) The work shall be carried out in accordance with true intent and meaning of
the specifications and the drawings read together, regardless of whether the
same may or may not be particularly shown on the drawings and / or
described in the specifications, provided that the same can be reasonably
inferred there from.

d) There may be several incidental works, which may not be mentioned


explicitly in the contract document / specifications but shall be necessary to
complete the item in all respect. All such incidental works shall be executed
as per sound engineering practice and the direction of the Engineer-in-charge
and shall be deemed to be included the overall amount quoted by the
contractor. No adjustment of rates shall be made on account of incidental
works.

e) In case specifications of some of items are not explicitly mentioned in the bid
documents same shall be adopted as given in the CPWD Specifications,
NBC-2016, BIS Codes or according to sound engineering practices so as to
make the building and services fully functional. No claim what so ever shall
be entertained on this account.

2. Local Body Approvals: -

a) Getting all statutory / other approvals from local body as per operational
building requirement shall be done by the agency from the date of award of
work.
P a g e | 81

b) The contractor shall obtain all Approvals as per operational building


requirements from Local Authorities / other Statutory Authorities under the
provisions of Local building byelaws, Master plan and Local Body Acts from
inception to completion and occupation. The contractor shall obtain
commencement certificate, all other mandatory approvals and No Objection
Certificates from local authorities like CFO (Fire department), town planning
authority, ground water authority, electricity supply authority, water supply
authority, sewerage department, tree authority committee, traffic and
coordination department, pollution control board, Forest department, Lift
Inspector, State Electricity Authority and any other NOC / Approval required
by the local authority
c) The contractor shall prepare any further documents as required and submit
directly to the local statutory bodies with the approval from CPWD and client
department through the Engineer in charge.
d) The contractor shall at his own cost collect field data / samples and carry out all
necessary surveys / tests required for submission of necessary applications.
e) The contractor shall comply the observations of local body, modify the Lay out
plan, other architectural drawings and documents, if necessary, resubmit the
proposal as required by the local bodies.
f) The contractor shall obtain “GREEN” rating system of GRIHA III (Green
Habitat Accomplished Rating) for the project from the committee of CPWD
officers drawn from Architecture, Civil, Electrical and Horticulture cadres. The
assessment of green rating shall be carried out based on CPWD Green rating
manual.
g) The contractor shall obtain plinth completion certificate from local / statutory
authorities if required.
h) The statutory payments or fees payable to Government / Local Body shall be
reimbursed to the Contractor by CPWD. The contractor shall obtain written
prior permission from the Engineer- in- charge before making any payments.
i) Six final copies of the approved drawings and documents shall be submitted to
Engineer – in– charge for record.
j) All the drawings and documents developed out of the assignment shall be the
sole property of the Department.
k) The contractor shall obtain Completion Certificate / Occupation Certificate after
completion of the project from statutory / local bodies before handing over the
completed work to CPWD / Client.
3. Eligibility criteria for Comprehensive Consultancy works
a) The contractor shall submit list of (minimum three) reputed Firm / Consultant
(whether titled as an Architectural firm or Engineering firm) who has rendered
Comprehensive Consultancy services for approval by department.
b) The decision of the Engineer-in-charge shall be communicated within 30 days
after submission of proposal along with complete documents.
c) The department reserves the right to approve any of the consultants out of the
proposed ones as deemed fit and decision shall be final and binding on the
contractor.
P a g e | 82

d) The contractor having the in-house capabilities in various consultancy works,


fulfilling the minimum eligibility criteria as specified below, shall also be
eligible.

e) The consultant shall be responsible for:


i. The consultant shall prepare and supply all detailed architectural
drawings (as per requirement), Structural Design and Drawings,
design and detailing of all services, their drawings, external
development works, landscaping, etc. as well as shop drawings.
ii. Obtaining all Approvals from Local Authorities as per operational
building requirement /other Statutory Authorities under the
provisions of Local building byelaws, Master plan and Local Body
Acts from inception to completion and occupation.
iii. Shall obtain commencement certificate, Occupation Certificate, all
other mandatory approvals, CFO (Fire department), town planning
authority, ground water authority, electricity supply authority, water
supply authority, sewerage department, tree authority committee,
traffic and coordination department, pollution control board, Forest
department, Lift Inspector, State Electricity Authority and any other
NOC / Approval required by the local authority.
iv. Design of services for all Civil services such as plumbing, Sewerage
line, drainage etc.
v. Design of Electrical & Mechanical Services.
vi. Environmental clearance / NOC, if required.
vii. Interior, furnishing (if directed by Engineer-in-Charge).
viii. Any other job required for successful completion and occupation of
the work
f) Eligibility criteria for work experience: The Consultants should have
minimum 15 years experience in rendering consultancy services and should
have handled consultancy works i.e. planning, designing and obtaining local
body approvals, commencement certificate and occupation certificate designed
for work of similar nature * during the last seven years reckoned from the date
of submission of the proposal. Only completed and handed over works shall
qualify in similar nature of work.

Three Comprehensive consultancy works of similar nature of work each


involving plinth area of minimum 10000 sqm or project cost of Rs. 35.75
Crores.
or
Two Comprehensive consultancy works of similar nature of work each
involving plinth area of minimum 15000 sqm or project cost of Rs. 53.63
Crores.
or
P a g e | 83

One Comprehensive consultancy works of similar nature of work each


involving plinth area of minimum 20000 sqm or project cost of Rs. 71.50
Crores.

*Work of similar nature is as defined in the CPWD-6 of this NIT.

