Part - A - Acedamic 125 CR
Part - A - Acedamic 125 CR
Name of work: - Construction of Academic Tower (G+7) RCC framed Structure including Internal &
External Services of Civil, Electrical & Mechanical, HVAC, Fire Fighting System, Fire Alarm System,
Lift, LAN Networking, SITC of Solar Photo Voltaic Power Generation System, CCTV, Access Control
System, Building management system (BMS), Wi-Fi System, etc., Civil, Electrical & Mechanical
Development and Bulk Services like Roads, Pathways, Street Lighting with LED, Sewer Lines, Water
Supply Distribution Lines, STP, STP treated water distribution lines, Storm water drains, Rain water
harvesting, Underground sump, Sub-station and Fire pump Room, DG Set, UPS, R.O. plant, Signage
etc. and Horticulture & Landscaping Work on EPC Basis Mode-I including operation and maintenance
for all Civil, Electrical and Mechanical, Horticulture Services for five years at IIT Kharagpur, West
Bengal.
Page 1
INDEX
Name of Work: Construction of Academic Tower (G+7) RCC framed Structure including Internal
& External Services of Civil, Electrical & Mechanical, HVAC, Fire Fighting
System, Fire Alarm System, Lift, LAN Networking, SITC of Solar Photo Voltaic
Power Generation System, CCTV, Access Control System, Building management
system (BMS), Wi-Fi System, etc., Civil, Electrical & Mechanical Development
and Bulk Services like Roads, Pathways, Street Lighting with LED, Sewer Lines,
Water Supply Distribution Lines, STP, STP treated water distribution lines, Storm
water drains, Rain water harvesting, Underground sump, Sub-station and Fire
pump Room, DG Set, UPS, R.O. plant, Signage etc. and Horticulture &
Landscaping Work on EPC Basis Mode-I including operation and maintenance for
all Civil, Electrical and Mechanical, Horticulture Services for five years at IIT
Kharagpur, West Bengal.
Page 2
10 Additional condition of Maintenance 125-126
11 Comprehensive Maintenance 127-131
PART-C: Electrical Work 1
1 Terms & condition 2
2 General Terms & Conditions (C1) 3-6
3 Form-K 7
4 MoU with associate agencies 8-9
5 Willingness Certificate 10
6 MoU (E&M Consultant) 11
7 Scope of Consultancy work 12-16
8 Scope of work (C2) 17-24
9 General & Commercial work (C3) 25-26
10 Testing of Equipments (C4) 27-38
11 Internal Electrical Installation (C5) 39-50
12 Specification of E&M Services 51-178
13 Scope of Maintenance work 179-214
14 Preferred makes 215-219
PART-D : Financial Bid 1-14
PART- E :
1 Academic Tower: Soil Investigation Report
2 Drawings for Academic Tower
3 Boundary Wall X-Section
Part-F : General Conditions of Contract 2022 for EPC Projects & Office circular.
Certified that this Tender No. 01/SE cum PD/EE&SM(C)/IITKPD-II/2022-23 amounting to Rs. 125,21,12,743/-
Crore (Rupees One Hundred Twenty Five Crore Twenty One Lakh Twelve Thousand Seven Hundred Forty Three )
only is hereby approved.
Executive Engineer & Senior Manager (C) Executive Engineer & Senior Manager (E)
IIT Kharagpur Project Division- II Kharagpur Electrical Division,
CPWD, Kharagpur - 721302 CPWD, Kharagpur- 721306
Page 3
Notice Inviting e –Tender
CENTRAL PUBLIC WORKS DEPARTMENT
NIT No: 01/SE cum PD/EE&SM(C)/IITKPD-II/2022-23.
The Executive Engineer and Senior Manager (C), IIT Kharagpur Project Division-II, CPWD, Near
Gandhi Maidan, IIT Campus, Kharagpur, West Bengal 721302, Mobile No. 9953116700, E- mail
daulatram2508@gmail.com on behalf of the President of India invites online percentage bids on
ENGINEERING, PROCUREMENT AND CONSTRUCTION (EPC) Mode-I contract basis from CPWD
enlisted contractors of appropriate class in ―Building & Roads (erstwhile Composite/Building/Infrastructure) ‖
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:-
Name of work: - Construction of Academic Tower (G+7) RCC framed Structure including Internal &
External Services of Civil, Electrical & Mechanical, HVAC, Fire Fighting System, Fire Alarm System,
Lift, LAN Networking, SITC of Solar Photo Voltaic Power Generation System, CCTV, Access Control
System, Building management system (BMS), Wi-Fi System, etc., Civil, Electrical & Mechanical
Development and Bulk Services like Roads, Pathways, Street Lighting with LED, Sewer Lines, Water
Supply Distribution Lines, STP, STP treated water distribution lines, Storm water drains, Rain water
harvesting, Underground sump, Sub-station and Fire pump Room, DG Set, UPS, R.O. plant, Signage
etc. and Horticulture & Landscaping Work on EPC Basis Mode-I including operation and maintenance
for all Civil, Electrical and Mechanical, Horticulture Services for five years at IIT Kharagpur, West
Bengal.
Time and Date of opening of Technical cum Eligibility Bid only 15:30 Hrs. on Dt. 23/08/2022
The Bid forms and other details can be obtained from the website https://etender.cpwd.gov.in Or
www.cpwd.gov.in or www.eprocure.gov.in. All corrigendum / addendum shall only be available on
this website and shall not be published anywhere else.
Page 4
PART-A
GENERAL INFORMATION
Page 5
INSTRUCTION TO THE BIDDERS
1. The bidders should read all the instructions, terms & conditions, contract clauses, nomenclature
of items, specifications etc. contained in the tender documents very carefully, before quoting
the rates. The tenderer should also read the General Conditions of Contract 2022, for EPC
Project (with correction slips up to last date of submission of tenders) which will be part of the
agreement.
2. The bidders shall quote the rate for complete scope of work for construction,
Operation & Maintenance both in words and figures in the financial bid.
3. The bidders shall quote his rates keeping in mind the scope of work, specifications,
terms & conditions, additional conditions and special conditions etc. and nothing
shallbe payable extra what so ever unless otherwise specified.
4. The contractor shall also furnish Performance Guarantee of 3% of the tendered amount in
addition to the other deposits mentioned elsewhere in this document for proper performance
of the agreement. The Performance Guarantee shall be in the shape of FDR or Bank guarantee
as per Performa given in Annexure enclosed. 50% of the performance guarantee shall be
released after completion of work and balance will be released after 3 years after completion of
work. However, this part of Performance guarantee will be released against Bank Guarantee
which will be kept valid time to time by the bidder as per the direction of Engineer-in-charge.
5. In the event of the tender being submitted by a firm, it must be signed separately by each
partner thereof or in the event of the absence of any partner, it must be signed on his behalf by a
person holding a power of attorney authorizing him to do so. Such power of attorney should be
produced with the tender and it must be disclosed that the firm is duly registered under the
Indian partnership act,1952.
6. GST, Labour Cess etc. as applicable shall be paid by the contractor himself. The
department shall deduct from the R/A bills, the TDS as applicable. The contractor shall quote
his rates considering all such Taxes.
7. The tender, which is not duly signed by authorized signatory or is conditional shall be treated as
non-responsive and shall be summarily rejected.
8. Online bid documents submitted by intending bidders shall be opened only of those bidders,
whose EMD deposited with any division office of CPWD, anywhere in India and other
documents scanned and uploaded are found in order.
Page 6
INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-TENDERING
The Executive Engineer and Senior Manager (C), IIT Kharagpur Project Division-II, CPWD, Near Gandhi
Maidan, IIT Campus, Kharagpur, West Bengal 721302, Mobile No. 9953116700, E- mail
daulatram2508@gmail.com on behalf of the President of India invites online percentage bids on
ENGINEERING, PROCUREMENT AND CONSTRUCTION (EPC) Mode-I contract basis from CPWD
enlisted contractors of appropriate class in ―Building & Roads (erstwhile Composite/Building/Infrastructure)‖
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:-
If further pre-bid conferences are required for complete and effective interactions,
the date and time of same will be uploaded on at the end of 1 st pre-bid meeting or
later.
Last date & time of
online submission of
technical cum Up to 15:00 Hrs. on 23/08/2022
eligibility bid and
financial bids
Time and date of
opening of Technical 15:30 Hrs. on 23/08/2022
Bid
Opening of financial Shall be intimated after approval of Technical bids by the competent authority.
bids of technically
qualified bidders.
Page 7
(A) Intending bidder other than CPWD registered contractor enlisted in appropriate class in ―Building & Roads
(erstwhile Composite/Building/Infrastructure)‖ category is eligible to submit the bid provided he has definite
proof from the appropriate authority, which shall be to the satisfaction of the competent authority, of
having satisfactorily completed similar works of magnitude specified below: -
1. Bidders who fulfill the following requirements shall be eligible to apply. (This is not
applicable for CPWD enlisted contractors of appropriate class in ―Building & Roads (erstwhile
Composite/Building/Infrastructure)‖ category). Joint ventures are not accepted.
Similar work shall mean “Building works with RCC framed structure having minimum one
building of five storey or completing balance construction work of one building (i/c structural
works) minimum up to five storey” with its Civil, Electrical & Mechanical services, if any,
executed under same agreement in India.
The following condition is applicable for CPWD enlisted contractors of appropriate class also.
One completed work costing not less than 25.04 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) 3 above or as a separate work.
Note-1: Mumty /Lift machine room shall not be counted as storey for above purpose.
Note-2: For this purpose each basement, stilt constructed in the building shall be considered as a storey.
Note-3: The cost of the work should be certified by an Officer not below the rank of Executive Engineer/
Project Manager or equivalent.
Note-4: Work of specialized E&M services, if executed under a separate contract may also be
considered for the purpose of assessing the technical competence only without adding its
monetary value for determining the eligibility criteria.
Note-5: Components of work executed other than those included in definition of similar work shall be
deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in
support of this.
Note-6: The value of executed works shall be brought to current costing level by enhancing the actual value of
work at simple rate of 7% per annum; calculated from the date of completion to previous day of last
date of submission of tenders. Qualified similar work may be physically inspected by the CPWD
Engineer to ascertain the completion, performance on quality of works for finalizing the Technical bid.
(B)
i. Should have had average annual financial turnover (gross) of Rs. 62.61 Crore on construction
work during the last available 07 (Seven) consecutive financial years ending 31st March,
2022. Year in which no turnover is shown would also be considered for working out the
average. The bidders should submit financial turnover of last 07 (Seven) years (Affidavit /
Certificate from ―A‖). There is no need to uploaded entire voluminous balance sheet.
ii. The bidder should have sufficient number of Technical and Administrative Employees for the
proper execution of the contract. The bidder shall have to submit a list of these employees
stating clearly how these would be involved in this work within 15 days of award of work.
Page 8
iii. Should not have incurred any loss (profit after tax should be positive) in more than two years
st
during available last five consecutive balance sheets ending 31 March 2022, duly certified and
audited by chartered accountant. (Scanned copy of certificate from CA to be uploaded).
iv. Should have bankers certificate of Rs. 50.08 Cr. (Scanned copy of bankers certificate to be
uploaded)
OR
Net worth Certificate of minimum ₹12.52 Crore (i.e. 10% of ECPT) issued by certified
Chartered Accountant (on the format prescribed in form B-1 given in this NIT).
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 = {[𝐴 × 𝑁 × 1.5] − 𝐵}
where, A = Maximum turnover in construction works executed in any one year during the last
seven years taking into account the completed as well as works in progress. The
value of completed works shall be brought to current costing level by enhancing at
a simple rate of 7% per annum.
N = Number of years prescribed for completion of work for which bids 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.
Bidding capacity proforma is enclosed as C3.
viii. The bidders shall have to furnish an affidavit:
I/We undertake and confirm that eligible similar works(s) has/have not been got executed
through another contractor on back-to-back basis. Further that, if such a violation comes to the
notice of Department, then I/we shall be debarred for bidding in CPWD in future forever. Also, if
such a violation comes to the notice of Department before date of start of work, the Engineer-in-
Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance
Guarantee. (Scanned copy of this undertaking to be uploaded by bidder(s) at the time of
submission of bid).
(C) The bidder should either himself meet the eligibility conditions for the specialized civil & E&M
works as above or otherwise he will have to associate an agency meeting the eligibility
requirements for 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.
i. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only
submit his bid if he considers himself eligible and he is in possession of all the documents required.
ii. Information and instructions for bidders posted on website shall form part of bid document.
iii. The bid document consisting of 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 free of cost in the office of the Executive Engineer and Senior Manager
(C), IIT Kharagpur Project Division-II, CPWD, Near Gandhi Maidan, IIT Campus, Kharagpur,
West Bengal 721302, Mobile No. 9953116700, E- mail daulatram2508@gmail.com between 10:00
AM to 3:30 PM from date of publicity of the bid to the date of submission of the bid every day
except on Sunday and Public holidays and from website or www.eprocure.gov.in.
iv. The bid can only be submitted after deposition of original EMD either in the office of Executive
Engineer inviting bids or Division office of any Executive Engineer, CPWD within the period of
bid submission and uploading the copy of receipt of documents such as Insurance Surety Bonds,
Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee (As
prescribed) issued by a Commercial Bank towards EMD in favour of Executive Engineer as
mentioned in NIT (as per Form ―F in NIT) and other documents as specified.
Page 9
v. A part of earnest money deposit (EMD) is acceptable in the form of bank guarantee also. In such
cases 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 Earnest Money shall be valid for a period of six
months or more from the last date of submission of bid.
vi. Those Bidders not registered on the website mentioned above, are required to get registered
themselves beforehand. If needed they can be imparted training on online bidding process as per
details available on the website.
vii. The intending bidder must have valid class-III digital signature to submit the bid.
viii. On opening date, the Bidder can login and see the bid opening process. After opening of bids, he
will receive the competitor bid sheets.
ix. Bidder can upload documents in the form of JPG format and PDF format.
x. Bidder should ensure that the document uploaded is legible and full documents page is properly
scanned.
xi. The eligibility (Technical) bid shall be opened first on due date and time as mentioned above. The
time and date of opening of financial bid of bidders qualifying the eligibility (Technical) bid shall
be communicated to them at a later date.
xii. Pre-bid conference shall be held with the eligible and intending bidders in the office of the
Superintending Engineer and Project Director, CPWD Office, Near Nalanda Class Room, Gandhi
Maidan, IIT, Kharagpur – 721302 at 11:00 Hrs. on 29/07/2022 to clear the doubt of intending
bidders, if any. Bidders should send by email all their queries, before pre-bid conference, latest by
17.00 Hrs. on 28/07/2022 to the office of the Executive Engineer, IIT Kharagpur Project
Division-II, CPWD, Near Gandhi Maidan, IIT Campus, Kharagpur-721302, West Bengal. Mobile
no.- 9953116700, E- mail daulatram2508@gmail.com. After pre-bid conference, modifications if
required in the bidding documents and clarifications to the queries raised by intending bidders will
be issued to all participating bidders by Engineer-in-charge by e-mail. Same will also be uploaded
to the website. If further pre- bid conferences are required for complete and effective interactions,
the date and time of same will be communicated at the end of 1st pre-bid meeting or later.
xiii. All modifications / addendums / corrigendum‘s issued regarding this bidding process, shall be
uploaded on website only and shall not be published in any Newspaper.
xiv. 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.
xv. The eligible bidders shall quote rate of each item, which shall include all components of the work.
Contractor must ensure to quote rate of each item. The column meant for quoting rate in figures
appears in pink colour and the moment rate is entered, it turns sky blue. In addition to this, while
selecting any of the cells a warning appears that if any cell is left blank the same shall be treated
`as ―0‖. Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item
shall be treated as ―0 (ZERO).
xvi. However, if a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section/ Sub head in percentage
rate tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.
xvii. If any information furnished by the applicant 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.
xviii. 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.
xix. 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.
Page 10
xx. 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 courts of West Bengal State
only.
xxi. Details of the Bank for submission of EMD and Performance Guarantee:
Name of A/c holder : Executive Engineer, KCD-III, CPWD, Kolkata.