4. Eligibility criteria for Sub-Consultancy works


The consultant shall either have the in-house facilities in various sub-consultancy
works or shall appoint sub-consultant fulfilling the minimum eligibility criteria as
specified below:
S. Sub-consultancy Definition of similar
Eligibility Criteria
No. works work
1 Structural design Three consultancy works of Minimum experience
similar nature of work each of 10 years in the
involving plinth area of Structural design
minimum 10000 sqm
field.
or
Two consultancy works of
similar nature of work each
involving plinth area of
minimum 15000 sqm
or
One consultancy works of
similar nature of work each
involving plinth area of
minimum 20000 sqm.
2. Design of services Three consultancy works of Minimum experience
for all Civil similar nature of work each of 10 years in the
services such as involving plinth area of Design of services for
minimum 10000 sqm
plumbing, water all Civil services such
supply line, sewer or as plumbing, drainage
line, drainage etc Two consultancy works of etc.
similar nature of work each
involving plinth area of
minimum 15000 sqm
or
One consultancy works of
similar nature of work each
involving plinth area of
minimum 20000 sqm.
3. Design of services Three consultancy works of Minimum experience
for Electrical & similar nature of work each of 10 years in the
Mechanical involving plinth area of Design of services for
minimum 10000 sqm
.services Electrical &
or Mechanical
P a g e | 84

Two consultancy works of


similar nature of work each
involving plinth area of
minimum 15000 sqm
or
One consultancy works of
similar nature of work each
involving plinth area of
minimum 20000 sqm.
Note : Definitation of similar nature of works is as given in CPWD-6 of this NIT.

i. The consultant / sub-consultant shall specify the list of personals engaged


exclusively for this work along with their certificates of qualification and
experience and they shall be associated till completion of the project and
obtaining completion certificate from the concerned local body.
ii. The Consultant / Sub-consultant (s) should be an Indian consultancy firm.
iii. The Consultant / Sub-consultant (s) should have sufficient number of
employees for the proper execution of the project.
iv. The structural consultant should have one lead structural designer having
experience in earth-quake resistant design of high-rise residential
buildings. They shall be equipped with relevant design software and recent
design codes.
5. Scope of consultancy work

General:
a. The layout plan (LOP) and conceptual drawings have been prepared by the
CPWD. Consultant shall be responsible for prepration of remaining detailed
architectural drawings which will be needed during execution and as directed by
Engineer-in-Charge.
b. The contractor shall prepare and supply all detailed architectural drawings
(remaining), design, detailing and drawings of all E&M and Civil services,
external development works, landscaping, etc. as well as shop drawings w.r.t the
minimum specifications and standards, fittings and fixtures prescribed in the
tender document and the approved Design Basis Report (DBR).
c. Four sets of hard copies and soft copies (CD/DVD) each of all Architectural,
Structural, Services Drawings detailed and coordinated drawings etc. shall be
submitted to the Engineer-in-charge for issue of No Objection Certificate and
releasing them for execution.
d. The officers of CPWD shall be responsible for broad oversight of functional,
aesthetics for engineering and architectural consideration only. The agency shall
not be absolved from his responsibility for functional and structural soundness of
P a g e | 85

the buildings just because the NOC issued to drawings by CPWD.


e. All drawings shall be submitted at least one month in advance to the Engineer-
in-charge for issue of No Objection Certificate and releasing them for execution.
f. All the architectural features like master plan,external elevation, internal layouts
etc are freezed by CPWD in coordination with client department. No major
changes in these features can be done during execution by the consultant.
However due to some site conditions, minor changes can be done without
changing the basic look and feel of the building with prior approval of Engineer-
in-Charge.

5.1 Architectural Planning and design

a) Preparation of the detailed working drawings which are not provided by the
department and modifications (minor) in existing drawings if needed as per
site conditions without changing basic architectural features, look and feel of
the buildings.

b) Any other designing and detailing required for execution of the work like
toilet details, door-window details, cupboard / wardrobe details, staircase
details, railing, aluminium louvers / tube details and grills details, lift lobby
flooring details, cladding and tile laying patterns, kitchen details, details of
grooves in walls, floors etc. Most of these drawings are available with the
department and attached in the tender document, consultant shall be
responsible for drawings which are not provided in the tender documents.
Consultant shall also have to modify the attached drawings ( minor
modifications only) if modifications are needed as per site conditions.

c) All the above drawings shall be submitted to Engineer-in-charge at least one


month in advance for taking approval from committee as framed by the
department which can consist of consisting of members from each
discipline of CPWD and a member from client and further issue of No
Objection Certificate and releasing the architectural drawings for execution.

d) Agency shall be responsible for incorporating any number of revisions /


modifications as asked by the department or required as per site conditions
and rates are inclusive of it.

5.2 Structural planning and design

An indicative soil investigation report is uploaded for general guidelines of


the bidders. However, the contractor shall satisfy himself about nature of
sub-soil strata by conducting necessary sub–soil tests. The contractor shall
conduct detailed soil investigation as per relevant IS code, NBC 2016 etc.; as
applicable, through the geotechnical consultant having professional
experience of more than 10 years. In case, the agency will done their own
P a g e | 86

soil investigation, more stringent values out of two reports i.e one attached in
tender documents and one submitted by the agency shall be adopted for
structural design purpose.
a) Preparation and submission of detailed DBR for approval by Engineer-in-
charge

b) Preparation and submission of framing plan and structural system for


approval by Engineer-in-charge.

c) Building /structure wise structural analysis and design using latest software.

d) Preparation of building / structure wise preliminary structural drawings.

e) Preparation of building / structure wise detailed structural drawings for proof-


checking.

f) The Consultant will do all the structural design as per DBR and latest Codal
provisions and shall be proof checked from any of the IITs. The fees for
proof checking shall be borne by the Contractor. The consultant will liaison
and co- ordinate with such Institute as and when required and as per the
direction of Engineer-in-charge.

g) The proof-checked detailed structural drawings shall be submitted to the


Engineer-in-charge for issue of No Objection Certificate and releasing them
for execution. Even after proof-checking of the drawings by IIT, department
can suggest some changes / modifications in the drawings and agency shall
incorporate these changes in the drawings and submit it again after proof
checking for issue of GFC by the Engineer-in-Charge.

h) The structural design shall be carried out in accordance to latest editions and
up-to-date correction / amendment / errata of BIS Codes (Bureau of Indian
Standards), other relevant seismic / other codes for making Building
Earthquake Resistant and as per sound engineering practices as directed by
Engineer-in-charge.

i) Submission of all design calculations in hard and soft copies as per the
direction of Engineer-in-charge. Any other designing and detailing required
for comprehensive planning and designing of the proposed buildings.

j) Submission of structural stability certificate as per requirement of statutory /


local body.

Design and detailing of appropriate expansion joint/seismic joint system


wherever required.

k) Advising the Engineer-in-charge on any unforeseen design related issue.

l) Agency shall be responsible for incorporating any number of revisions/


modifications as asked by the department or required as per site conditions
P a g e | 87

and rates are inclusive of it.

5.3 Services and Miscellaneous Consultancy works.

a) Design, preparation and submission of drawings of external bulk services


for the whole campus of colony like water supply, Electrical Power supply,
sewerage system, storm water drains, underground and overhead water tanks,
STP, roads, paths, horticulture works, differently-abled person friendly
corridors, signage, Landscape, as per relevant provision of NBC-2016 / BIS
Codes, green area norms for whole campus in such a manner that the
segmental operations of services is possible during the course of construction
of this phase and other phases too.

b) The contractor shall obtain “GREEN” ratings system of GRIHA III (Green
Habitat Accomplished Rating) for the project from the committee of CPWD
officers drawn from Architecture, Civil, Electrical and Horticulture cadres.
The assessment of green rating shall be carried out based on CPWD Green
rating manual 2019. He shall prepare and maintain all necessary
documentation for this purpose during progress of the work. He shall obtain
“GREEN” certification and submit the same to Engineer-in-charge for his
record.

6. Building Portion

a) The scope of work shall be construction of RCC Framed G+5 Storeyed 1000
bedded Boys Hostel.

b) Work shall be executed according to the specifications and standards,


particular specifications prescribed in this tender document.

c) Fittings and fixtures shall be as prescribed in this tender document

d) In general, the work shall be executed as per CPWD specifications, NBC-


2016 and standard and sound engineering practice.

7. Water Supply & Sanitary Works, UG Sump

a) The scope of work shall be detailed Designing / preparation of Shop drawings


and its approval. Construction, Installation, Testing and Commissioning and
obtaining Statutory Approval and Connection from local body.

b) Integration of detailed shop drawings with Civil / Structural details and E&M
services.

c) Work shall be executed according to the specifications and standards,


particular specifications prescribed in this tender document.

d) In general, the work shall be executed as per CPWD specifications, NBC-


2016 and standard and sound engineering practice.
P a g e | 88

e) The statutory payments or fees payable to Government / Local Body shall be


reimbursed to the Contractor by CPWD. The contractor shall make payment
to local body after taking prior permission from the Engineer in charge.

f) Fittings and fixtures shall be as prescribed in this tender document.

8. External Water Supply & Sewerage, Storm Water Drainage System,


Drainage System, Rain water Harvesting.

The scope of work shall be detailed Designing / preparation of Shop drawings and its
approval. Construction, Installation, Testing and Commissioning and obtaining
Statutory Approval and Connection from local body.

a) Integration of detailed shop drawings with Civil/Structural details and E&M


services.
b) Work shall be executed according to the specifications and standards,
particular specifications prescribed in this tender document.
c) In general, the work shall be executed as per CPWD specifications, NBC-
2016 and standard and sound engineering practice.
d) The statutory payments or fees payable to Government / Local Body shall be
reimbursed to the Contractor by CPWD on prior permission before making
payments from the Engineer in charge.
9. Site Development
a) Scope of Work includes construction of internal Roads, footpaths, kerb
channels, Hoirticulture works etc. including connecting with the existing
road.
b) The entire plot shall be levelled according to formation levels by cutting or
filling wherever necessary.
c) Terracing wherever necessary by providing retaining walls, toe walls,
necessary steps etc. is also included in the scope of work.

II. SCOPE OF E & M WORKS


The works include Design, Planning, supply, Installation, Testing and
commissioning including handing over the following installation:
1.1 Internal & External Electrical Installation Street light and signage’s:
P a g e | 89

A) The scope of work includes design, Planning, supply, installation, testing and
commissioning of Internal electric installation such as point wiring (Light, Fan,
Exhaust fan, Bell point) wiring for socket outlet points (light & power plug points),
group control point wiring and twin control point wiring wherever required, circuit
& sub main wiring along with modular type switch, socket, bell push, step type fan
regulator, modular telephone and TV socket outlet, GI box along with modular base
& cover plate, & accessories, call bells, lighting fittings and fixtures, lighting
luminaries for escape lighting, exhaust fan, ceiling fan, MCB type SDBs with
RCBO / RCCB incomer & MCBs as out goings, LT panels (for essential & non-
essential electric supply). Floor trunkling, all power cables incoming and outgoing
PVC/XLPE insulated PVC sheathed aluminium / copper conductor armoured cables
of appropriate rating including laying and connection, Earthing along with earth
electrode, Main earthing and loop earthing, lightening conductor, etc. complete as
required as per specifications. All the fan and light fittings should be energy
efficient and 5 star BEE rating, if applicable or exists.
Note: Wiring shall be done with PVC insulated FRLS copper conductor cable in
surface / recess MS conduit.There are two Electrical rooms at ground
floor,which will have one Non essential and one Essential LT Panel in each
electrical room,having incomer MCCB and required qty of outgoing
MCCB,4 Pole of required rating and rupturing capacity to feed all non
essential and essential rising mains in the building,Lift panel,street light
feeder pillar,water supply panel,fire fighting panel i/c grid connection
through netmetering for Solar PV.Connection ,i/c required cabling with
XLPE Aluminium conductor cable/FRLS Copper cable in conduit of
suitable rating LT Aluminium Cable. Size and current rating of LT cable
shall be minimum 25% above the required current