Name of the Bank & Branch : State Bank of India, Kolkata
PAO Code : 043460
DDO Code : 143487
Bank Account Number : 32347424043
IFSC Code : SBIN0003681
MICR Code 700002058
(D) 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 EMD.
iii. The bidder does not upload all the documents as mentioned in para-―E‖ (Table (a) for CPWD
enlisted contractor & (b) for Non-CPWD enlisted contractor.
(E) List of Documents to be scanned and uploaded within the period of bid submission as applicable.
a) For CPWD enlisted contractor
1 Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque
or Bank Guarantee (As prescribed) issued by a Commercial Bank against EMD (Form-“G”)
2 Copy of receipt for deposition of original EMD (in favour of Executive Engineer, KCD-III,
CPWD, Nizam Place Kolkata-20 Name of Bank: State Bank of India, Note: However
EMD shall be submitted in the form as described in this bid) to division office of any
Executive Engineer, CPWD (including NIT issuing EE) as Insurance Surety Bonds, Account
Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee (As
prescribed) issued by a Commercial Bank against EMD in (Form-“F”)
3 Enlistment order in appropriate class of composite category in CPWD.
4. Permanent Account Number (PAN) as issued by the Income Tax Department.
5. Signed copy of Integrity Agreement.
6. Undertaking regarding debarment from any department (Form-“J”)
7. GST Registration certificate, if already obtained by the bidder. If the bidder has not obtained
GST registration as applicable, then he shall scan and uploaded following undertaking along
with bid documents as given below :
―If work is awarded to me, I/we shall obtain GST registration certificate, as applicable, within
one month from the date of receipt of award letter of 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 account of the work executed and/or for any action taken by CPWD or
GST department in this regard.
8. For ongoing works as well in (Form “C1”) (As Per OM DG/MAN/386 dated: 21.05.2019).
9. Details of one work in support of having successfully completed with the structural system
technology proposed to be used in the work (Form “C2”)
10. Calculation of bidding capacity details of existing commitments and ongoing works (Form
“C3”).
Page 11
b) For Non-CPWD contractors /bidders
1 Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or
Bank Guarantee (As prescribed) issued by a Commercial Bank against EMD (Form-“G”)
2 Letter of transmittal
Copy of receipt for deposition of original EMD (in favour of Executive Engineer, KCD-III,
3 CPWD, Nizam Place, Kolkata-20 Name of Bank: State Bank of India, Note: However EMD
shall be submitted in the form as described in this bid) to division office of any Executive
Engineer, CPWD (including NIT issuing EE) Insurance Surety Bonds, Account Payee
Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee (As prescribed) issued
by a Commercial Bank against EMD in Form-“F”
4 Financial information (Form “A”).
5 Banker‘s certificate or Net worth certificate (Form “B”).
Details of eligible similar nature of works completed during the last seven years ending previous
6
day of last date of submission of tenders (Form “C”) and for ongoing works as well in (Form
“C1”) (As Per OM DG/MAN/386 dated : 21.05.2019).
Details of one work in support of having successfully completed with the structural system
7.
technology proposed to be used in the work (Form “C2”).
Calculation of bidding capacity details of existing commitments and ongoing works (Form “C3”)
8
9 FORM “D” Performance report of works referred to in Form-“C”
FORM “D-1” Assessment of quality for completed as well as ongoing works. (As per O.M. No.
DG/MAN/386 dated: 21.05.2019). Marks will be assigned by the designated committee for quality
of works at site based on the inspection of chosen works after opening of Technical bid.
10 Structure & Organization (Form “E”).
11 Permanent Account Number (PAN) as issued by the Income Tax Department.
12 Signed copy of Integrity Agreement.
13 GST Registration certificate, if already obtained by the bidder. If the bidder has not obtained
GST registration as applicable, then he shall scan and uploaded following undertaking along
with bid documents as given below :
―If work is awarded to me, I/we shall obtain GST registration certificate, as applicable,
within one month from the date of receipt of award letter of 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 account of the work executed and/or for any
action taken by CPWD or GST department in this regard.
14 Affidavit for not executing the work back to back to basic.
15 Proforma of Affidavit for Non-Black Listing should be furnished on Rs.100/-Non-Judicial stamp
paper attested by Notary (Form “J”).
Note: 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.
Page 12
Guidelines / Procedure to be followed in introduction
Of “e‟-procurement Solution
1. Payment of cost of Tender documents: -The collection of cost of Tender documents is dispensed
away with, as there is no physical supply of tender documents and also to have absolute anonymity
of the bidders participating in e-procurement solution. The bidders can view / download the tender
documents, from the www.etender.cpwd.gov.in
2. Submission of Bids: The bidders who are desirous of participating in ‗e‗ procurement shall submit
their price bids in the standard formats prescribed in the Tender documents, displayed at
www.etender.cpwd.gov.in. The bidder should upload the scanned copies of all the relevant
certificates, documents etc., in the www.etender.cpwd.gov.in support of their price bids. The bidder
shall sign on all the statements, documents, certificates, uploaded by him, owning responsibility for
their correctness/authenticity.
3. Payment of Bid Security (Earnest Money Deposit):- The EMD shall be in the form of the Insurance
Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank
Guarantee (As prescribed) issued by a Commercial Bank against EMD in favour of The Executive
Engineer, KCD –III, CPWD Nizam Palace, Kolkata- 20. The original EMD should be deposited
either in the office of Executive Engineer inviting bids or division office of any Executive Engineer
(including NIT issuing EE/AE) of CPWD within the period of bid submission. The EMD
receiving Executive Engineer shall issue a receipt of deposition of Earnest money to the bidder in a
prescribed format (enclosed) uploaded by tender inviting EE in the NIT. This receipt shall also be
uploaded to the e-tendering website by the intending bidder up to the specified bid submission date
and time, the tender inviting Executive Engineer will call for original EMD of the L-1 tenderer from
EMD receiving Executive Engineer immediately.
4. Processing of Tenders: -The concerned officer/officers will evaluate and process the tenders as
done in the conventional tenders and will communicates the decision to the bidder online.
5. Price Bid opening: -The Price bid will be opened online by the concerned officer/Officers at
the specified date and time and the result will be displayed on the web site
www.etender.cpwd.gov.in, which can be seen by all the bidders who participated in the tender.
6. Payment of performance Guarantee: -The bidder shall submit irrevocable performance
guarantee of 3% (Three percent) of the tendered amount in addition to other deposits mentioned
elsewhere in the contract for his proper performance of the contract. This guarantee shall be in the
form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt, Banker's
Cheque or Bank Guarantee (As prescribed) issued by a Commercial Bank in favour of The
Executive Engineer, KCD–III, CPWD Nizam Palace, Kolkata- 20.
7. Participation of Bidders at the time of opening of bids: Bidders have two options to participate in
tendering process at the time of opening of Bids:
(i) Bidders can come at the place of opening of bids (electronically) as done in the conventional tender
process.
(ii) Bidders can visualize to process online.
8. Signing of agreement: - After the award of the contract, an agreement may be signed as done in
Conventional Tenders.
Page 13
CPWD-6 for e-Tendering
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
NOTICE INVITING TENDER
The Executive Engineer and Senior Manager (C), IIT Kharagpur Project Division-II, CPWD, Near Gandhi
Maidan, IIT Campus, Kharagpur, West Bengal 721302, Mobile No. 9953116700, E- mail
daulatram2508@gmail.com on behalf of the President of India invites online percentage bids on
ENGINEERING, PROCUREMENT AND CONSTRUCTION (EPC) Mode-I contract basis from CPWD
enlisted contractors of appropriate class in ―Building & Roads (erstwhile Composite/Building/Infrastructure) ‖
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:-
Name of work: - Construction of Academic Tower (G+7) RCC framed Structure including Internal &
External Services of Civil, Electrical & Mechanical, HVAC, Fire Fighting System, Fire Alarm System, Lift,
LAN Networking, SITC of Solar Photo Voltaic Power Generation System, CCTV, Access Control System,
Building management system (BMS), Wi-Fi System, etc., Civil, Electrical & Mechanical Development and
Bulk Services like Roads, Pathways, Street Lighting with LED, Sewer Lines, Water Supply Distribution Lines,
STP, STP treated water distribution lines, Storm water drains, Rain water harvesting, Underground sump, Sub-
station and Fire pump Room, DG Set, UPS, R.O. plant, Signage etc. and Horticulture & Landscaping Work on
EPC Basis Mode-I including operation and maintenance for all Civil, Electrical and Mechanical, Horticulture
Services for five years at IIT Kharagpur, West Bengal.
The work is estimated to cost Rs. 125,21,12,743/-. This estimate, however, is given merely as a rough guide.
1.1 Joint ventures/Consortium and Special Purpose Vehicles shall not be accepted.
1.2 Intending bidder is eligible to submit the bid provided he has definite proof from the appropriate
authority, which shall be to the satisfaction of the competent authority, of having satisfactorily
completed similar works of magnitude specified below: - (This is not applicable for CPWD enlisted
contractors of appropriate class in composite category).
(a) Should have satisfactorily completed the works as mentioned below during the last Seven years
ending previous day of last date of submission of tenders.
Three similar works, each costing not less than Rs. 50.08 Cr.
or
Two similar works, each costing not less than Rs. 75.13 Cr.
or
One similar work, costing not less than Rs. 100.17 Cr.
Similar work shall mean “Building works with RCC framed structure having minimum one
building of five storey or completing balance construction work of one building (i/c structural
works) minimum up tofive storey” with its Civil, Electrical & Mechanical services, if any, executed
under same agreement in India.
The following condition is applicable for CPWD enlisted contractors of appropriate class also.
One completed work costing not less than 25.04 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 1.2 (a) above or as a separate work.
Note-1: The cost of the work should be certified by an Officer not below the rank of Executive Engineer/
Project Manager or equivalent.
Note-2: Mumty /Lift machine room shall not be counted as storey for above purpose.
Page 14
Note-3: For this purpose, each basement, stilt constructed in the building shall be considered as a storey.
Note-4: Work of specialized E&M services, if executed under a separate contract may also be considered for the
purpose of assessing the technical competence only without adding its monetary value for determining
the eligibility criteria.
Note-5: Components of work executed other than those included in definition of similar work shall be deducted
while calculating cost of similar work. Bidder shall submit abstract of cost of work in support of this.
Note-6: The value of executed works shall be brought to current costing level by enhancing the actual value of
work at simple rate of 7% per annum; calculated from the date of completion to previous day of last
date of submission of tenders. Qualified similar work may be physically inspected by the CPWD
Engineer to ascertain the completion, performance on quality of works for finalizing the Technical bid.
Should have had average annual financial turnover (gross) of Rs. 62.61 Crore on construction work
during the last available 07 (Seven) consecutive financial year sending 31st March, 2022. Year in
which no turnover is shown would also be considered for working out the average. The bidders
should submit financial turnover of last 07 (Seven) years (Affidavit / Certificate from ―A‖). There
is no need to uploaded entire voluminous balance sheet.
(b) Should not have incurred any loss (profit after tax should be positive) in more than two years during
the last five years ending 31st March,2022 consecutive balance sheet, duly certified and audited
by the Chartered Accountant.
(c) i) Should have a bankers certificate of Rs. 50.08 Cr. (Scanned copy bankers certificate to be uploaded)
ii) Should have Net worth Certificate of amount Rs. 12.52 crore.
(d) Applicable for both CPWD & Non-CPWD bidders :
Bidding capacity proforma is enclosed as C3.
―The bidding capacity of the contractor should be equal to or more than the estimated cost of the
workput to tender. The bidding capacity shall be worked out by the following formula:
Bidding Capacity = {[AxNx1.5]-B
Where,
A = Maximum turnover in construction works executed in any one year during the last seven years
taking into account the completed as well as works in progress. The value of completed works shall
be brought to current costing level by enhancing at a simple rate of 7% per annum.
N = Number of years prescribed for completion of work for which bids 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.
(e) The bidder should have sufficient number of Technical and Administrative Employees for the proper
execution of the contract. The bidder shall have to submit a list of these employees stating clearly
how these would be involved in this work within 15 days of award of work.
1. Intending bidders are eligible to submit the bid subject to fulfillment of eligibility criteria as
stipulated in eligibility document being part of this document.
2. 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.
3. The time allowed for carrying out the work will be 28 Months (4 months for planning and designing +
24 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.
6. After submission of the bid, the contractor can re-submit revised bid any number of times but till
before last time and date of submission of bid as notified.
7. After submission of the bid, the bidder can re-submit revised bid any number of times but before last
time and date of submission of bid as notified. However, it is advised to the bidders tospecifically refer
minutes of the pre-bid meeting before finalizing their financial quote which will be uploaded as soon
as possible after prebid meeting is concluded but well before last date of submission of bid.
8. Earnest Money in the form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit
Receipt, Banker's Cheque or Bank Guarantee (As prescribed) issued by a Commercial Bank against
EMD (drawn in favour of Executive Engineer, KCD- III, CPWD, Kolkata-20) shall be scanned and
uploaded to the e- Tendering website within the period of bid submission. The original EMD should
be deposited either in the office of any Executive Engineer inviting bids or division office of any
Executive Engineer, CPWD within the period of bid submission. (The EMD document shall only be
issued from the place in which the office of receiving division office is situated), The EMD receiving
Executive Engineer shall issue a receipt of deposition of earnest money deposit to the bidder in a
prescribed format (enclosed) uploaded by tender inviting EE in the NIT.
The receipt shall also be uploaded to the e-tendering website by the intending bidder upto the specified
bid submission date and time.
A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum 50%
of earnest money or Rs 20 lac, whichever is less, shall have to be deposited in shape prescribed above,
and balance may be deposited in shape of Bank Guarantee of any scheduled bank having validity for
six months or more from the last date of receipt of bids which is to be scanned and uploaded by the
intending bidders.
Copy of Enlistment Order and certificate of work experience and other documents as specified in the
press notice shall be scanned and uploaded to the e-Tendering website within the period of bid
submission. However, certified copy of all the scanned and uploaded documents as specified in press
notice shall have to be submitted by the lowest bidder only within a week physically in the office of
tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of those bidders, whose
original EMD deposited with any division of CPWD and other documents scanned and uploaded are
found in order.
The bid submitted shall be opened at 03.30 PM on 23/08/2022.
9(a) The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD shall have to deposit
tender processing fee at existing rates, or they have option to switch over to the new registration
system without tender processing fee any time.
(b) The eligibility (Technical) bid shall be opened first, on due date and time as mentioned above. The
time and date of opening of financial bid of contractors qualifying the eligibility (Technical) bid
shall be communicated to them at a later date.
Page 16
(c) Pre-bid conference shall be held with the eligible and intending bidders in the office of
Superintending Engineer & Project Director, CPWD, Near Gandhi Maidan, IIT Campus, Kharagpur-
721302 at 11:00 Hrs. on 29/07/2022 to clear the doubt of intending bidders, if any. Bidders should
send by email all their queries, before pre-bid conference, latest by 17.00 Hrs. on 28/07/2022 to the
office of the Executive Engineer and Senior Manager (C), IIT Kharagpur Project Division-II, CPWD,
Near Gandhi Maidan, IIT Campus, Kharagpur, West Bengal-721302, Mobile No. 9953116700, E-
mail : daulatram2508@gmail.com
After pre-bid conference, modifications if required in the bidding documents and clarifications to the
queries raised by intending bidders will be issued to all participating bidders by Engineer-in-charge
by e-mail. Same will also be uploaded to the website. If further pre-bid conferences are required for
complete and effective interactions, the date and time of same will be communicated at the end of
1st pre-bid meeting or later. All modifications / addendums / corrigendum issued regarding this
bidding process, shall be uploaded on website only and shall not be published in any Newspaper.
The bidders are advised to visit the site before attending the pre-bid meeting to have more clarity
about the site conditions and availability of space for execution of the work.
10. GST or any other tax applicable in respect of inputs procured by the contractor for this contract shall
be payable by the contractor and Govt. will not entertain any claim whatsoever in respect of same.
However, component of GST at time of supply of service (As provided in CGST Act-2017) provided
by the contract shall be varied as it may be different from that applicable on the last date of receipt of
tender including extension if any.
11. The bid submitted shall become invalid if:
(i) The bidder is found ineligible.