B) External Electrical Installation


The scope of work includes Planning, design, supply, installation, testing and
commissioning of street lighting, along all roads around G+5 Hostel building , High
mast lights, landscape / Garden lighting , parking lighting etc. with LED lighting
and poles , suitable size incoming and outgoing XLPE insulated PVC sheathed
aluminium conductor armoured cables of appropriate rating including laying and
connection, hot dip galvanized street / compound light poles with inbuilt control
box, Feeder pillar with required switch gears, earthing etc. as required as per
specifications

C) The scope of work includes Planning, design, supplying, installation, testing &
commissioning of exit sign boards i/c electric signage such as self contained
emergency light signage and photo luminescent type exit sign boards etc. as per
P a g e | 90

NBC 2016 & Fire bye-laws. It also includes exit signage for exit passage way, lift
signage, informative signage in Lift lobbies, passages, fire shafts, etc. Wiring with
1.5 sq.mm wire for emergency light signages in group control point wiring. PVC
insulated FRLS copper conductor in MS conduit with connection. The scope of
work also includes provision of sign boards showing Location plan at entrance,
Building Name and address as desired by the client department.

1.2 Fire fighting systems


The scope of work includes Planning, design, supply, installation, testing and
commissioning of fire-fighting system with downcomer for Hostel block, as per
requirement of NBC 2016 with amendments, Fire bye-laws of Local body ,
obtaining necessary approval as required from respective local bodies / CFO etc.
Every builing shall be provided with downcomer system i/c pipe network, Internal
hydrants, hose cabinet to accommodate hydrants, First-aid hose reel, hose pipe and
branch pipe with nozzle, with control wiring, terrace pump, pipeline accessories
(like butterfly / sluice valves, non-return valves, orifice plates, strainers,
instruments, etc.) electric power and control panel with required control gears and
with all incoming and outgoing XLPE insulated PVC sheathed aluminium /
copper conductor armoured cables (Up to 16 sqmm size cable shall be with copper
conductor) of appropriate rating including laying and connection and earthing etc.,
all types of fire extinguishers (portable, trolley mounted etc.) complete etc. required
as per specifications. Any other firefighting system in addition to mentioned above,
if required as per local bye laws shall also be within the scope of work.

1.4 Intelligent Addressable Fire Alarm System .

The scope of work includes Planning design, supply, installation, testing and
commissioning of intelligent addressable fire alarm system for Hostel block in the
campus as per requirement of NBC 2016 with amendments, Fire bye-laws of local
body including applicable codes and standards. This includes intelligent addressable
main fire alarm control and indicating panel, graphical fire alarm management
system and PC with monitor, key board & mouse, intelligent repeater panel, mimic
panel, intelligent response indicator, talk back system / fire fighter telephone system
consisting of fire fighter telephone system panel and talk back units / fire fighter
telephone, addressable intelligent sounders and silencing switches, intelligent
addressable heat detectors, intelligent addressable smoke detectors, photo- thermal
multi criteria detectors, manual call point, intelligent addressable monitor module,
relay /control module, isolator module, power supply equipment, stand by battery
supply with batteries , battery charging unit & wiring for complete fire alarm system
etc. as required as per specifications. . Any other fire detection system / public
address system in addition to mentioned above, if required as per local bye laws
shall also be within the scope of work.

1.5 Lifts (Passenger Lift,hospital bed lift,dumbwaiter lift )

The scope of work includes design, supply, installation, testing and commissioning
P a g e | 91

of Lifts in g+5 Hostel building as per requirement of NBC 2016 with amendments,
Barrier Free requirement, Fire bye-laws of local body. This includes supply for all
the lifts, intercom system, electric power and control panel with all incoming and
outgoing PVC/XLPE insulated PVC sheathed aluminium / copper conductor
armoured cables (Up to 16 sqmm size cable shall be with copper conductor) of
appropriate rating including laying and connection, Adequate Lift shaft lighting and
light / power plugs in lift shaft and machine room as required by local byelaws and
inspector of lifts.Lift shaft pressurisation , Earthing and loop Earthing etc., as
required as per specifications. Any item in addition to mentioned above, if required
as per local bye laws shall also be within the scope of work.

1.6 LT Service connection i/c LT Panels.

The scope of work includes Planning, design, supply, installation, testing and
commissioning of LT Service connection to proposed G+5 Boy,s Hostel for which
LT Connection to be taken from existing 2 nos. feeder of Non essential panel of
nearest 11kv/0.433 kv Substation and also from existing 2 nos. feeder of essential
panel of nearest 11kv/0.433 kv Substation , by required no. and size of LTXLPE
Cable upto 4 nos.MAIN cubicle type main LT distribution panel (2 nos.essential
& 2 nos.non-essential panel ) inside 2 nos. Electric rooms at Ground floor of the
G+5 Hostel building.Each LT Panel will have suitable capacity MCCB,s as
incomer and suitable capacity MCCB,s as outgoing feeding essential and non
essential rising mains, Lift panel,street light feeder pillar,water supply panel,fire
fighting panel i/c grid connection through netmetering for Solar PV.Connection ,i/c
required cabling with XLPE Aluminium conductor cable/FRLS Copper cable in
conduit of suitable rating LT Aluminium Cable. Size and current rating of LT
cable shall be minimum 25% above the required current. Earthing for entire
installation inclusive of earth electrode, main earth lead, earth Junction, loop
Earthing, safety equipments, insulation mats, MS chequered plates for covering the
cable trenches if any inside the electrical room and any other items/equipments as
required by Central Electricity Authority and power supply company etc., obtaining
necessary approval from supply agency and any other local bodies for installation
and energization if required, NOC from Central Electricity Authority.

1.9 Water Supply Pumping system.


The scope of work includes design, supply, installation, testing and commissioning
of water supply pumping system with submercible pumps and centrifugal pumps in
combination of one working and one stand. From UG domestic water tank water
shall be lifted to indivisual building overhead tank. .This includes piping work with
GI pipes, flanges, butterfly valves, pressure reducing valve, ball valve, solenoid
valve, NRV, strainers, expansion bellows, header, water level indicating system for
U G sump and Terrace tank. Electrical control panel with incoming and outgoing
P a g e | 92

MCCBs, starters, incoming and outgoing XLPE insulated and PVC sheathed
aluminium/ copper conductor armoured cables (Up to 16 sqmm size cable shall be
with copper conductor) of appropriate rating including laying and connections,
earthing and loop earthing, etc. as per specification.
1.10 Air conditioning System
(i)The scope of the work includes planning, supplying, installation, testing and
Commissioning of Split type Airconditioners as per specifications and BOQ
attached.

1.11 CCTV System


Planning, Design, Supply, testing and commissioning of CCTV system for
servilance of G+5 Hostel building and surrounding area i/c installation of Dome,
Bullet, PTZ cameras as per design, networking POE switches , LIU , required
capacity of NVR and HD for vedio recording of 30 days minimum.. The
specification and other details are given in E&M part of NIT
1.12 LAN System and WIFI system
Planning, Design, Supply, testing and commissioning of LAN System and WIFI
system for data transmission within the G+5 Hostel building and surrounding area
i/c laying of OFC, POE switches ,wi-fi controller,access points and networking
wired outlets, networking rack to accommodate CCTV equipments , network
switches, , CAT 6A Cable, required vedio monitoring and management software etc
. The specification and other details are given in E&M part of NIT
1.13 Solar Photo Voltaic Power Generation System

Design, Supply, Installation, Testing and Commissioning of ongrid Solar


Photovoltaic Power Plant (Capacity: 100 KWp for Hostel Building). The
specification and other details are given in E&M part of NIT.
1.14 Solar water heating system.
The scope of work includes design, supplying, installation, testing & commissioning of
minimum 2000 Liter Per Day capacity Solar water heating System with heat exchanger
type including electrical heater back up, make up water tank etc. complete with piping for
delivery of hot water to all bath/ toilets and kitchen of hostel building, necessary wiring
and switch gears, cabling with copper conductor cable, earthing and loop earthing,
connections etc. complete as per specifications as required
P a g e | 93

1.15Water cooler cum purifier.

The scope of work includes design, supplying, installation, testing & commissioning of
minimum 20 nos.water cooler cum purifier as per specifications attached and BOQ,to be installed
at various floors of the G+5 Hostel Building as per instruction of Engineer-in-charge.

SCOPE OF HORTICULTURE WORKS

Scope of Horticulture work shall be as per scope given in Part B of this NIT.

HANDING OVER AND SECURITY OF THE COMPLETED INFRASTRUCTURE:

The contractor shall keep watch and ward of the completed infrastructure for a
period of 12 months reckoned from the actual date of completion as recorded by the
competent authority or till the actual date of handing over to the client whichever is
earlier.

The Contractor shall be responsible for any theft or damages on what so ever ground
for the period till the completed infrastructure is handed over to the client. NO extra
payment on this account shall be made to the contractor and is deemed to be
included in the tendered cost.

Before handing over to the client department, the contractor shall clean the
completed infrastructure, get the services checked for proper functioning to the
client department.
P a g e | 94

Stages of Payment and Mode Of Measurement


Name of work: -Construction of 1000 Bedded (G+5) RCC framed
Structured Boys Hostel including internal water supply, sanitary
installations, sewerage system, drainage, internal roads and pathway,
external sewer lines, septic tank, underground sump, rain water
harvesting, compound wall, furnitures, water treatment plant, drinking
water cooler, internal electrical installation, fans, fittings, fire alarm
system, fire fighting system, solar PV power generation system, solar
water heating system, CCTV, HVAC, LAN system, LED
street/compound/pathway/landscape lighting, Lifts, Civil & electrical
development, Horticulture and landscaping work on EPC Basis (Mode-I)
at National Institute of Technology, Jamshedpur (Jharkhand).

Schedule of Stage Payments

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

1. For Building Portion (% mentioned is w.r.t the tendered cost of item


no-1 of the schedule of quantity as per Part-D)

Sub-head Individual Cumulative


S.No. Description %
% %
Planning, Designing, Submission of detailed 1% OF THE TENDERED COST OF THE
working architectural/structural drawings & ITEM NO-1 OF THE SCHEDULE OF
approval from statutory bodies QUANTITY GIVEN IN PART-D
Submission of detailed architectural drawings as 0.20%
1.01 per requirement, approval from the Engineer-in- 0.20%
charge and issue of GFC drawings.
Submission of vetted (from any IIT) structural 0.50%
1.02 drawings, approval from the Engineer-in-charge 0.30%
and issue of GFC drawings.
Submission of drawings for services (civil) such as 0.70%
plumbing, sewer line, drainage, roads, boundary
wall, UG sump etc., vetting of design of roads,
1.03 0.20%
boundary wall, UG sump from any IIT, approval
from Engineer-in-charge and issue of of GFC
drawings.
Submision of drawings for IEI, Fire fighting & fire 0.90%
alarm system and other E & M services, approval
1.04 0.20%
form Engineer-in-charge and issue of GFC
drawings.
Obtaining Fire recommendation from fire 1.0%
1.05 department, tree cutting permission from Forest 0.10%
Department and tree cutting