(ii) The bidder does not deposit original EMD with division office of any Executive Engineer, CPWD
(The EMD document shall only be issued from the place in which the office of receiving division
office is situated).
(iii) The bidder does not upload all the documents (including PAN/GST registration) as stipulated in the
bid document including the copy of receipt for deposition of original EMD. Submission of bid and
hard copies as submitted physically by the lowest bidder in the office of bid opening authority.
(iv) If a tenderer quotes nil rates against each item in item rate tender or does not quote any percentage
above/below on the total amount of the tender or any section/sub head in percentage rate tender, the
tender shall be treated as invalid and will not be considered as lowest tenderer.
12. 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 the
form of cash (in case guarantee amount is less than Rs. 10,000/-) or Insurance Surety Bonds, Account
Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee (As prescribed)
issued by a Commercial Bank against E.M.D. (in case guarantee amount is less than Rs. 1,00,000/-) or
Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the
State Bank of India in accordance with the prescribed form. In case the contractor fails to deposit the
said performance guarantee within the period as indicated in schedule ―F‖ including the extended
period if any, the Earnest Money deposited by the contractor shall be forfeited automatically without
any notice to the contractor. 50% of the performance guarantee shall be released after completion of
work and balance will be released after 3 years after completion of work. However, this part of
Performance guarantee will be released against Bank Guarantee which will be kept valid time to
time by the bidder as per the direction of Engineer-in-charge.
The earnest money deposited along with bid shall be returned after receiving the aforesaid
performance guarantee. The bidder whose bid is accepted will also be required to furnish either copy
of applicable licenses/registrations or proof of applying for obtaining labour licenses, registration with
EPFO, ESIC and BOCW Welfare Board including provident fund Code No., if applicable and also
ensure the compliance of aforesaid provision by the sub-contractor, if any engaged by the contractor
for the said work and Programme Chart (Time and Progress) within the period specified in Schedule
F.
Page 17
13. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub- soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation they
may require and in general they shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may 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 of conditions and rates at which stores, tools and plant,
etc. will be issued to him by the Government and local conditions and other factors having a bearing on
the execution of the work.
14. The competent authority on behalf of the President of India does not bind itself to accept the lowest or
any other bid and reserves to itself the authority to reject any or all the bids received without assigning
any reason thereof. All bids in which any of the prescribed conditions is not fulfilled or any condition
including that of conditional rebate is put forth by the bidders shall be summarily rejected.
15. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the
bids submitted by the contractors who resort to canvassing will be liable to rejection.
16. The competent authority on behalf of President of India reserves to himself the right of accepting the
whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.
17. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in
which his near relative is posted as a Divisional Accountant or as an officer in any capacity between
the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate
the names of persons who are working with him in any capacity or are subsequently employed by
him and who are near relatives to any gazetted officer in the Central Public Works Department or in
the Ministry of Urban Development. Any breach of this condition by the 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.
18. 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 previous
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.
19. 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. If any bidder withdraws his bid before modifications in the
terms and conditions of the bid which are not acceptable to the department, then the Government
shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest
money as aforesaid. Further the bidder shall not be allowed to participate in the re-tendering process
of the work.
20. 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 any
correspondence leading thereto.
Page 18
b) Standard C.P.W.D. Form-7 including up to date amendments and duly modified for EPC work or
Standard CPWD form as applicable and GCC for EPC Works 2022 modified/amended up to last
date of submission of Bid.
For Composite Bids
21. The Executive Engineer and Senior Manager (C), IIT Kharagpur Project Division-II, 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.
22. 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. The eligible bidders shall quote rates for all items of bid documents
a) After acceptance of the bid by competent authority, the EE&SM (C)-II in charge of civil component
of the work 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 (E)/DDH in charge of minor component. EE & SM (E) will operate in the minor
component pertaining to E&M works and DDH will operate the Horticulture works.
b) Entire work under the scope of composite bid including major and all minor components shall be
executed under one agreement.
c) Security Deposit will be deducted separately for each component corresponding to the respective
component of works.
d) The main contractor has to associate agency (ies) for minor component(s) conforming to eligibility
criteria as defined in the bid document or as to be specified during the contract period 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).
e) 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 of work and this shall be binding on the contractor.
f) The main contractor has to enter into agreement with the contractor(s) agreement shall be submitted to
EE(E)/DDH in charge of each minor component as well as to EE in charge of major component. In
case of change of associate contractor, the main contractor has to enter into agreement with the new
contractor associated by him.
23. Running payment for the major component shall be made by EE&SM (C)-II 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 and Senior Manager (C)-II in charge of
concerned component shall serve show cause notice to main contractor and after considering the reply
of 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).
24. The composite work shall be treated as complete when all the components of the work are
complete. The completion certificate of the composite work shall be recorded by Engineer-in-charge of
major component after record of completion certificate of all other components.
25. 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.
Page 19
SECTION I
Brief Scope of Work:
Indian Institute of Technology, Kharagpur is an Autonomous Institute under Ministry of Human Resource
Development, Govt. of India. The Institute has an earmarked land area of about 48 acre in its possession over
which it proposes to create institutional infrastructure like Academic Tower, Laboratory Tower, Convention
centre and Amenity Centre.
Presently IIT proposes to build 1 no. Academic Tower (G+7). The minimum plinth area of the Academic
Block and its particulars are indicated in the bid document. The work is to be executed on ENGINEERING
PROCUREMENT AND CONSTRUCTION (EPC) Mode-I basis.
The preliminary drawings are already prepared by CPWD and approved by IIT Kharagpur. CPWD
specifications, relevant IS codes, National Building Code 2016 and other standard specifications suitable for
institutional campus and latest technology will be followed in general except otherwise mentioned in bidding
document. Samples of the materials of approved make or otherwise shall be got approved from the Engineer-in-
charge before use in the work.
The scope of work includes, Preparation of detailed Architectural drawing, structural design, proof checking
and design of i.e. Plumbing & Water Supply, Underground pump, Internal Electrical installation , Central AC
plant, including make up tank of require capacity Fire Fighting & fire alarm system, STP, Sewer line, Electrical
Substation i/c building & street, DG Set, Lifts, Solar Water Heating System, Solar PV General System, LAN,
CCTV, Access control, External lighting, Façade lighting, Pump, RO plant, IBMS, horticulture and landscaping,
Road, Drain, Cycle track, Cycle shed, Car Parking, Footpath, boundary wall, Signage, and all development and
bulk services works all complete as required for modern institutional campus. Thereafter construction and
commissioning of building(s) complete with above development, bulk services, Electrical &Mechanical Services.
Preparation of post construction drawings & their final approval form statutory authority for acceptance.
Contractor shall also take all necessary measures required to be taken to remove any live or dead service
lines running through the plot area without any extra cost. Maintenance against all defects in the completed
building(s) & operation and maintenance of all Civil, Electrical & Mechanical, Horticulture services for a period
of 05 (Five) year from the actual date of completion including defect liability period is included in the scope of
work. The scope is inclusive of topographic survey, subsoil investigation and all ancillary works.
The cost of labour, material, tools and plants and machinery required for execution of the whole project as
per approved Layout plan & detailed design and drawings to be approved, specifications etc. is within the scope
of this work. The buildings are to be planned and registered to meet 3 STAR TERI- GRIHA. The buildings are
also to be planned to meet minimum Green rating as per CPWD Green Mating Manual 2021.
The following provision and facilities are to be planned for their effective and efficient functioning and
quantities shown against these. Execution will be taken up after approval of such plan by CPWD. Floor wise
distributions of various facilities are only indicative. The plinth area details included in scope of works are as
below:
The features and facilities to be provided at different floors are given below however, the list given below is
not exhaustive and will include other facilities and services which are essentially required for complete and
effective functioning of Academic Tower. Similarly, specifications given below are to be maintained in general
and wherever details are missing the same should be provided for achieving similar functioning and look as per
the surrounding areas without any extra claim. If the contractor proposes richer and better specification same can
be adopted with approval of Engineer-in-Charge.
Necessary detail survey and soil investigation i/c liquefaction analysis have to be carried out by the
successful bidder 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 / CDO, CPWD (to be decided by CPWD and feesfor such
consultancy will be paid by CPWD) and approved by CPWD before the same are used in structural design
purposes. No claim about the change in site condition or soil strata/bearing capacity and other soil properties
shall be entertained in future.
The Basic concept drawings of various buildings 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 be ensured at every floor level
for necessary maintenance. Floor trenches are to be constructed for external services.
Page 20
Facilities to be provided :
Sl. Plinth area in (sqm.)
Description Height Provisions to be made
No. (indicative)
1 Plinth Minimum
750mm.
2 Ground Floor 2845.00 (Floor Height- FACILITIES PROVIDED :
3.9 metre) Faculty Rooms
Soft. Laboratory
Seminar Hall
Discussion Room
Office Room
Pantry
Page 21
Sl. Description Plinth area in (sqm.) Height Provisions to be made (indicative)
No.
Note:
1. For calculation of plinth area, rules for working out the plinth area from plans as given in the
annexure III of PAR-2019 shall be followed.
Page 22
Scope of Work (CIVIL)
Minimum acceptable specification:
Sl.
No. FOUNDATION DSR-2018
1 Foundation & Earth quake resistant RCC framed structure with
SuperStructure suitable Raft/ Pile foundation system as per the detailed
i) For multi- storey soil investigation report and structural design based on
framedstructure. IS codes design. Minimum design mix shall be M30.
The Corrosion Resistance Steel Fe500D/ Fe550D
properties (CRSD) bar shall be used.
ii) Plinth Filling :
a) Sand filling under a) With Local coarse sand 150mm thick. 2.27
floor:
b) Concrete under b) 100 mm thick plain cement concrete below footing in
footings: M15.
c) Concrete under c) 100 mm thick RCC Slab of grade M25 shall be laid
floor: under flooring work in ground floors with 8 mm dia
with minimum @ 200mm c/c both ways.
iii) Brick Work. All external walls shall be of full brick 250mm thick Based on 6.47
and internal wall half brick thick150mm with AAC & 6.38
block with polymer modified adhesive mortar with
necessary bands of RCC & Reinforcement in super
structure for all level. No extra payment for RCC band
and reinforcement.
(iv) Fly ash brick All the toilets and bathroom with half brick fly ash 6.45.2
work. class designation 10 conforming to IS: 12894.
2 Door & Window- Frame:
(i) All doors except (i) Doorframe:
entrance, Providing and fixing pressed steel door frames
staircase, lift conforming to IS: 4351, manufactured from commercial
lobby, w.c. / bath, mild steel sheet of 1.60 mm thickness, including hinges,
terrace doors. jamb, lock jamb, bead and if required angle threshold of
mild steel angle of section 50x25 mm, or base ties of
1.60 mm, pressed mild steel welded or rigidly fixed
10.14
together by mechanical means, including M.S. pressed
butt hinges 2.5 mm thick with mortar guards, lock
strike-plate and shock absorbers as specified and
applying a coat of approved steel primer after pre-
treatment of the surface as directed by Engineer-in-
charge:
Profile B:- But the dimension shall be 150X100 mm.
(ii) Common room, (ii) Doorframe:
Iteration room, Door frames shall be (2nd class teak wood)- of size
Technology room, 100X150 mm.
Library, Reading
room
(iii)Windows for all (iii) Factory made three track sliding Polyester powder 21.1.1.3
Rooms coated standard tubular/ extruded section /appropriate Z
Section Aluminium Shutters attached along with the
provision of sub frame of aluminium material Make :
DOMAL/ ALUTEC/ AVTECH. The minimum weight of
aluminium fixed frame and open able shutter should not
be less than 18 kg. per sqm. Two track for glazed shutter
and another track for SS 316 Grade with mosquito net.
Page 23
(iv) Doors & (iv) Solid Panel PVC Door frame & decorative type 9.123 and
Windows of Toilet Shutter of approved section and make according to Item 9.124.2
and Bath room. No. 9.123 and 9.124.2 of DSR‗2018 manufactured by
M/s Rajashri, Duroplast, Sintex Polyline or equivalent.
(v) Aluminium (v) Powder coated aluminum panelled door with fixed and 21.1.2.2
Doors as per open able portion as per arch. Drawing.
architectural Float glass panel 5mm thick. 21.3.2
drawing 100 mm brass locks for aluminium doors 21.13
Location
3 Door & Window- Shutters:
i) Doors of all 40 mm thick flush door shutters with decorative
classrooms veneer on both sides of Mayur Ply, Century ply,
(Door height 2.4 m Green ply or equivalent with Wooden moulded
with vision panel beading/ architrave. PVC door seal rubber to be
with fire rating provided at bottom of shutter
glass)
iii) Common room, 40 mm thick for classrooms flush door shutters with
Iteration room, decorative veneer on both sides of Mayur Ply, Century
Technology room, ply, Green ply or equivalent with Wooden moulded
Library, Reading beading/ architrave. PVC door seal rubber to be
room (Door height provided at bottom of shutter
2.4 m).
Wooden Lipping:
Extra for providing lipping with 2nd class teak wooden
battens 25mm minimum depth on all edges of flush
door shutters (over all area of door shutter to be
measured.)
(iv) Building main Sensor operated Dorma or Equivalent glass entrance
entry door with toughened glass, design and thickness is to
be approved by Engineer-in-charge.
(v) Kitchen door : 35 mm thick panel door with stainless steel wire mess
shutter on the Top portion.
vi) Mumty Door: Fire resistance doors
(vii) Fire Duct Door: Factory made Powder coated MS Shutter with 1 mm
thick MS Sheet with style and batten of rectangular MS
tube of 75x35 mm for bottom Part and Top part with
toughened glass.
(viii) Glazing shutter Factory made three track Polyester powder coated
for Windows for all standard tubular/ Z Section aluminium shutters or fixed
rooms. with glazed panel & wire mesh shutter of SS grade 316
as per approved drawing. Make DOMAL/ ALUTECH/
AVTECH Double glazed color tinted unit with low
Emission value, heat, reflecting glass tempered outside
and plain tempered glass inside of approved make
approved colour and quality with suitable locking
arrangement will be installed. Opening of windows
should be sufficient enough as per ECBC norms for day
light during day time.
The properties of glass should meet the ECBC & NBC
2016 requirement. The minimum weight of aluminium
fixed frame and three track shutter should not be less
than 18 kg. per sqm.
Page 24
(ix) Pantry, electrical Vision Panel :
/ panel room, fire Providing vision panel not exceeding 0.1 sqm in all
control room, type of flush doors (cost of glass excluded) (overall
common room, area of door shutter to bemeasured)
iteration room,
technology room
library/ reading
room.
Wardens office and
security room,
faculty rooms.
(x) Toilet Window: Frosted glass:
Providing frosted glass panes 4mm thick in windows
shutters.
(xi) Hardware & All the doors have following provisions.
Fittings:
Door Fitting & Hinges :
a) SS 316 handle of 250mm inside length decorative
type of standard make shall be provided in the front
gate, shutter in all rooms. (Make –
DORMA/Ozone/Geze/Kitch)
(b) Stainless steel fittings e.g. Tower bolts
(300x10mm), door stopper etc. with SS 316 grade.
Make – DORMA/ Ozone/ Geze/Kitch.
(c) Stainless steel satin finish sliding door bolts
300x16mm will be provided. For schedule of fittings
refer of CPWD specification– Make –
DORMA/Ozone/Geze/Kitch
(d) Hydraulic Door Closer
As per IS : 3564 for door weight up to 80 kg and with
up to 1000 mm. Make Hardwin (Gazel), Godrej or
equivalent of approvedmake ―Hetich /Hafale‖.
(e) Floor Spring
Double action hydraulic floor spring of approved brand
conforming to IS: 6315 with double spring mechanism
and door weight up to 125 kg along with all fittings to
be provided of approved make ―Hetich/ Hafale‖.
(xii) Fire Check
Doors:
a) Ground Floor 2 hour fire rated doors with vision panel withpanic
and above bars.
(circulation
Area/ On refuse area/
Fire exist/ staircases)
b) Services Shafts 2 hour fire rated doors without vision panel.
c) Lift Lobbies 2 hour fire rated glazed doors.
d) Music Room Acoustic Fire Check Doors.