BUILDING PORTION
P a g e | 95

80.80% OF THE TENDERED COST OF


CIVIL WORKS THE ITEM NO-1 OF THE SCHEDULE
OF QUANTITY GIVEN IN PART-D
Complete Excavation in any type of strata & 2%
1.06 1%
disposal for foundation work
7%
1.07 PCC and casting of Foundation 5%

8%
1.08 Casting of columns upto plinth and back filling 1%

9%
1.09 Brick work below plinth and casting of plinth beam 1%

Sand filling under floor, PCC and casting of grade 11%


1.10 2%
slab
12%
1.11 Plinth checking/ approval as per local body norms 1%

15%
1.12 Casting of ground floor roof slab 3%

18.5%
1.13 Casting of 1st floor roof slab 3.5%

21.5%
1.14 Casting of 2nd floor roof slab 3%

24.5%
1.15 Casting of 3rd floor roof slab 3%

27.5%
1.15 Casting of 4th floor roof slab 3%

30.5%
1.16 Casting of 5th floor roof slab (Terrace) 3%

Casting of mumty, machine rooms slabs, Complete 31%


1.17 0.5%
structural RCC Work
Completion of Brick/Masonry work up to lintel 32%
1.18 1%
level and casting of lintel/chajja at Ground floor
Completion of remaining Brick/masonry work at 33%
1.19 1%
Ground floor
Completion of Brick/Masonry work up to lintel 33.75%
1.20 0.75%
level and casting of lintel/chajja at First floor
Completion of remaining Brick/masonry work at 34.5%
1.21 0.75%
first floor
Completion of Brick/Masonry work up to lintel 35.25%
1.22 0.75%
level and casting of lintel/chajja at second floor
Completion of remaining Brick/masonry work at 36.0%
1.23 0.75%
second floor
Completion of Brick/Masonry work up to lintel 36.75%
1.24 0.75%
level and casting of lintel/chajja at third floor
Completion of remaining Brick/masonry work at 37.5%
1.25 0.75%
third floor
P a g e | 96

Completion of Brick/Masonry work up to lintel 38.25%


1.26 0.75%
level and casting of lintel/chajja at Fourth floor
Completion of remaining Brick/masonry work at 39%
1.27 0.75%
Fourth floor
Completion of Brick/Masonry work up to lintel 39.75%
1.28 0.75%
level and casting of lintel/chajja at Fifth floor
Completion of remaining Brick/masonry work at 40.5%
1.29 0.75%
Fifth floor
Completion of Brick/masonry work in lift machine 41%
1.30 0.50%
room, mumty, parapet
Waterproofing of terrace/mumty areas, sunken 42%
1.31 1%
areas, toilets etc
43%
1.32 Completion of Internal plaster of ground floor 1%

44%
1.33 Completion of Internal plaster of first floor 1%

44.75%
1.34 Completion of Internal plaster of second floor 0.75%

45.5%
1.35 Completion of Internal plaster of third floor 0.75%

46.25%
1.36 Completion of Internal plaster of fourth floor 0.75%

Completion of Internal plaster in all respect 47%


1.37 0.75%
including Mumty, machine rooms and all
Completion of Internal putty & Painting of Ground 47.75%
1.38 0.75%
Floor
Completion of Internal putty and Painting of First 48.5%
1.39 0.75%
Floor
Completion of Internal putty & Painting of second 49.25%
1.40 0.75%
Floor
Completion of Internal putty &Painting of third 50%
1.41 0.75%
Floor
Completion of Internal putty & Painting of Fourth 50.5%
1.42 0.50%
Floor
Completion of Internal putty & Painting in all 51%
1.43 0.50%
respect including machine rooms, mumty etc.
52%
1.44 Windows jambs/sills, sills of all parapet at all floor 1.0%

Complete External Plaster including plinth 56%


1.45 4%
protection and painting
57%
1.46 Flooring, skirting, dado at Ground floor 1%

58%
1.47 Flooring, skirting, dado at 1st floor 1%
P a g e | 97

58.75%
1.48 Flooring, skirting, dado at 2nd floor 0.75%%

59.5%
1.49 Flooring, skirting, dado at 3rd floor 0.75%

60.25%
1.50 Flooring, skirting, dado at 4th floor 0.75%

Complete Flooring, skirting, dado in all respect 61.25%


1.51 1%
including mumty, machine rooms etc.
Completion of Structural Glazing as per external 62.25%
1.52 1%
elevation
Fixing of all doors/windows i/c fittings at Ground 63.25%
1.53 1%
floor
Fixing of all doors/windows i/c fittings at First 64.25%
1.54 1%
floor
Fixing of all doors/windows i/c fittings at second 65%
1.55 0.75%
floor
Fixing of all doors/windows i/c fittings at third 65.75%
1.56 0.75%
floor
Fixing of all doors/windows i/c fittings at Fourth 66.5%
1.57 0.75%
floor
Fixing of all doors/windows i/c fittings in all 67.5%
1.58 respect i/c doors/windows in mumty, machine 1%
rooms etc.
Completion of fixing of MS grills in Balconies, 68.5%
1.59 1%
Windows, Corridors and other locations.
Completion of internal water supply including 69.5%
1.60 submission of shop drawings and approval by the 1%
Engineer-in-charge
70.5%
1.61 Completion of internal grid of sanitary pipes 1%