Note :
1. All fittings such as door handles, door bolts & door closer of fire check doors & windows shall
also be fire rated of 2 hours.
2. All the doors including Wire mesh door / grilled shutter / collapsible door shutters shall be as per
CPWD specification are within scope of work as per functional requirement.
Page 25
4 STEEL WORK :
i) Grill in windows: All windows should be fitted with MS square bar 12 mm. grill
There no show not be (minimum weight 16 kg per sqm.)as per approved drawings.
any overlapping M.S. grills should be in same vertical plane. M.S. grill pattern
should be approved by IIT Kharagpur before execution.
5 FLOORING, SKIRTING & DADO:
i) All Classrooms and Vitrified tiles
faculty rooms i) Heavy duty digital printed homogenous vitrified floor tiles of 11.41
size 800X800 mm/800X1200, 600X600 minimum thickness
10mm with water absorption less than 0.08%, breaking
strength more than equal to 1500 N, Scratch hardness of
surface more than equal to on Mohr‘s scale, Slip resistance
for floor application more than 0.4, deep abrasion of
unglazed tile more than 140 cubic mm and conforming to
IS: 15622, of approved make, in all colours and shades, laid
on 20mm thick cement mortar 1:4 (1 cement : 4 coarse sand),
jointing with grey cement slurry @ 3.3 kg/ sqm including
grouting the joints of Kajaria, Somany, AGL, Johnson or
equivalent with spacers.
Fixing vitrified floor tiles with cement based tile adhesive &
joint spacers 3 mm thick grouting.
Grouting the joints of flooring tiles having joints of 3 mm
width, using epoxy grout mix of 0.70 kg of organic coated
filler of desired shade (0.10kg of hardener and 0.20 kg of
resin per kg), providing expansion rubber sealant at every 3
meter center to center to avoid cuisine thermal
movement including filling / grouting and finishing
complete as per direction of Engineer-in-charge.
(ii)
a) Toilets floor. a) Vitrified Matt Finish Anti-skid floor tiles of 600X 600
mm
b) Toilets wall up to b) Digital glazed vitrified wall tiles (300X600)
full height). Glazed screen printed border tile/ highlighters as per
architectural drawings.
iii) Common room,
Technology room, Wooden flooring 38mm thick. 11.34
Wall paneling upto false ceiling height for specification
Library, Reading reference Part-B, Para 23.17.
room.
600 X 600 Acid Resistant Ceramic Tile of Johnson or
iv) All laboratories Somany, Kajaria.
Grouting the joints of flooring tiles having joints of 3 mm
width, using epoxy grout mix of 0.70 kg of organic coated
filler of desired shade (0.10kg of hardener and 0.20 kg of
resin per kg), including filling / grouting and finishing
complete as per direction of Engineer-in-charge.
v) Granite size area should not be less than 0.50 Sqm. 11.55 &
a) Entrance lobby. a) High quality Granite (Lakha Red) flooring in design & 11.56
patterns as per architectural drawing.
b) In platforms or b) Granite of approved shade. (Lakha Red). 8.2.2.2
counter for basin 11.56
c) Granite (polished) flooring in design & patterns as
c) Corridor, Lifts & architectural drawings.
stair lobby 11.55
d) Staircase & d) Single piece flamed finish Granite stone flooring in
Matching dado. designs & pattern as per architectural drawing.
Page 26
e) Cladding on e) Polished Granite Dado of 900mm for corridor, floor
walls of lift height for lift cladding, full height of perimeter of
lobby, corridor exposed column.
& staircase. Grouting the joints of flooring tiles having joints of 3 mm
width, using epoxy grout mix of 0.70 kg of organic coated
filler of desired shade (0.10kg of hardener and 0.20 kg of
resin per kg), including filling / grouting and finishing
complete as per direction of Engineer-in-charge.
vi) Discussion Room, Bamboo wood Flooring 26.1
Seminar Room. 14 mm thick 130 X 1800 bamboo wood Flooring of Epitome
or equivalent.
Bamboo wood in wall 14mm thick 85X1900 bamboo wood 26.2
for wall & skirting.
ii) Internal in all rooms, i. Wall painting with premium acrylic emulsion paint of 13.82.2
Laboratory, Offices, interior grade, having VOC (Volatile Organic
corridor, lift & Compound) content less than 50 grams/litre of
entrance lobby. approved brand and manufacture.
13.43.1
ii. Thinable cement primer.
13.80
Page 27
7 FALSE CEILING:
False ceiling
i) All rooms, Corridor. i) Metal false ceiling aluminium frame work. 12.52
ii) Toilets ii) Aluminium frame work for metal false ceiling.
12.52
iii) Class rooms: False ceiling with mineral fibre board with 16 mm thick
beveled regular mineral fibre Antimicrobial false ceiling
tile confirming to ISO 5 (class 100) specifications
iv) Common room, False ceiling for specification refer Part-B, Para 23.17
Technology room, 26.27.3
Library, Reading room.
8 RAILINGS : Stainless Steel railings of 316 L grade of approved
make/brand with 50 mm top rail with adequate No. of
Balusters and 4 Nos. pipe of 25 mm dia runners and as
per approved drawings.
9 Room fittings Stainless Steel 316 grade with 20 dia. Curtain rod with all
accessories in all windows.
10 Water Supply of
Sanitary
(i)Water supply, CP i) Alive series of Jaquar or equivalent series in other
fittings and sanitary makes specified in the bid document.
fittings for Common ii) Alive series of Jaquar or equivalent series in other
Toilets, Attached makes specified in the bid document.
Toilets, Toilets for iii) Accessories and Bars as per statutory requirement.
Differently abled iv) European type floor mounted WC with seat, white
person plastic lid and low dual flushing PVC cistern and
floor tapes as perspecification.
v) Water jet/health faucet with European WC of approved
brands.
vi) Wash basin with CP brass Pressmatic type pillar cock
for hot & cold water.
vii) Air-shower with CP brass mixture type tap for hot &
cold water.
viii) Towel Rack of CP brass make for individual
bathroom.
ix) Mirror with Modular PVC frames of best quality as
approved by Engineer-in-charge. The mirror will be
provided in single piece for the entired wash basins.
x) CP brass toilet paper holder with European WC.
xi) Soap rack/niche as per architectural design and
specification. Soap dish in each toilet / bath cubicle
and with wash basin. Smart shelf in each bathroom
and glass shelf below mirror at each wash basin.
11 i) Underground i) Storage tank. (Domestic+ fire requirement + HVAC
reservoir requirement makeup tank) capacity as per NBC 2016
provision of separate tank for toilet & drinking water
and fire requirement, RCC reservoir.
ii) Overhead tank ii) RCC tank.
(Capacity as per
requirement over
toilet block)
Page 28
12 Roofing 0.3 to 0.5 mm thick Water based PU painting with
geotextile fleece HSPU Roofkoat or equivalent
Nonvolatile content 60% by weight Tensile strength with
geotextile fleece > 10 N/mm2. Elongation at break with
geotextile fleece 40-60%.
SR I > 100
Density 1.3kg/at 30 degree C with 10 years Water
Proofing Guarantee Bond.
i) Providing and laying integral cement based water 22.7
proofing treatment as per Item no. 22.7 DSR-18.
ii) Providing and fixing thermal insulation of ceiling
(under deck insulation) with Resin Bonded Rockwool 12.60
conforming to IS:8183, density 48 kg/ m3, 50 mm thick
as per direction of Engineer-in-charge DSR,2018 Item
No. 12.60.
13 WATER SUPPLY :
i) Internal (concealed) Chlorinated polyvinyl chloride (CPVC) Pipe.
ii) Internal (exposed) Chlorinated polyvinyl chloride (CPVC) Pipe. 18.7,
18.8,
18.9
iii) External Ductile Iron (DI - K9) of suitable size according to design 18.73
(Underground) and as per Item No. 18.73 DSR-18.
14 Drainage :
i) Internal Centrifugally cast Hub less pipes and fittings for soil,
waste, ventilation confirming to IS: 15905 – 2011 with
SS coupling with EPDM Rubber confirming to DIN
19543.
ii) External/ Sewerage HDPE Double Wall Corrugated pipes.
15 Rain Water Pipes UPVC pipes-type-A of required dia as per design.
16 Boundary Wall: Two nos. architectural gate with combination of steel
(Lengthof walls) and decorative cast iron Gates along with guard rooms of
Boundary wall length is suitable size shall be provided.
400 mtr. (Minimum) As
per drawing attached in
the bid document.
17 Signage: (Referred Part-B Stainless steel 316 having graphics & text in screen print
specification) for building name, road signage, traffic sign to be in
channel letters, CRCA (Cold Rolled Close Annealed)
sheet support structure having aluminum panels,
powder coated with graphic and text for way as per IRC
codes and NBC code, IS code.
On the two entry and exist points, overhead sign boards
and directional / information sign boards in the campus
with up of 2mm thick aluminum sheet, face covered with
high intensity, encapsulated lens type heat activated retro
reflective sheeting conforming to type – III of ASTM-D-
4956-01 and fixed with suitable arrangement as approved
byEngineer-in-Charge shall be provided.
18 Expansion Joint The horizontal floor & vertical wall joint system shall be
of extruded aluminium base members, self-aligning /
self- centering arrangement and support plates etc. as per
Item No. 5.44, 5.45 of DSR, 2018.
19 House Manhole Brick masonry manhole with brick of class
designation 7.5 of size 90x80x45 cm deep with cast iron
light duty cover and frame.
Page 29
20 Pipe between house HDPE pipes of PN-8 shall be provided for smooth /
manhole & service healthy drainage system with properslope as per approved
manhole design.
21 Water Supply Pipe Ductile iron pipe of class K9 as per approved design &
drawings
22 Water Supply Fittings Standard fittings (Heavy class) Ductile Iron
23 Thrust Blocks CC M-25
24 Naming of Rooms On SS plate (grade 316) 250x150 MM with teak wood
backing in ornamental edges fixed on top of class room &
facility room 450 X 300 for other area such as entrance
door, exit & entry gate.
25 WC (One in each Provisions for white vitreous china type water closet 17.2.1
WC) (European type W.C. pan) with seat and lid, 10 litre low
level white P.V.C. flushing cistern, including flush pipe,
with manually controlled device (handle lever).
26 Urinals (Gents toilet) Providing and fixing white vitreous china flat back half 17.5
stall urinal of size 580x380x350 mm with white PVC
automatic flushing cistern, with fittings, standard size
C.P. brass flush pipe, spreaders with unions and clamps
(all in C.P. brass) with waste fitting as per IS : 2556, C.I.
trap with outlet grating and other couplings in C.P. brass,
including painting of fittings and cutting and making
good the walls and floors wherever required :
27 Health faucet (For Provision for CP brass hand shower
each water closet)
28 Counter sunk basin Providing and fixing white vitreous china pedestal for 17.8
wash basin completely recessed at the back for the
reception of pipes and fittings with Lakha Red 1st quality
Table Top
29 Mirror (All toilet) Providing and fixing mirror of superior glass (of 17.32.1
approved quality) and of required shape and size.
30 Towel rail (In all Providing and fitting of SS towel rail and towel rack with
toilet) required fittings.
31 Towel ring (All wash SS towel ring of required size as/ architectural details
basin)
32 Tap (toilet & WC, 1 in Providing and fitting CP brass/ cock provided with
each toilet & WC- quarter turns ceramic cartridges.
PTMT in CP brass)
33 Glass shelf (Below Providing and fixing 600x120x5 mm glass shelf with 17.33
mirror for each basin) edges round off.
34 Bib cock & stop cock CP brass bib cock pillar cock and stop cock
(In all toilets)
35 Wash basin & WC Providing and fixing wash basin and W.C. for person
(Divyang, Toilet for with special ability
divyang)
36 Grab rail (Toilet for Providing and fixing of grab rails of required dia and
divyang) specification.
37 Liquid shop container Providing and fixing CP brass liquid soap container
(All toilet)
38 Horticulture Works: Landscaping to be done over area of 12800 sqm.
Page 30
39 Approach road, entrance Cement concrete paver tiles of Ultra, Johnson, Somany or 9.48
porch, parking & equivalent.
driveway
43
PROVISION FOR Building shall be incompliance to the guidelines framed by
BARRIER FREE the Ministry of Social Justice Govt. of India and other
BUILDING guidelines given by CPWD. The consultant shall prepare
the details based on the above guidelines and the agency
will carry out the work accordingly after getting the
drawing approval from Engineer-in-Charge. The building
shall be audited to access the compliance to the accessible
India Campaign. Entire Cost of Planning, Execution &
Auditing are covered in the scope of work.
Ramps, toilets for physically challenged,
chequered tiles, tactile and use of Braille signages etc.
44 Solar Panel To be placed over Cycle shed.
45 Central Air In all rooms, excluding toilet, corridor, stair case and lift
conditioning lobby.
Page 31
(A) Scope of work
Development work
Item Description Specification
No.
1 Road Finished level of road will be above the formation level The width of road
varies from 6m. to 10m. The road will be mainly used for fire tenderer during
fire emergency, plying the loaded vehicles carrying furniture‘s, ration
materials for kitchen. Accordingly, the road is to be designed with MOST
(Ministry of surface transport) specification.
Subgrade = 500 mm
GSB – Granular Sub Base as drainage layer minimum 150 mm based on CBR
value & traffic and based on designs as per MORTH specification or higher
according to item No. 16.78.1 DSR-2018.
Wet Mix Macadam = 250 mm
Bituminous Concrete- Laying Bituminous Concrete according to item No.
16.57.1 DSR-2018. Minimum thickness 50mm.
Bitumastic sheet – Laying of Bitumastic sheet according to item 16.38.1
DSR 2018. Minimum thickness 40 mm.
Kerb Stone - High grade concrete precast block M-35 Grade as per
drawings approved by CPWD based on IRC Codes.
Inter-locking pavers - ISI Marked, Heavy duty pavers, shape & pattern in
cement colour (red, green, grey, yellow etc.) M-35 Grade laid on sand filling
as per specification.
Road painting - 75 mm wide thermo-plastic mark paint according to DSR-
2018 item No. 16.48.1.
2 Foot Path Interlocking paver block of minimum 40 mm thickness, M-35 Grade or
higher as per drawing and design approved by CPWD.
3 Drain The drain is to be designed to discharge wastage water collected from the
Academic towers & storm water at should be covered with grill as per
approved design. Adequate Nos. manholes, Gully Chambers are to be provided.
If necessary culverts & RCC NP3 pipes are to be provided for drainage and
carrying out the service lines.
4 Cycle track The cycle track is to be constructed with M30 vacuum dewatering concretewith
minimum100 mm thick over PCC 1:3:6 as base of minimum 100 mm thick
according to item No. 16.75 of DSR-2018.
5 Cycle shed Pre coated galvanized sheet is not required to be provided as roof. Solar
panel is to be provided as roof. The supporting truss should have aesthetic
view. The solar panel and truss at to be designed to withstand wind pressure.
The flooring shall be of coloured paver title.
6 Signage & Stainless steel 316 having graphics & text in screen print for building
Graphics name, traffic sign to be in channel letters, CRCA (Cold Rolled Close
Annealed) sheet support structure having aluminium panels, powder coated
with graphic and text for way as per IRC codes.
7 Car Parking Turf Paver Block of 80mm on 150 mm thick M25 grade concrete.
Area
Page 32
Development works.
A. Roads and Boundary wall: (The Length of Boundary wall shall be 400m.)
1. Approach and peripheral roads & pathways shall be constructed as per fire guidelines and functional
requirements to the building. Before construction the layout is to be prepared by the agency and to
be approved by CPWD. The sectional profile of the road given in the NIT document should be
broadly followed but thickness etc. should be as per the design criteria applicable to flexible
pavements. The bidder should plan and design the section as per site conditions and submit the same
for approval before execution. The agency will maintain entire road network for the period of five
years. The edges of roads should be at least 45 cm above the adjoining ground level. The quoted rate
of the following items mentioned in the table shall include all supplying, stacking, laying and
finishing i/c all materials such as aggregate, stone dust, bitumen etc. i/c all royalties & taxes etc.
Nothing extra shall be payment on any account.