71.5%
1.62 Completion of rain water pipe fixing 1%

72.5%
1.63 External pipe for water supply 1%

73.5%
1.64 External pipe for sanitary installation 1%

74.5%
1.65 External pipe for sewer system 1%

76.5%
1.66 Fixing of all sanitary fittings and fixtures 2%

Railing, parapets in all staircases, balconies, 77.5%


1.67 1%
corridors, terrace etc.
Development of Courtyards i/c Courtyard on back 78.5%
1.68 1%
side of kitchen
Completion of all civil works, Submission of 81.80%
1.70 Completion certificate of the building, all statutory 3.30%
post-construction clearances, licenses and as-built
P a g e | 98

drawings and successfully handing over of the


project to the client and closing the agreement

18.20% OF THE TENDERED COST OF


E & M WORKS THE ITEM NO-1 OF THE SCHEDULE
OF QUANTITY GIVEN IN PART-D
Internal Electrical Installations (E & M
Services)
Supply and laying of conduits for Gr floor ,first 82.05%
1.71 floor and second floor for 0.25%
IEI,AFAS,LAN,Telephone etc in roof slab.
Supply and laying of conduits for 3rd ,4th and 5th 82.3%
1.72 floor for IEI,AFAS,LAN,Telephone etc in roof slab 0.25%
.
conduit drop and fixing of switchboboxes in Gr 82.55%
1.73 0.25%
floor ,first floor and second floor
conduit drop and fixing of switchboboxes for 3rd 82.8%
1.74 0.25%
,4th and 5th floor
Supply of DB’s, MCB’s, copper FRLS Cable, 84.8%
1.75 along with modular switches, 2.0%
sockets,regulators,modular plate covers.
Fixing of DB,s,Drawing of wires in ground floor 85.8%
1.76 1%
and first floor
Fixing of DB,s ,Drawing of wires in second and 86.8%
1.77 1%
third floors
87.8%
Fixing of DB,s Drawing of wires in fourth and fifth
1.78 1%
floors

88.8%
Fixing of switches,sockets,regulators,modular plate
1.79 1%
covers.

89.8%
Supply of electric indoor light fittings, BLDC fans,
1.80 1%
exhaust fans for Ground to second floors

90.8%
Supply of electric indoor light fittings, BLDC fans,
1.81 1%
exhaust fans for third to fifth floors

Supply of Electrical panels ,Rising mains with all 91.05%


1.82 switchgears,supply of LT Cables from panel at 0.25%
ground floor to rising mains. for hostel block
Installation of Electrical panels ,Rising mains with 91.30%
1.83 all switchgears and cable connection from panel to 0.25%
rising mains
91.40%
1.84 Supply of Lightening conductor all materials. 0.10%
P a g e | 99

91.5%
Installation of lightening conductor all items,testing
1.85 0.10%
commissioning.

Balance IEI Work items i/c Testing & 92.5%


1.86 Commissioning of complete IEI works for Hostel 1%
building.

AUTOMATIC Fire Alarm system

Supply of Automatic fire alarm system materials 93.6%


1.87 1.10%
and equipments.
94.1%
1.88 Installation of above FAS equipment's 0.50%

94.35%
1.89 Testing, commissioning of the AFAS system 0.25%

Fire fighting system with Downcomer system

Supply of Fire fighting system materials and 95.15%


1.90 0.80%
equipments.
1.91 Installation of above Fire fighting system works. 0.30% 95.45%
Statutory Approvals,testing commissioning of the 95.65%
1.92 0.20%
system
LIFTS

Supply of lifts, panel, cable and all other 96.65%


1.93 1.0%
equipment's .
1.94 Installation of above Lifts 0.30% 96.95%
97.2%
1.95 Testing, commissioning of the Lifts. 0.25%

IP Based CCTV System


Supply of all CCTV System materials and 97.65%
1.96 0.45%
equipments .
Installation,testing and commissioning of above 97.85%
1.97 CCTV system. 0.20%

LAN Networking and Wi-Fi system work

Supply of LAN Networking and Wi-Fi system 98.75%


1.98 0.90%
work all materials.
Installation of above LAN Networking and Wi-Fi 99.05%
1.99 0.30%
system
99.20%
1.100 Testing, commissioning of the system 0.15%

Completion of E & M works, submission of 0.80% 100%


completion certificate of the building, all statutory
post-construction clearances, licenses and
1.101
submission of as-built drawings and successfully
handing over the project to the client and closing of
the agreement.
P a g e | 100

MODE OF MEASUREMENT

1.For Items on plinth area basis as per BOQ


Measurement will be done on the basis of actual plinth area constructed. Guidelines
to calculate plinth area shall be as per DPAR 2021 which is reiterated below : -
P a g e | 101
P a g e | 102
P a g e | 103

Notes : -
Courtyard of building which shall be considered as open area and not covered area.
Rate of development of the courtyards are included in the building portion and shall not be
paid separately.
All the ramps/steps around the Academic building joining roads / footpath/courtyards to
the building shall not be measured separately and their rates are inclusive in Rates of
building.
Sewer line / waste line from building to main sewer line are included in the rate of
building and shall not be measured separately.
All water supply lines from main grid water supply grid to buildings are considered in
rate of building and shall not be measured separately.
All storm water drainage lines from building to main drainage grid are inclusive in cost of
building and shall not be measured separately.

2.Payment Shedule for Development works given in SCHEDULE OF


QUANTITY in part-D.
Item 2.1
Measurement shall be done on actual water storage volume (excluding free board)
provided in the sump in liters.
No measurement for pump room separately shall be done & costs of pump room are
inclusive in per liter rates of water storage volume.
50% of total cost shall be released on completion of RCC structure (except slab) for pump
room & UG sump & water proofing as per specification.
20% of total cost shall be released on completion of all internal partition wall (of brick in
pump room) internal plaster, staircase, railing etc.
20% of total cost shall be released on casting of top slab providing manhole cover etc.
10% of total cost shall be released after completion of complete project.

Item 2.2
Measurement shall be done as per actual area of road constructed.
Width shall be taken as inner clear distance between kerb stone to kerb stone measured
upto two decimal digits in metre.
Length shall be actual length of road laid measured up to two decimal digits in metre.
70% payment shall be released on completion of all layers, kerb channel & fixing of kerb
stones.
20% payment shall be released on fixing all painting of kerb stone, Groove cutting and
filling.
10% payment shall be released after completion of work.
Minimum area considered for interim payment shall be 1000 sqm.

Item 2.3
Measurement shall be done as per actual area of footpath constructed.
Width shall be taken from kerb stone outer to kerb stone outer & measurement up to two
decimal places in metre.
Length shall be actual length of road laid measured upto two decimal digits in metre.
In case footpath & road above share the same kerb stone, measurement of footpath shall be
done from kerb stone outer to kerb stone inner (shared with road).
70% payment shall be released on completion of footpath i/c excavation, PCC, sand filling,
paver block & kerb stone
20% payment shall be released on painting of kerb stones.
P a g e | 104

10% payment shall be released after completion of work.


Maximum area considered for interim payment shall be 200 sqm.

Item 2.4
Measurement shall be done running metre measuring up to two decimal places from
starting to end including all man holes.
80% payment shall be released on laying of sewer line i/c excavation, PCC laying of pipes,
construction manholes back filling etc.
10% payment shall be released on covering of manholes.
10% payment shall be released after completion of complete project.
Minimum length of sewer line considered for interim payment shall be 250 m.

Item No- 2.5


Measurement shall be done running metre measuring up to two decimal places from
starting to end including all man holes.
80% payment shall be released on laying of pipes line i/c excavation, laying of pipes,
construction manholes back filling etc.
10% payment shall be released on covering of manholes/disinfection etc
10% payment shall be released after completion of complete project.
Minimum length of water pipe line considered for interim payment shall be 200m.

Item no. 2.6


Measurement shall be done running metre measuring up to two decimal places from
starting to end including all man holes.
80% payment shall be released on laying of storm/waste water pipeline i/c excavation,
PCC laying of pipes, construction manholes back filling etc.
10% payment shall be released on covering of manholes.
10% payment shall be released after completion of complete project.
Minimum length of waste water pipe line considered for interim payment shall be 250 m

Item no-2.7
Measurement shall be done running metre measuring up to two decimal places from
starting to end including all man holes.
80% payment shall be released on laying of Rain water harvesting pipeline i/c excavation,
PCC laying of pipes, construction manholes back filling etc.
10% payment shall be released on covering of manholes.
10% payment shall be released after completion of complete project.
Minimum length of Rain water harvesting pipe line considered for interim payment shall
be 250 m

Item No. 2.8


Measurement shall be done on number of Rain Water Harvesting structure, constructing as
per specification/ drawing.
90% payment of work Rain Water Harvesting structure can be released after constructing it
completely in all respect as per scope of work.
10% payment shall be released after completion of complete project.

Item No 2.9
Payment shall be done on actual quantity executed and measured as per specifications.
90 % Payment shall be released after Completion of the Horticulture work.
P a g e | 105

10 % payment shall be released after completion of the complete project.

Item No 2.10
Measurement shall be done on actual quantity executed and measured as per specification.
90 % Payment shall be released after Completion of the work.
10% payment shall be released on completion of complete project.
Minimum length of boundary wall considered for interim payment shall be 100 m.

Item No 2.11 & 2.12


Measurement shall be done on actual quantity executed and measured as per specification.
90 % Payment shall be released after Completion of the work.
10% payment shall be released on completion of complete project.

Item No- 2.13


Measurement shall be done on actual quantity executed and measured as per specification.
90 % Payment shall be released after Completion of the work.
10% payment shall be released on completion of complete project.

Item No- 2.14


Measurement shall be done on actual quantity supplied and placed in designated places at
all floor levels.
90 % Payment shall be released after Completion of the work.
10% payment shall be released on completion of complete project.

Item No- 2.15 & 2.16


Payment shall be done on actual quantity executed.
65% payment shall be done on supply of materials.
15 % payment shall be done on installation.
10% payment shall be done testing and commissioning of the work.
10 % payment shall be done on completion of the project.

Item No-2.17
Payment shall be done on actual quantity executed.
65% payment shall be done on supply of materials.
15 % payment shall be done on installation.
10% payment shall be done testing and commissioning of the work.
10 % payment shall be done on completion of the project.

Item No 2.18
Measurement shall be done as per job basis complete in all respect.
65 % of payment shall be released on supply of complete Split AC with indoor and outdoor
units.
25 % of payment shall be released on installation, commissioning and testing of package
AC system
10% payment shall be released on completion of complete project.

Item No 2.19
Payment shall be done on actual quantity executed.
65% payment shall be done on supply of materials.
15 % payment shall be done on installation.
10% payment shall be done testing and commissioning.
P a g e | 106

10 % payment shall be done on completion of the project.

Item No 2.20
Measurement shall be done as per job basis complete in all respect.
65 % of payment shall be released on supply of complete material for all pump sets
25 % of payment shall be released on installation, commissioning and testing of all pump
sets.
10% payment shall be released on completion of complete project.

Item No- 2.21


Payment shall be done on actual quantity executed.
65% payment shall be done on supply of materials.
15 % payment shall be done on installation.
10% payment shall be done testing and commissioning of the work.
10 % payment shall be done on completion of the project.

Notes : -
Disposal of excavated earth / ordinary rock / hard rock :
Any soil obtained during excavation shall be disposed off by the agency outside the
campus on approved dumping grounds at no extra cost. Excavated earth can also be used to
fill low lying areas in part of plot or any other part if asked by client department or
Engineer-in-charge.
Moderate rock / moorum obtained during excavation shall be used for back filling of
foundation, plinth filling, preparation of sub-grade of roads etc. Any spare moorum /
moderate rock can be used to fill low lying area as per direction of Engineer-in-charge.

You might also like