2. The boundary wall for the entire plot is meant for One number Academic towers with grills, guard
rooms, MS gates with access control system, wicket gates, dustbins, sign boards, Guide maps,
location boards, direction boards, Numbering etc. all complete as per the approved drawings and
direction of Engineer-in- charge.
B. Storm water drains, sewer lines, Rain water harvesting & STP (Civil works):
1. Survey, investigation, design & construction of storm water drains, sewer line, roof top rain water
harvesting in the building. i/c connection to the trunk sewer line. Planning, designing and execution of
the roof top rain water harvesting system for recharging the sub-soil water including laying of pipe
lines and construction of substructure /superstructures. For rain water harvesting works, guidelines
given in ―Rain Water Harvesting and Conservation Manual‖ available on CPWD Website through
following linkhttps://www.cpwd.gov.in/Publication/rain_wh.pdf may be referred.
2. The contractor shall design & construct STP of required capacity and submit the specification, drawings
& design for approval of Engineer-in-charge. The construction of STP is within the scope of work.
The bidder has to provide storm drain, external water supply and sewerage line layout as per BIS
and NBC code and the same shall be got approved by CPWD . Storm water drain has to be connected
by the contractor in the nearest natural drain through gravity flow or through pumping as per the invert
levels of natural drain. The excess freated water by STP also needs to be collected in a sump of
required capacity and may be pumped to the nearest natural drain. The contractor has also to make an
arrangement to pump the treated water for irrigation system may be designed and installed by the
contractor. This all is in the scope of this work.Exact alignment for these services over the layout
plan will be got approved from Engineer-in-chargebefore execution.
Page 33
Brief Description of E&M work
SCOPE OF WORK
1. Brief description of E&M works: This includes Design, supply, installation, testing and
commissioning of following E&M services:
Internal & External Wiring for internal electric installation i.e. light & fan point, light & power plug,
Electrifications central , LAN & IPABX, wiring for TV, IP based CCTV with modular switch,
socket and accessories, Fittings, Exhaust fan, BLDC Ceiling fan, wall fan, switch
board, SDBs, floor panel, main panel, rising main for UPS, Essential & Non-
essential supply, Earthing, lightening conductor, Street lights, compound lighting etc.
M.S. conduit shall be used for automatic intelligent Fire alarm system and PVC
conduit Heavy Gauge shall be used for Internal electrical installation work, CCTV
and other services as per specifciations and as per approved drawing. Planning
Designing, Supplying Installation Testing and Commissioning of occupancy sensors
is within scope of the work.
Fire Fighting Fire Fighting system with Wet riser for the building as per the requirement of NBC
System with Wet 2016 with amendments, updated BIS codes, Fire bye-laws of Govt. of West Bengal
riser. and CPWD specifications. This will also include peripheral header, electric & diesel
fire pump, Pump panel, internal & external fire hydrants, Portable fire extinguishers
etc. Agency shall provide & comply West Bengal Fire and Emergency Service
recommendation, Local Body Fire Recommenidation and obtain No Objection
Certificate, which shall included in the scope of work and nothing extra shall be
paid
HVAC system Capacity of HVAC system shall be based on heat load calculation of the
Academics Building with 2 nos unit working. HVAC plant consisting of low and
high side equipments i.e. water cooled oil free Centrifugal Chiller 2 x 600 Tr
Capacity, Primary pumps, Secondary pumps, Cooling tower, Air separator,
Pressurization tank, Makup water tank ,BTU meter in plant room, Valves, AHUs /
FCUs, electrical panels, control panels and pipes line, cabling work. The low and
high side of the plant shall be controlled by BMS System. Stair case pressurization
fans , Lift shafts and lobbies pressurization fans, Toilet Exhaust System, Smoke
Evacuation System, as per NBC guidelines, CPWD specifications HVAC 2017 and
relevant IS Codes. 1 no. stand by suitable capacity of industrial split AC shall be
installed in Server/Controll room in addition of central AC system. The
arrangement of Air Conditioning System to be linked and connected the existing
Air Conditioning system of Hostel building. Further details are available in.
Selection of FCU/AHU units as directed by Engineer in charge.
Electrical sign board Electrical sign board and exit signs shall be provided for the various services, at
and Exit signs various floors and building as per requirement.
Building SITC of Building Management System: Planning, designing, supply,
Management System installation, testing and commissioning of BMS required for monitoring and
control of various services installed in the building such as HVAC, Substation,
Lifts, access control, Firefighting, Fire Alarm , UPS system, Solar PV Power
plant, DG Set, Fire curtains etc. BMS shall have storage capacity and data base
for storing data upto last 5years. BMS should have suitable detailed analysis and
troubleshooting tools and software plug-ins so that effectiveness and proper
operation of the systems can be analyzed at any point of time.
IP EPBAX Complete design and supplying installation testing commissioning of equipments
details based on layout drawings of telephone outlets prepared under sub head
internal EI, Wiring, details specification for each component of IP-EPBAX
system. Details of licenses of various equipments and software for IP-EPBAX
system.
Page 34
Local Area networking Complete design details based on layout drawings of LAN outlets prepared under
sub head internal EI, Wiring, details specification for each component of like
switches, patch panels, racks, wires, cords etc. Details of licenses of various
equipments and software for LAN system.
Local Area Networking: Planning, designing, supplying, installation, testing &
commissioning of active and passive componants LAN networking with 10G
backbone with Wi-Fi modem on all floors covering complete floor area. Both
active and passive are included in the scope of the work.
Audio & Visual Audio & visual system for Discussion & Seminar room i.e. Supplying, Installation,
System / Conference Testing & Commissioning of equipements.
System
Access Control Shall be provided in main entrance & Exit door in ground floor, Plant room etc.
Comprehensive All Electrical & Mechanical Services i/c LAN, EPBAX Telephone etc. cover under
Maintanance the scope of work shall be functionable 05 years i/c operation, maintenance,
comprehensive maintenance replacement/repair of all equipments and spare.
Automatic fire alarm Supply, Installation, Testing and Commissioning of automatic intelligent fire alarm
system and Public and Public Address System is in the scope of this work. This includes design of fire
Address System alarm system including marking of various fire alarm accessories i.e. location of
detectors, MCP, fault isolator, hooters/speakers, main panel, repeater panel etc. as
per requirement to complete successful operation on the architecture drawings,
preparation of inventory and SOQ as per CPWD specification/NBC/IS codes/Local
by laws are under the scope of this work.
Lifts Supplying Installation Testing and Commissioning of lifts are in the scope of this
work. This includes designing of passenger & Bed lift (speed 1 Mtr./sec upto 4
stories structures & 1.5 m/sec beyond 4 stories structure). Lift speed Shall be as per
CPWD specification.
1. 13 persons (884kgs). Passengers Lift – 4 nos. for (G+7)
2. 20 persons (1360kgs). Passengers Lift – 2 nos. for (G+7)
Submission of data sheet and catalogue of the various equipment in support of their
design. Providing lift of required capacity. The scope includes getting the requisite
permission of lift inspector from the concerned authority before commissioning of
the same.
Sub-station Work : SITC of substation equipments is in the scope of this work. This included planning
and design comprising of calculation of electrical load after getting EI & equipment
loads of the building and electrical load of HVAC system, total working capacity of
the transformers considering diversity factor as per NBC of the system, Planning &
making SLD drawings for the distribution system, sizes of cables as per loads etc.
are in the scope of work. The consultant will prepare the drawing of Distribution
system, SLD and layout of the equipments. During the approval of design and
drawing the consultant will submit the data sheet and catalogue of the various
equipment in support of their design. Preparation of inventory, SLD, BOQ, technical
specification are in the scope of this work. Total capacity of substation is 2500KVA
(2 X 1250 KVA) and the no and size of the transformer shall be selected as per
direction of E-in-charge after vetted by IIT authority accordingly switch gears shall
be selected as per capacity of transformers. There busbar capacity of all the panels
shall be next higher capacity of incomer switch.
DG Set Work : SITC of D.G. set are in the scope of this work .The total capacity of the DG set is
800KVA (2X 400KVA) number and size of the DG set shall be finilised by E-in-
charge. This included planning and design comprising of making SLD for the
distribution system, Calculation of essential load, sizes of cables/bus trunking,
layout of the equipments and sizes of the rooms as per site condition, submission of
data sheet and catalogue of the various equipment in support of their design,
Preparation of SLD, BOQ, technical specification etc. are in the scope of this work.
Page 35
Solar PV SITC of 150 Kw Grid interactive Solar PV Power Plant: Planning, designing,
Generation Work : supply, installation, testing and commissioning of complete Solar PV plant which
includes supplying and installation of Solar panels, Module mounting structure,
Junction boxes, Power conditioning unit (PCU) with system controller/ Manager,
Metering & data logger, Solar DC Copper Cable (UV Protected), UG armored
copper cable, net metering system, GI Cable tray, PVC Heavy duty pipe, GI
Earthing strip, Lightening arrester, Chemical earthing, Data cable from PCU to
computer/ Server and other accessories, Line array boxes with SPD,LT panel
(Feeder pillar) of suitable size and capacity including epoxy painted GI frame .
Planning, Designing, SITC of R O plant (5 KLD): Planning, designing, supplying, installation, testing &
SITC of Complete commissioning of R.O Plant.
R.O. plant
CCTV Supply installation testing commissioning of CCTV system complete with camera,
Switch, Rack, Cable etc. as required to complete. All entrance and exit in ground
floor, all corridor and all Lift Lobby of all floors, total surrounding of the building,
Service Block etc.
UPS All computer power, CCTV, Audio visual system, Networking system, Access
control BMS services, Fire Alarm system, Sinages Escape lighting, and emergency
light etc. connected with centralized UPS system.
WATER PUMP Supply, Installation, Testing and Commissioning of Centrifugal and submersible
SET water pump set for make up water of Air-Conditioning system, Fire Fighting
System, Drinking and general use of the occupant of the building including 01 no.
spare pump for each to meet the requirement and of total building as per NBC-2016,
Relavent IS.
Page 36
HORTICULTURE
Page 37
B. Landscape and Horticulture:
Survey, investigation, design & construction of Landscape works over a min of 10000 sqm area (both
hard & soft) in and around the buildings at various levels, roads & services in the scope of this tender and
maintenance of same for five years .
Landscaping plan including parks, planters and other details etc. as per concept/ landscape layout
prepared by consultant, including parks, water bodies, planters, plantation, street formation and other
details for the horticulture works and execution of same including providing unfiltered/ recycled water
supply lines, construction of pump houses and installation of pumps therein. Development of parks,
construction of its toe wall, providing SS railings, wicket gates, water hydrants, the grassing, creepers
and planting trees etc. shall be completed as per the specification and drawing approved by the Engineer-
in- charge.
** All the plants which are to be planted/displayed inside the building must be acclimatized at site
before planting or displaying. The contractor will submit a proposal for approval of CPWD above
plant types with their accessories to be planted/placed/displayed inside and outside the building. Nos.
of the plants will be as per the CPWD specification and as per the best practices in this field. Decision
of Engineer-in-charge shall be final and binding.
10. Soil testing for pH value and its suitability for gardening and horticulture work shall be conducted from
at least 3 locations from Agricultural or any Science University/National Test House etc.
11. Top good soil from the construction site shall be preserved for horticulture purposes. The soil not
suitable for grasses and growth of trees shall be removed and good quality soil either from the preserved
top soil or brought from outside the campus shall be used for horticulture purpose. The soil must be free
from any brick-bats or any unwanted materials. No extra payment shall be made for same. The agency
will be responsible for healthy growth of plants, trees, shrubs and grasses during construction stage and
maintenance upto one year.
12. Manure and Fertilizers: Cattle manure/ compost shall be well decayed (should be at least 6 months
covered in dump), free from grits and any other unwanted materials. The contractor shall also
provide and spread manure (cow dung manure/compost) for healthy growth the plants & trees
under his maintenance. Depending upon requirement to maintain the nutrients level of the soil
necessary application of chemical fertilizers (NPK) and other micro nutrients should be done.
13. Watering should be done in such a way that optimum level of moisture content for healthy growth of
plants and trees is maintained, at no time moisture content should fall below the wilting point.
Inadequate or excessive watering is to be avoided. During the dry season watering should be carried out
at least daily in summer & twice a week in winter or as per requirement of the tree plant, shrub, water
should be sourced from STP (Sewerage Treatment Plants) in case of emergency the source other then
STP should be used provided that prior approval of Engineer –in – Charge has been obtained.
14. Weeding and Hoeing: The work includes maintaining areas close to the base of the trees and shrubs free
from weeds within 300mm radius from the stem of the trees / 150mm radius from the stem of the plants.
Weeding has to be carried out once in a month. All weeds are to be disposed off from the site with all
leads and lifts.
15. Pruning and Trimming: All dead or injured twigs, water shoots, unwanted branches are to be removed.
Trees, shrubs and ground cover should be pruned to maintain natural shape. The hedges and shrubs shall
be given special shapes and sizes to give aesthetic appearance of the greenery at regular intervals.
16. Pest and Disease control: All trees/plants are to be inspected once in a month to determine any disease or
pest infections. Once the infection is identified adequate control measures are to be taken.
17. The trees and shrubs having height less than 3 meter in the median and planters shall be washed by
sprinkler on monthly basis. The contractor shall take utmost care of the trees and shrubs so that the
casualty is brought to a minimum. The dead and fallen tree should be removed immediately from the site
of work for smooth traffic movement and it should be brought to the notice of Department so that further
survey and auction of the same can be done
18. The Department shall not be responsible for any injury partial or permanent or death of any workers at
site due to accident or mal functioning of the equipment or by negligence of the staff.
Page 40
19. The contractor shall be responsible for removal of garden waste from the site and disposed off at
designated dumping area or any other composting yard as approved by Engineer –in-charge.
20. The contractor shall have to arrange all required tools & plants & other stock items like Bamboo, Sutli, and
Hessian cloth. Tokari etc. for the proper development & maintenance of garden feature. Repair cost of
tools & plant items shall be borne by the contractor & nothing shall be paid extra on this account.
21. The Agency should ensure adequate malies having experience of Horticulture work are deployed. In case of
any deficiency the Engineer- in- Charge can issue the necessary direction to increase the staff and Agency
should abide by order of Engineer –in- Charge.
22. The contractor shall maintain the plants, hedges, trees, shrubs and lawns in good and healthy condition
during construction period as well as free maintenance period of one year. This will include Complete
maintenance of the entire garden features of the garden area i.e. lawn, trees, shrubs, hedge, potted plants,
flowers beds, creepers etc. and other garden feature including watering hoeing, making of plants basic
manuring, trimming and cleaning of hedges / plants, Beds, spraying of insecticides, fungicides, weeding,
mowing, and top dressing of lawn with good earth and manure and hedge clipping and removal of the
garden waste, composting of green waste from plants, trees, lawn mowing, etc. as per direction and
satisfaction of the officer-in-charge.
23. ADDITIONAL CONDITIONS IN HORTICULTURE WORKS:
i. All the planting materials should be healthy, well developed and free from insect, pest and diseases.
ii. The height of plants will be measured from the Collar region leaving the height of root ball portion.
iii. The main stem or trunk should be strong enough up to the required height.
iv. During execution of work if any casualties of plant occur, the same shall have to be replaced by the
same specified species for which no extra cost shall be paid.
v. All the plants must be properly acclimatized /seasoned at nursery before bringing at site of work.
vi. Polybags/gunny bags or any unwanted materials must be removed from the plants before planting at
site.
vii. The foliage plants should be well established and proper potting mixture as specified must be adhered.
viii. The good earth should be free from brick-bats, stones, gravels or any other unwanted materials and fit
for gardening purpose.
ix. A comprehensive inventory lists of all the horticulture garden features including actual drawings and
photographs shall be submitted 02 (Two) Months prior to completion of maintenance period for handing
over of the garden features to the client department.
24. Procurement and installation of all external signages.
All the signages along the pathways, roadways, gates, entrance to the main building, nomenclature of
the building, identification signages for different structures, services etc. shall be provided. Besides
above, the road cautionary, informative and regulatory signages shall also be provided.
25. Other Items: which are not mentioned above but are essential considering functional & statutory
requirements of the building.
26. Maintenance Work: Scope of work also include providing comprehensive maintenance of building
services of all Electrical, Mechanical services, Horticulture for a period of five years from the date of
completion certificate recorded by Competent Authority.
However defective liability period for civil components is 05 Years, for Electrical and Mechanical works
02 years.
27. Site Office: Scope of work includes construction/providing of site office (semi-permanent structure) with
modern outlook for use by Engineer-in- charge and his staff consisting of 6 rooms with 2 toilets and one
conference Room with toilet having area not less than 150 Sqm for CPWD officers & staff. The location and
plan shall be got approved from Engineer-in-Charge. Specification for the site office shall be suitable and
matching for running an office which shall be got approved from Engineer-in- charge. The Agency shall
provide a typical plan of site office & conference room (having light fixtures, wiring &, AC etc.) with
specification within 7 days of award of work and shall construct after approval of Engineer-in- Charge. All
running cost & charges (i/c 1 (One) office attendants, 02 (Two) data entry operators and AMC etc.) for office
including Electricity bill, water supply bills, RO/drinking water bills etc. shall be provided and cost shall be
borne by the agency. The agency shall provide the following furniture (new) for use of CPWD staff at site
office. Site office which will be ready in all respect within 30 days of award of work will have to be dismantled
and removed as per the direction of Engineer-in-charge after completion of project. The details of furniture to
be supplied by the agency is given in table mentioned below.
Page 41
Sl. No. Furniture (New) Quantity
1. Executive table (wooden) with side racks 3 Nos.
2. Executive Chair 3 Nos.
3. Office Tables 3 Nos.
4. Office Chairs 15 Nos.
5. Steel Almirah 4s Nos.
6. Conference table (for 20 seats) 1 Nos.
7. Conference chairs 20 Nos.
Digital display arrangement (with projection system & sound system for
8. 1 set
conference room)
28. List of Specialized Works (Civil)
The following work is the specialized works for which contractor has to associate specialized agencies to
execute the work based on eligibility:
1. Water Proofing.
2. Structural Glazing and ACP work.
3. Aluminum work.
4. Sanitary Installation & Water Supply.
5. Acoustic Treatment work.
6. Wooden Flooring.
7. Stone Cladding Work.
8. Texture Paint.
9. Aluminium windows.
10. Fire Checked Doors.
11. False Ceiling.
12. Façade Cleaning.
13. Expansion Joint.
14. Other services as per CPWD works manual 2019 declared specialized.
The Firm shall engage specialized agencies or experienced firm to satisfy eligibility criteria of having
successfully completed similar works during last seven years ending previous day of last date of
submission of bids. Three similar works each of value not less then 40% of the estimated cost of
respective specialized work completed by the consultant or Two similar works each of value not less then
60% of the estimated cost of respective specialized work completed by the consultant or One similar
works each of value not less then 80% of the estimated cost of respective specialized work completed by
the consultant. These values will be enhanced to current cost level as per CPWD guidelines.
Similar works mean work involving specialized work stated above in residential or non residential
buildings. Credentials of specialized agency as above shall be submitted by the main contractor well in
advance (at least two months before the likely execution of such work) to Engineer-in-charge for approval
after necessary verification. The main firm has to submit Guarantee bond for every work after completion
of specialized work. For Water proofing & Facade work 10 year guarantee bond will be submitted and for
all remaining specialized works 5 years guarantee bond will be submitted. 10% Security deposit in
addition to 2.5% security deducted for completed work, of the respective specialized work based on the
estimated cost worked out (supported by detail of measurement and market rate analysis) by consultant
will be kept for 10 years in case of water proofing work & façade work and 5 years in all remaining
specialized work and same will be released after ten or five years as applicable provided no defects are
apparent in such works during this period. Agency can also submit the Bank Guarantee against Security
Deposited.
Page 42
BRIEF DESCRIPTION OF ACTIVITES UNDER SCOPE OF WORK
Note: All works has to be executed as per specifications provided in the bid document, CPWD
Specifications-2019 (updated) Vol-I & Vol-II, ECBC code and National Building Codes
2016 (in case of difference if any, stringent / higher specification of the two shall be followed). In
absence of CPWD Specification, IS Codes, MoRTH (Ministry of Road Transport and Highways)
Specifications, National Building Code 2016, Specifications, ECBC (Energy Conservation
Building Code) or sound engineering practices shall be adopted as per order of precedence defined
in the contract.
The scope of works & specification are given in general but they are not exhaustive i.e. does not
mention all the incidental works required to be carried out for complete execution of the item of
work. The work shall be carried out, all in accordance with true intent and meaning of the
specifications and the drawings taken 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. There may be several incidental works, which are not
mentioned in the contract document/specifications but will be necessary to complete the item in all
respect. All these incidental works/ costs which are not mentioned, but are necessary to complete
the work shall be deemed to have been included in the overall amount quoted by the contractor for
various components of work. No adjustment of rates shall be made for any variation in quantum of
incidental works due to variation/change in actual working drawings. Also , no adjustment of rates
shall be made due to any change in incidental works or any other deviation in such element of
work (which is incidental to the items of work and are necessary to complete such items in all
respects ) on account of the directions of Engineer-in-charge. Nothing extra shall be payable on
this account.
In case, some of items are missing in the scope of work or specifications in the bidding documents
same shall be taken from the specification mentioned in similar type of items mentioned for
similar type of buildings in the scope of work or shall be executed as given in the CPWD
Specifications, NBC-2016, IS Codes or according to sound engineering practices so as to make the
building including related services fully functional. No claim what so ever may be entertained at
later stage. All cost of providing and making buildings with services, landscape and horticulture
works fully complete in all aspect unless specifically mentioned in the contract document and
making buildings with services fully functional are included in the cost tendered for this work.
Note: In case of duplicity or over lapping of provisions in specifications, better and richer provisions
should be taken. Similarly of missing specifications by oversight, provisions for similar places kept
elsewhere should be adopted in order to ensure overall functionality and aesthetics of the finished
building. Nothing extra will be paid on this account. Decision of Engineer-in-charge will be final
and binding in this regard.
A. Planning:
i. Survey, investigation and other related works & services. 3D modeling of the building
&services using Revit 3D software for clash free drawing of various services shall be in the
scope of work of the firm.
ii. Architectural planning of building & services and obtaining all statutory / local body approvals
including land use change required to start construction work as per plinth area given above.
This also includes Environmental Impact Assessment & clearance and compliance, Traffic
Impact assessment and design of merging/demerging of traffic etc.
iii. Local Body Approval: Obtaining all local body approvals is the responsibility of the firm. The
firm shall obtain approvals relating to building and service drawings from local body
Environmental clearance, WBFES (West Bengal Fire and Emergency Service), WBSEDCL
(West Bengal State Electricity Distribution Company Limited), Airport authority for
Approvals/NOC/permissions etc. If any other approval besides above if required shall also be
in the scope of contractor. All the applicable expenses/charges/fees for such approvals and
service connections shall be borne by the contractor. However, approval and charges for
the same shall be reimbursed to the agency on production of bonafide bill/vouchures/documents
from concerned local body.
Page 43
iv. However, it should be noted that based on the drawings & plans to be finalized by the firm & as
approved by the department, if required fresh/revised approval from any of local body
/statutory authority will be within scope of the firm and without any claim for additional
charges. The agency shall also take permission from forest /Fire
Department/Environment/Pollution control Board etc. required to start construction work as per
plinth area given above. This also includes Environmental Impact Assessment & clearance and
compliance, Traffic Impact assessment and design of merging/demerging of traffic, Tree
cutting permission etc.
v. The structural analysis and design of earthquake resistant RCC framed structure buildings &
design of services based on latest BIS codes and NBC 2016 guidelines and getting approval
from CPWD after vetting of drawings by approved institute like CDO/CPWD, IITs. Vetting
charges from these Institutes will be paid by CPWD.
vi. Design and construction of building, services, fittings etc. as per Minimum GREEN rating as
per GREEN RATING MANUAL 2021 available on CPWD website including dual plumbing
system, energy saving LED lights etc. Design and construction of buildings, services, fittings
etc. as per 3 STAR TERI-GRIHA or LEED-Gold star or IGBC-Gold star rating.
vii. Accessible India Measures (Universal Accessibility): The agency shall conceptualise the
building considering the built environment accessibility and implement it in the building. All
measures shall be taken to eliminate obstacles and barriers indoors and outdoors and
workplaces. An accessible building is where persons with disabilities have no barrier in
entering it and using all the facilities therein. This covers the built environment – services, steps
and ramps, corridors, entry gates, emergency exits, lifts, parking – as well as indoor and
outdoor facilities including lighting, signages, alarm systems and public toilets. The CPWD
publication of “Handbook on Barrier free and accessibility ―and MOUD guidelines
published in 2016 ―Harmonised Guidelines and Space Standards on Barrier Free Built
Environment for persons with Disability and Elderly Persons‖ and requirements as per
International Standard/ISO 21542 – 2011 could be referred to for compliance. CPWD
publication Accessible built environment 2019 available on
https://cpwd.gov.in/Publication/manual_on_accessible_built_environment.pdf may be referred
for this. The agency shall also be responsible for getting the accessibility audit (Post Audit)
done to confirm whether the building meets the standards from approved CPWD auditors.
viii. The guidelines & regulation issued by National Disaster Management Authority for
management of building should also be incorporated in the design of Institute building.
B. Execution of Work:
i. After getting approval from local bodies including necessary modifications as per the
requirements execution of works and approval from CPWD, as per the scope of buildings&
services defined in the contract document, CPWD Specifications, NBC-2016, IS Codes,
MoRTH Specifications and Sound Engineering Practices and handing over the assets after
making them habitable in all respects.
ii. Submission of completion plan of the building & services including getting approval/clearance
from local bodies. Submission of building & services plan & drawings and other related
documents both in hard copy and the soft copy (in Auto CAD and other software used for the
purpose) after completion (i.e. ‗as-built‗).
iii. Clearance of site before Handing over of the facilities after fulfilling all the obligations under
the contract.
iv. Obtaining necessary clearances/licenses from different local bodies/statuary authorities required
to make Institute fully operational during/after completion of work.
v. Construction of all civil, Electrical, Mechanical & Horticulture services, their installation
integration and commissioning including development of internal and external area, furniture
and furnishing, construction of boundary wall, internal roads, street lighting, parks and other
amenities etc. as required having compliance to the relevant statutory norms, compliances,
functionality and safety requirement etc. are in the scope of building. The scope also includes
the space design of equipments required in kitchen, dining, pantry &canteen as per the location
specified in architectural drawings.
vi. Structural Design of the building and design of all civil, electrical & mechanical and
horticulture services in compliance to latest BIS codes and NBC guidelines required to make
the building functional including furniture and furnishings.
Page 44
vii. Conducting survey and any other studies for designing of building.
viii. Execution of the approved works and construction as per approved drawings, design and plans as
well as obtaining clearances required for occupation of the building from the local bodies and
subsequent maintenance of the building for a period of two years from date of completion of the
work.
ix. A copy of the soil investigation report of the site of proposed buildings is also attached. The report
is indicative in nature to give a general idea of the soil characteristics in the area. The structural
design and drawings shall be got vetted from CDO, CPWD. The vetting charges shall be paid by
CPWD on production of bonafide bills by the agency. Entire coordination and liaising work for
vetting shall be done by agency without any extra cost. After submission of vetted drawings, NOC
will be issued by CPWD for execution with or without any modification. In case any modification
is suggested, the same will have to be incorporated during execution.
x. The conceptual/indicative Architectural drawings for floor plans and Elevations are attached the
bid document, same may be referred for further preparation of detailed working architectural
drawings.
xi. Scope of work, General conditions for planning & designing and other conditions/specifications
for Civil, E&M and horticultural works have been given in detail in respective chapters of this bid
document and same may be referred.
C.
a) Defect Liability period of 5 years:
Defect liability period for Civil works, Electrical & Mechanical services and Horticulture work is
05 (Five) years from the date of handing over of work after successful completion.
b) Operation and Maintenance of Electrical & Mechanical services for 05 (Five) years
Page 45
Rules for working out plinth area from plans
( for the purpose of calculating plinth areas as per IS Code 3861 & as per
Memo No.
29/21/58/WI) Dated: New Delhi, Oct.1983).
ANNEXURE –III
In order to ensure the adoption of a uniform method of working out plinth are as from plans, the following
rules are laid down. These rules are general in nature and should be taken as a guide. They are based on the
fundamental principle that the plinth area of abuilding should present a true picture of the covered floor area
provided in the plan.
1. GENERAL
The total plinth area of a building shall be the sum total of the plinth area at every floor
including the basement, if any.
PLINTH AREA OF GROUND FLOOR
(a) The plinth area of the ground floor shall be calculated at the plinth level excluding the plinth off-sets
provided such plinth off-sets are not more than 58mm. In cases where the building consists of –
columns projecting beyond cladding, the plinth area shall be taken up to the external face of the
cladding and shall not be included the projections of the columns.
Note — In case. a common wall is owned jointly by two owners, only half the area of such walls shall
be included in the plinth area of one owner.
(b) In case open verandah with parapets are protected at the ground floor projecting out of the building,
the full area shall be taken up to the outer line of the external verandah lintel and only 50% of area
shall be taken for the unprotected verandah. Open platform without parapets and terraces at ground
floor and porches, shall not be included in the plinth area but shall be allowed for separately for
costing purposes.
(c) Shafts for sanitary, water supply installations, garbage chute, telecommunication, electrical,
firefighting, air- conditioning and lifts etc. less than 2.00 sqm. in area shall be included in plinth area
whereas the said opening with more than 2.00 sqm. in area shall be excluded from the plinth area.
(d) Staircase;
Page 46
PLINTH AREA AT FIRST AND HIGHER FLOORS
(a) The plinth area of first and higher floors shall be calculated at the relevant floor levels. Architectural
bands, cornice etc. shall not be included in the plinth area even though they may occur at the floor
level, vertical sun breakers or box louvers projecting out also shall not be include in plinth area. See
illustrative sketch below.
(b) In the case of projecting balconies protected to their full width by the shades full width roof
projections or by upper in the case of unprotected balconies equivalent area to the extent of 50% of the
area of the balconies shall be included in the plinth area. See illustrative sketch given below:
(c) In case of alcove (box projection like storage below sill level and cupboards etc.) made by
cantilevering a slab beyond external wall:
1. 25 percent of the area for the alcove of height up to 1m,
2. 50 percent of the area for the alcove of height more than 1m and upto 2 m, and
3. 100 percent of the area for the alcove of height more than 2m.
(a) Area of galleries i.e. upper floor of seats in an assembly hall, Auditorium, theatres, etc. shall be fully
included in the plinth area.
(b) Area of mezzanine floor i.e. an intermediate floor introduced between two main floors, shall be
included in the plinth area, if no separate provision is made for the same.
(c) The area of a loft i.e. an intermediate slab just beneath the floor of roof without any direct staircase
leading to it and used for storage purpose shall not be included in the plinth area.
Page 47
The following shall not be included in the plinth area:
a) Area of loft;
b) Area of architectural band, cornice, etc;
c) Area of vertical sun breaker or box louver projecting out and other architectural features, for
example slab projection for flower pot, etc;
d) Open platform;
e) Terrace;
f) Open spiral/service stair cases; and
g) Area of mumty, machine room, towers, turrets, domes projecting above terrace level.
Page 48
SECTION II
INFORMATION AND GUIDE-LINES FOR BIDDERS
1.0 GENERAL
Letter of transmittal and forms for deciding eligibility are given in Section III.
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 againstthe 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 bestated as ―not
applicable‖. The bidders are cautioned that not giving complete information called for in the application forms
or not giving it in clear terms or making any change in the prescribed forms or deliberately suppressing the
information may result in the bid being summarily disqualified. Bids made by telegram or telex and those
received late will not be entertained.
1.0 The bid should be type written. The bidder should sign each page of application, forms and
documents before scanning & uploading.
1.1 Over writing should be avoided. Corrections if any should be made by neatly crossing out,
initialing, dating and rewriting. Pages of the eligibility criteria document are numbered.
Additional Sheets if any added by the Bidder should also be numbered by him. They should be
submitted as a package with signed letter of transmittal.
1.2 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.
1.3 The bidder may furnish any additional information which he thinks is necessary to establish his
capabilities to successfully complete the envisaged work. He is, however, advised not to furnish
superfluous information. No information shall be entertained after uploading of eligibility
criteria document unless it is called for by the Employer.
1.4 If private works are shown in support of eligibility, certified copy of the tax deducted at source
certificate (TDS) shall be submitted along with the experience certificate and the TDS amount
shall tally with the actual amount of work done.
1.5 After opening of the Eligibility bids, Executive Engineer shall prepare a list of deficiencies
found in the bids of each bidder vis-à-vis requirements as per NIT within one week and send
these lists to individual bidders by Speed Post / e-mail with a request to furnish required
documents within one week of receipt, failing which it will be presumed that they do not have
any further documents to furnish and decision on bids will be taken accordingly.
2.0 DEFINITIONS:
2.1 In this document the following words and expressions have the meaning hereby assigned to
them:
2.2 EMPLOYER: Means the President of India, acting through The Executive Engineer and
Senior Manager (C), IIT Kharagpur Project Division-II, CPWD, Kharagpur User/Client/Owner:
Means IIT Kharagpur, West Bengal, An Autonomous Institute under MHRD, Govt. of India
through the Director/ Registrar or any authorized person of IIT Kharagpur, West Bengal.
2.3 BIDDER: Means the individual proprietary firm, firm in partnership, limited company private or
public or corporation. Joint ventures, Consortium and Special Purpose vehicles are not accepted
as bidders.
―Year‖ means ―Financial Year‖ unless stated otherwise.
Page 49
3.3 If the bidder is a firm in partnership, the application shall be signed by all the partners of the firm
above their full type written names and current address, or, alternatively, by a partner holding
power of attorney for the firm. In the later case a certified copy of the power of attorney should
accompany the application. In both cases a certified copy of the partnership deed and current
address of all the partners of the firm should accompany the application.
3.4 If the bidder is a limited company or a corporation, the application shall be signed by a duly
authorized person holding power of attorney for signing the application accompanied by a copy
of the power of attorney. The bidder should also furnish a copy of the Memorandum of Articles
of Association duly attested by a Public Notary.
4.0 FINAL DECISION MAKING AUTHORITY:
The employer reserves the right to accept or reject any bid and to annul the process and reject all
bids at any time without assigning any reason or incurring any liability to the bidders.
5.0 PARTICULARS PROVISIONAL
The particulars of the work given in Section A are provisional. They are liable to change and
must be considered only as advance information to assist the bidders.
6.0 SITE VISIT
The bidder is advised to visit the site of work, at his own cost, and examine it and its
surroundings to himself collect all information that he considers necessary for proper
assessment of the prospective assignment.
7.0 INITIAL CRITERIA FOR ELIGIBILITY (TECHNICAL BID)
7.1 Intending bidder other than CPWD registered contractor enlisted in appropriate class in Building
& Road Category is eligible to submit the bid provided he has definite proof from the
appropriate authority, which shall be to the satisfaction of the competent authority, of having
satisfactorily completed similar works of magnitude specified below:-
Contractors who fulfill the following requirements shall be eligible to apply. (This is not
applicable for CPWD enlisted contractors of appropriate class in Building & Road Category).
Joint ventures are not accepted.
Should have satisfactorily completed the works as mentioned below during the last Seven years
ending previous day of last date of submission of tenders.
Three similar works, each costing not less than Rs. 50.08 Cr.
or
Two similar works, each costing not less than Rs. 75.13 Cr.
or
One similar work, costing not less than Rs. 100.17 Cr.
Similar work shall mean “Building works with RCC framed structure having minimum
one building of five storey or completing balance construction work of one building (i/c
structural works) minimum up to five storey” with its Civil, Electrical & Mechanical
services, if any, executed under same agreement in India.
Page 50
Note-1: The cost of the work should be certified by an Officer not below the rank of Executive Engineer/
Project Manager or equivalent.
Note-2: Mumty /Lift machine room shall not be counted as storey for above purpose.
Note-3: For this purpose each basement, stilt constructed in the building shall be considered as a storey.
Note-4: Components of work executed other than those included in definition of similar work shall be
deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in
support of this.
Note-5: Work of specialized E&M services, if executed under a separate contract may also be
considered for the purpose of assessing the technical competence only without adding its
monetary value for determining the eligibility criteria.
Note-6: The value of executed works shall be brought to current costing level by enhancing the actual
valueof work at simple rate of 7% per annum; calculated from the date of completion to previous
day of last date of submission of tenders. Qualified similar work may be physically inspected by
the CPWD Engineer to ascertain the completion, performance on quality of works for finalizing
the technical bid.
Note- 7: The value of executed works shall be brought to current costing level by enhancing the actual value of
work at simple interest rate of 7% per annum, calculated from the date of completion to last date of the
month previous to the one in which tenders are invited.
7.2 Should have had average annual financial turnover (gross) of Rs. 62.61 Crore on construction
work during the last available 07 (Seven) consecutive financial year sending 31st March, 2022.
Year in which no turnover is shown would also be considered for working out the average.
(Scanned copy of Audited Balance Sheet by Chartered Accountant to be uploaded). The bidders
should submit financial turnover of last 07 (Seven) years (Affidavit / Certificate from ―A‖).
There is no need to uploaded entire voluminous balance sheet.
7.3 Should not have incurred any loss (profit after tax should be positive) in more than two years
during the last five years ending 31st March, 2022 consecutive balance sheet, duly certified
and audited by the Chartered Accountant.
7.4 Should have a Banker‘s certificate of Rs. 50.08 Cr. (Scanned copy of Banker‘s certificate to be
uploaded)
Net worth Certificate of minimum Rs. 12.52 Crore (i.e. 10% of ECPT) issued by certified
Chartered Accountant (on the format prescribed on form B-1 given in this NIT).
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 these employees stating
clearly how these would be involved in this work within 15 days of award of work.
7.6 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 = {[AxNx1.5]-B} Where,
A = Maximum turnover in construction works executed in any one year during the last seven years
taking into account the completed as well as works in progress. The value of completed works
shall be brought to current costing level by enhancing at a simple rate of 7% per annum.
N = Number of years prescribed for completion of work for which bids 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.
• Bidding capacity proforma is enclosed as C3.
8.0 EVALUATION CRITERIA FOR TECHNICAL QUALIFCATION (This clause is not applicable to
CPWD enlisted contractor of appropriate class in composite category).
8.1 The details submitted by the bidders will be evaluated in the following manner.
Page 51
8.1.1 The initial criteria prescribed in para 7.1 & 7.2 above in respect of financial turn over, bidding
capacity solvency, Profit / Loss, Net worth Certificate, experience of eligible similar works completed
and ongoing works will be first scrutinized and the bidder‘s eligibility for the work will be determined.
Evaluation of performance of contractor for eligibility shall be done by the Superintending Engineer
and Project Director or a committee constituted by him. All the eligible similar works executed and
submitted be the bidders and ongoing one of the work as well as for the works with estimated cost put
to tender more than Rs. 30 Cr. (Thirty Crores) may be got inspected by a Committee which may
consists of Officers of IIT Kharagpur & nominated officers of IIT Kharagpur Project Division,
CPWD Office any other authority as decided by the Superintending Engineer and Project Director,
CPWD office, Gandhi Maidan, Near Nalanda Classroom complex, IIT, Kharagpur - 721302. The
marks for the quality shall be based on the inspection, if inspection is carried out.
8.1.2 The bidders qualifying the initial criteria, as set out in Para 7.1 & 7.2 above will be evaluated for
following criteria by scoring method on the basis of details furnished by them.
Page 52
Note: If required Committee comprising Officer(s) from CPWD and IIT Kharagpur may inspect all eligible
works and any one of the ongoing works as submitted by the agency. The agency shall coordinate
such inspections and provide all necessary documents, information as desired by the committee. The
marks for the quality shall be given based in this inspection, if inspection is carried out. The
assessment of quality and awarding marks based on inspection is final and binding on the bidders.
11.0 ORGANISATION INFORMATION (Applicable for contractor other than CPWD enlisted
Contractor of appropriate class in composite category).
Bidder is required to submit the following information in respect of his organization (in form -E).
The bidder should have sufficient number of Technical and Administrative employees for the proper
execution of the contract. The bidder should submit a list of these employees stating clearly how
these would be involved in this work with 15 days of award of work.
12.0 CONSTRUCTION PLANT & EQUIPMENT
Bidders should furnish the list of construction plant and equipment including steel shuttering,
centering and scaffolding to be used in carrying out the work. Details of any other plant &
equipment required for the work not included in agreement and available with the bidder may also
be indicated.
13.0 LETTER OF TRANSMITTAL (Applicable for contractor other than CPWD enlisted
Contractor of appropriate class in composite category).
The bidder should submit the letter of transmittal attached with the document.
14.0 OPENING OF THE FINANCIAL BID
After evaluation of pre-qualification documents applications, a list of short listed agencies qualified
in technical evaluation will be prepared. Thereafter, the financial bids of only the qualified and
technically acceptable bidders shall be opened at the notified time, date and place in the presence of
the qualified bidders or their representatives. The validity of the tenders shall be 75 days and shall be
reckoned from the date of opening of the Technical Bid.
15.0 AWARD CRITERIA
15.1 The employer reserves the right, without being liable for any damages or obligation to inform the
bidder, to:
(a) Amend the scope and value of contract to the bidder.
(b) Reject any or all of the applications without assigning any reason.
15.2 Any effort on the part of the bidder or his agent to exercise influence or to pressurize the employer
would result in rejection of his bid. Canvassing of any kind is prohibited.
Page 53
Performa-I
Eligibility and Evaluation Criteria
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 = {[AxNx1.5]-
B}Where,
A = Maximum turnover in construction works executed in any one year during the last five years taking into
account the completed as well as works in progress. The value of completed works shall be brought to
current costing level by enhancing at a simple rate of 7% per annum.
N = Number of years prescribed for completion of work for which bids has been invited.
B = Value of existing commitments and ongoing works to be completed during the period of completion of
work for which bids have been invited.
Page 54
INFORMATION REGARDING ELIGIBILITY
LETTER OF TRANSMITTAL
From:-
To:
The Executive Engineer and Senior Manager (C),
IIT Kharagpur Project Division-II, CPWD,
Near Gandhi Maidan, IIT Campus, Kharagpur,
West Bengal-721302.
Subject: - Construction of Academic Tower (G+7) RCC framed Structure including Internal &
External Services of Civil, Electrical & Mechanical, HVAC, Fire Fighting System, Fire
Alarm System, Lift, LAN Networking, SITC of Solar Photo Voltaic Power Generation
System, CCTV, Access Control System, Building management system (BMS), Wi-Fi
System, etc., Civil, Electrical & Mechanical Development and Bulk Services like Roads,
Pathways, Street Lighting with LED, Sewer Lines, Water Supply Distribution Lines, STP,
STP treated water distribution lines, Storm water drains, Rain water harvesting,
Underground sump, Sub-station and Fire pump Room, DG Set, UPS, R.O. plant, Signage
etc. and Horticulture & Landscaping Work on EPC Basis Mode-I including operation and
maintenance for all Civil, Electrical and Mechanical, Horticulture Services for five years
at IIT Kharagpur, West Bengal.
Sir,
Having examined the details, given in press notice and bid document for the above work, I/we
hereby submit the relevant information.
1. I/We hereby certify that all the statement made and information supplied in the enclosed
forms A to O and accompanying statement are true and correct.
2. I/We have furnished all information and details necessary for eligibility and have no further
pertinent information to supply.
3. I / We, submit the requisite certified solvency certificate and authorize the Executive
Engineer & Senior Manager (C), IIT Kharagpur Project Division-II, CPWD, Kharagpur,
West Bengal 721302, to approach the Bank issuing the solvency certificate to confirm the
correctness thereof. I/We, also authorize Executive Engineer, IIT Kharagpur Project
Division-II, CPWD, Kharagpur, West Bengal, 721302 to approach individuals, employers,
firms and corporation to verifyour 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:
Certificate
It is certified that the information given in the enclosed eligibility bid are correct. It is also certified that
I/We shall be liable to be debarred, disqualified/ cancellation of enlistment in case any information
furnished by me/us found to be incorrect.
Enclosures:
Page 55
FORM “A”
FINANCIAL INFORMATION
Name of the firm / Bidder……………………………….:
1. Financial Analysis-Details to be furnished duly supported by figures in balance sheet / profit & loss
account for the last five years duly certified and audited by the Chartered Accountants, as submitted by
the applicant to the Income Tax Department (Copies to be attached).
Page 56
FORM „B‟
This is to certify that to the best of our knowledge and information that M/s/Shri
are/is respectableand 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.
NOTE:
i. Banker’s certificate should be on letter head of the Bank, addressed to Tendering authority.
ii. In case of partnership firm, certificate should include names of all partners as recorded with the
Bank.
Page 57
FORM „B-1‟
―It is to certify that as per the audited balance sheet and profit & loss account during the
……………………………….. 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).‖
This certificate is issued without any guarantee or responsibility on the bank or any of the officers.
Page 58
FORM “C‟
DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS COMPLETED DURING THE LAST SEVEN
YEARS ENDING PREVIOUS DAY OF LAST DATE OF SUBMISSION OF TENDER.
Sl.
basis Yes / No
1 2 3 4 5 6 7 8 9 10
Note: Bidder shall give list/details of only those eligible works which he desires to be considered for
fulfillment of eligibility requirements
Page 59
1
Sl. No.
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
Page 60
Upto date percentage progress ofwork
7
made
Remarks
Seal & Signature of Bidder (s)
10
FORM „C1‟
1
Sl. No.
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
Page 61
Actual date of completion
7
11
basis.
FORM „C2‟
Yes/No
FORM „C3‟
(Postal/email/telephone number of
officer to whom reference may be
Name of work / project and location
Existing Commitment
Remarks
contract
S. No.
made
work
1 2 3 4 5 6 7 8 9 10 11
TOTAL (B)
Maximum turnover in last seven years (during F.Y. ………..) = Rs. ………………
Updated value of Turnover (A) = Rs. ………………
No. of Years (N) = 2.33
Bidding Capacity = [{A x N x 1.5} – B] =
Certificate:
I certify that all the awarded and ongoing works have been included in the above list
Page 62
FORM “D”
PERFORMANCE REPORT OF WORKS REFERRED TO IN FORMS ―C.
4 a. Tendered Cost
b. Completion cost
5 Date of start
6 Date of completion
9. Performance report
a) Quality of Work Outstanding/Very Good/Good/Poor
Dated:
EXECUTIVE ENGINEER OR
EQUIVALENT WITH STAMP
Page 63
FORM “D1”
Assessment of Quality for Completed as well
as ongoing works.
Name of works:-
Date of inspection:-
Date of submission of report:-
Page 64
FORM “E”
STURCTURE AND ORGANISATION
Page 65
Form “F”
EMD RECEIPT FORMAT
Receipt of Deposition of Original Bank Guarantee as EMD
Name of work: - Construction of Academic Tower (G+7) RCC framed Structure including Internal &
External Services of Civil, Electrical & Mechanical, HVAC, Fire Fighting System,
Fire Alarm System, Lift, LAN Networking, SITC of Solar Photo Voltaic Power
Generation System, CCTV, Access Control System, Building management system
(BMS), Wi-Fi System, etc., Civil, Electrical & Mechanical Development and Bulk
Services like Roads, Pathways, Street Lighting with LED, Sewer Lines, Water
Supply Distribution Lines, STP, STP treated water distribution lines, Storm water
drains, Rain water harvesting, Underground sump, Sub-station and Fire pump Room,
DG Set, UPS, R.O. plant, Signage etc. and Horticulture & Landscaping Work on
EPC Basis Mode-I including operation and maintenance for all Civil, Electrical and
Mechanical, Horticulture Services for five years at IIT Kharagpur, West Bengal.
Page 66
Form-G
Form of Earnest Money Deposit (Bank Guarantee Bond)
WHEREAS, Bidder ..................(Name of Bidder) (hereinafter called "the Bidder") has submitted his tender
dated ............. (date) for the construction of ............................................... (name of work) (hereinafter called "the
Tender")
SEALED with the Common Seal of the said Bank this .................day of ................. 20. ... THE CONDITIONS of
this obligation are:
(1) If after Eligibility Bid opening of tender; the Bidder withdraws, his tender during the period of validity of
tender (including extended validity of tender) specified in the Form of Tender;
(2) If the Bidder having been notified of the acceptance of his tender by the Executive Engineer, IIT Kharagpur
Project Division-I, CPWD, IIT Campus, Kharagpur.
(a) Fails or refuses to execute the Form of Agreement in accordance with the Instructions to Bidder, if
required;
OR
(b) Fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of tender
document and Instructions to Bidder,
OR
(c) Fails or refuses to start the work, in accordance with the provisions of the contract and Instructions to
Bidder,
OR
(d) Fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank Guarantee, against
Security Deposit after award of contract.
We undertake to pay to the Executive Engineer, KCD-III, CPWD, Kolkata either up to the above amount or part
thereof upon receipt of his first written demand, without the Executive Engineer, KCD-III, CPWD, Kolkata
having to substantiates his demand, provided that in his demand the Executive Engineer, KCD-III, CPWD,
Kolkata will note that the amount claimed by him is due to him owing to the occurrence of one or any of the
above conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date* ...............after the deadline for submission of
tender as such deadline is stated in the Instructions to Bidder or as it may be extended by the Executive
Engineer, KCD-III, CPWD, Kolkata notice of which extension(s) to the Bank is hereby waived. Any demand in
respect of this Guarantee should reach the Bank not later than the above date.
Page 67
Form – H
We undertake that we shall submit within 15 days after award of work an undertaking from the
Associates for specialized E&M works of that they shall unconditionally support the lowest tenderer
technically throughout the execution of contract as well as for defect liability period of the Contract and
warranty period for the useful life of the system, and they shall also provide all the spares required for
healthy functioning of the equipment for the defect liability period and warranty period from the date of
supply of equipment.
Page 68
Form – I
To
The Executive Engineer & Senior Manager (C)
IIT Kharagpur Project Division-II,
CPWD, Near Gandhi Maidan,
IIT Campus, Kharagpur, West Bengal-721302.
Subject:- Construction of Academic Tower (G+7) RCC framed Structure including Internal & External
Services of Civil, Electrical & Mechanical, HVAC, Fire Fighting System, Fire Alarm System,
Lift, LAN Networking, SITC of Solar Photo Voltaic Power Generation System, CCTV,
Access Control System, Building management system (BMS), Wi-Fi System, etc., Civil,
Electrical & Mechanical Development and Bulk Services like Roads, Pathways, Street
Lighting with LED, Sewer Lines, Water Supply Distribution Lines, STP, STP treated water
distribution lines, Storm water drains, Rain water harvesting, Underground sump, Sub-station
and Fire pump Room, DG Set, UPS, R.O. plant, Signage etc. and Horticulture & Landscaping
Work on EPC Basis Mode-I including operation and maintenance for all Civil, Electrical and
Mechanical, Horticulture Services for five years at IIT Kharagpur, West Bengal.
Sir,
I/We .............. the Bidder have uploaded financial bid from our firm for above work.
Yours faithfully
Signature
Page 69
Form – J
I/we declare that, I/we have not been debarred / restrained / black listed by any Central Govt. / State Govt.
Agency/ Autonomous body of the Central or State Govt. / PSU etc.
Page 70
Form – K
AFFIDAVIT
I/We undertake and confirm that eligible similar works (s) has / have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I/We shall be debarred from bidding in CPWD in future forever. Also, if such a
violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall
be free to forfeit the entire amount of Earnest Money Deposit /Performance Guarantee.
Page 71
Form – L
The following certificates are to be submitted along with the technical bid of the tender:
1. It is also certified that the structural design & services design and drawings along with integrated
services drawings including safety norms from natural hazards like seismic, wind, fire etc., shall be
prepared by duly qualified Structural and service engineer respectively in consultation with GRIHA
Consultant /Facilitator as per norms prescribed in N.B.C/B.I.S/I.R.C./ GRIHA etc., Accordingly, I/
we shall get the buildings designed from structural Engineer, Services Engineer, integrated services
consultant and GRIHA Consultant /Facilitator.
2. It is further certified that the structural and services Consultants hired by us for carrying out the
structural design and services design shall have following experience:
or
b) *Under the panel list of CDO/CPWD (mention as the case may be).
or
c) * The structural consultant will have at least degree of M.Tech ( Structure) & M.Tech
(particular service) or equivalent and has got 15 years or more experience in the field
of structural design and services design of similar nature of works. Documents in
support of the above will be submitted at appropriate time for approval of the
department.
3. The GRIHA Consultant and facilitator hired by us shall be well qualified having minimum
experience of three years in GRIHA consultancy and shall be on the approved list of the
GRIHA authorities.
Address : ……………………………………
Page 72
Form-M
2. Lift Installation
3. HVAC
8. DG Set
9. Cable Work
12. CCTV
Note: Self Attested photocopies of enlistment order, valid electrical contractor license, work experience
certificates of each agency for each component of E&M work shall be submitted.
Signature of contractor
Page 73
Form-N
I / We hereby give my consent to associate with M/s .................................... , for executing the minor component
of work of ...................................................................................................... (Mention category).
1) I / We will execute the work as per specifications and conditions of the agreement and as per directions of
the Engineer –in-Charge for the corresponding minor work till the completion of the work.
2) I / We will be responsible for necessary action to handover the installations and for rectification of
defectsand repair during the maintenance / warranty period.
3) Also I / We will employ full time technically qualified Engineer / supervisor for the minor component of
the work as required for the work. I / We will attend inspection of officers of the department as and when
required.
Date:
Page 74
Form-O
We state that M.O.U between us will be treated as an agreement and has legality as per Indian
Contract Act (amended up to date) and the department (CPWD) can enforce all the terms and
conditions of the agreement for execution of the above work. Both of us shall be responsible for the
execution of work as per the agreement to the extent this MOU allows. Both the parties shall be
paid consequent to the execution as per agreement to the extent this MOU permits. In case of any
dispute, either of us will go for mediation by the Engineer In charge. Any of us may appeal against
the mediation to the SDG, Kolkata, CPWD. His decision shall be final and binding on both of us.
We have agreed as under:
5) The Associated Contractor will execute all E & M works in the wholesome manner as per terms
and conditions of the agreement.
6) The Associated Contractor shall be liable for disciplinary action if he fails to discharge the action(s)
and other legal action as per agreement.
7) All the machinery and equipments, tools and tackles required for execution of the E & M works, as
per agreement, shall be the responsibility of the Associated Contractor.
8) The site staff required for the E & M work shall be arranged by the Associated Contractor as per
terms and conditions of the agreement.
9) Site order book maintained for the said work shall be signed by the main contractor as well as by
the Engineer of the Associated Contractor and by Associated Contractor himself.
10) All the correspondence regarding execution of the E & M work shall be done by the department
with the Associated Contractor with a copy to the main contractor. In case of non-compliance of
the provisions of agreement, the main contractor, as well as the associated contractor shall be
responsible. The action under clauses 2 and 3 shall be initiated and taken against the main
contractor.
Place: Place:
1. Witness with address 2. Witness with address
(From major component contractor side) (From minor component contractor side)
Page 75
To be signed by the bidder and same signatory competent/authorized to sign
the relevant contract on behalf of CPWD.
INTEGRITY AGREEMENT
BETWEEN
President of India represented through Executive Engineer & Senior Manager (C), IIT
Kharagpur Project Division-I, CPWD, IIT, Kharagpur - 721302 (Hereinafter referred as the
‗Principal/Owner‘, which expression shall unless repugnant to the meaning or context hereof
include its successors and permitted assigns)
AND
……………………………………………………………………………………………………………………………… (Name
and Address of the Individual/firms/Company)
Preamble
WHEREAS the Principal/Owner has floated the Tender (NIT No. 01/SE cum
PD/EE&SM(C)/IITKPD-II/2022-23) (hereinafter referred to as ―Tender/Bid) and
intends to award, under laid down organizational procedure, contract for work Construction of
Academic Tower (G+7) for IIT Kharagpur including Internal Water Supply, Sanitary Installations,
Internal Road, Drainage, Internal Electrical Installations, Lifts, Fire Fighting, air conditioning and
external Electrical installations and development work on Engineering Procurement and Construction
(EPC) Mode-I contract basis including Operation and Maintenance of all Civil, Electrical and
Mechanical services for Five years at IIT Kharagpur, West Bengal AND WHEREAS the
Principal/Owner values full compliance with all relevant laws of the land, rules, regulations,
economic use of resources and of fairness/transparency in its relation with its Bidder(s) and
Contractor(s).
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this
Integrity Agreement (hereinafter referred to as ―Integrity Pact or ―Pact), the terms and
conditions of which shall also be read as integral part and parcel of the Tender/Bid documents
and Contract between the parties.
NOW, THEREFORE, inconsideration of mutual covenants contained in this Pact, the parties
hereby agree as follows and this Pact witness as under:
Page 76
Article 1: Commitment of the Principal/Owner
1) The Principal / Owner commits itself to take all measures necessary to prevent corruption
and to observe the following principles:
(a) No employee of the Principal / Owner, personally or through any of his/her family
members, will in connection with the Tender, or the execution of the Contract, demand, take
a promise for or accept, for self or third person, any material or immaterial benefit which the
person is not legally entitled to.
(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and
reason. The Principal/Owner will, in particular, before and during the Tender process,
provide to all Bidder(s) the same information and will not provide to any Bidders(s)
confidential/additional information through which the Bidder(s) could obtain an advantage in
relation to the Tender process or the Contract execution.
(c) The Principal/Owner shall endeavor to exclude from the Tender process any person, whose
conduct in the past has been of biased nature.
2) If the Principal/Owner obtains information on the conduct of any of its employees which is
a criminal offence under the Indian Penal code (IPC)/Prevention of Corruption
Act,1988 (PC Act) or is in violation of the principles herein mentioned or if there be a
substantive suspicion in this regard, the Principal/Owner will inform the Chief Vigilance
Officer and in addition can also initiate disciplinary actions as per its internal laid down
policies and procedures.
a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer,
promise or give to any of the Principal/Owner‗s employees involved in the Tender
process or execution of the Contract or to any third person any material or other benefit
which he/she is not legally entitled to, in order to obtain in exchange any advantage of any
kind whatsoever during the Tender process or during the execution of the Contract.
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non- submission of bids or
any other actions to restrict competitiveness or to cartelize in the bidding process.
c) The Bidder(s)/Contractor(s) will not commit any offence under relevant IPC/PC Act.
Further the Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or
personal gain), or pass on to others, any information or documents provided by the
Principal/Owner as part of the business relationship, regarding plans, technical proposals and
business details including information contained or transmitted electronically.
Page 77
d) The B i d d e r (s)/Contractor(s) o f foreign origin shall d i scl ose t h e names and addresses of
agents/representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian
Nationality shall disclose names and address of foreign agents/representatives, if any.
Either the India agent on behalf of the foreign principal or the foreign principal directly
could bid in a tender but not both. Further, in cases where an agent participate in a tender on
behalf of one manufacturer, he shall not be allowed to quote on behalf of another
manufacturer along with the first manufacturer in a subsequent/parallel tender for the same
item.
e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender as
per proforma enclosed) any and all payments he has made, is committed to or intends to
make to agents, brokers or any other intermediaries in connection with the award of the
Contract.
3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined
above or be an accessory to such offences.
4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
indulge in fraudulent practice means a willful misrepresentation or omission of facts or
submission of fake/forged documents in order to induce public official to act in reliance
thereof, with the purpose of obtaining unjust advantage by or causing damage to justified
interest of others and/or to influence the procurement process to detriment of the
Government interests.
5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use
Coercive Practices (means the act of obtaining something, compelling an action or influencing
a decision through intimidation, threat or the use of force directly or indirectly, where
potential or actual injury may befall upon a person, his/her reputation or property to
influence their participation in the tendering process).
Page 78
3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or
Contractor, or of an employees or a representative or an associate of a Bidder or Contractor
which constitutes corruption within the meaning of Indian Penal code (IPC)/Prevention of
Corruption Act, or if the Principal/Owner has substantive suspicion in this regard,
the Principal/Owner will inform the same to law enforcing agencies for further investigation.
1) The Bidder declares that no previous transgressions occurred in the last 5 years with any
other Company in any country confirming to the anticorruption approach or with Central
Government or State Government or any other Central/State Public Sector Enterprises
in India that could justify his exclusion from the Tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the
Tender process or action can be taken for banning of business dealings/holiday listing of the
Bidder/Contractor as deemed fit by the Principal/Owner.
3) If the Bidder/Contractor can prove that he has resorted/recouped the damage caused
by him and has installed a suitable corruption prevention system, the Principal/Owner may,
at its own discretion, revoke the exclusion prematurely.
Page 79
Article 8: LEGAL AND PRIOR RIGHTS
All rights and remedies of the parties hereto shall be in addition to all the other legal rights
and remedies belonging to such parties under the Contract and/or law and the same shall be
deemed to be cumulative and not alternative to such legal right sand remedies
aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact will have
precedence over the Tender/Contract documents with regard any of the provisions covered
under this Integrity Pact.
INWITNESSWHEREOF the parties have signed and executed this Integrity Pact at the
place and date first above mentioned in the presence of following witnesses:
………………………..……………………..
(For and on behalf of Bidder/Contractor) WITNESSES:
1. (Signature, name and address)
Page 80
CPWD 7 -EPC
GOVERNMENT OF INDIA
Name of work: - Construction of Academic Tower (G+7) RCC framed Structure including Internal &
External Services of Civil, Electrical & Mechanical, HVAC, Fire Fighting System, Fire Alarm System, Lift,
LAN Networking, SITC of Solar Photo Voltaic Power Generation System, CCTV, Access Control System,
Building management system (BMS), Wi-Fi System, etc., Civil, Electrical & Mechanical Development and
Bulk Services like Roads, Pathways, Street Lighting with LED, Sewer Lines, Water Supply Distribution
Lines, STP, STP treated water distribution lines, Storm water drains, Rain water harvesting, Underground
sump, Sub-station and Fire pump Room, DG Set, UPS, R.O. plant, Signage etc. and Horticulture &
Landscaping Work on EPC Basis Mode-I including operation and maintenance for all Civil, Electrical and
Mechanical, Horticulture Services for five years at IIT Kharagpur, West Bengal.
(ii) To be opened in the presence of bidders who may be present at 15:30 Hrs. on 23/08/2022 in the office of
the Executive Engineer & Senior Manager (C), IIT Kharagpur Project Division-II, CPWD, IIT, Kharagpur -
721302
BID
I/We have read and examined the notice inviting bid, Schedule-A, B, C, D, E & F, Specifications applicable,
Drawings & Designs, General Rules and Directions, (General Conditions of Contract 2022 for Engineering,
Procurement and Construction Projects issued vide OM No. DG/CON/333 dated 13/07/2022 with modifications
issued a day before the last date of submission of bid), clauses of contract, Special conditions, Bill of Quantities &
other documents and Rules referred to in the conditions of contract and all other contents in the bid document for
the work.
I/We hereby bid for the execution of the work specified for the President of India within the time specified in
Schedule ‗F‘ viz., schedule of quantities and in accordance in all respect with the specifications, designs, drawing
and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the
Conditions of contract of 2022 for EPC projects with amendments up to one day before the last date of
submission of bids and with such materials as are provided for, by, and in respect of accordance with, such
conditions so far as applicable.
We agree to keep the bid open for Seventy Five (75) days from the date of opening of Eligibility bid and not to
make any modification in its terms and conditions.
Page 81
A copy of receipt of deposition of earnest money Rs. 1,35,21,127/- in receipt Treasury Challan/ Deposit at call
Receipt of scheduled bank/ Fixed deposit Receipt of scheduled bank / Demand draft or pay order or Banker‘s
cheque of scheduled bank/bank guarantee issued by a scheduled bank is scanned and uploaded. If I/We, fail
furnish 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 bid documents upon the terms and conditions contained or
referred to those in excess of that limit at the rates to be determined in accordance with the provision contained in
clause 12.2 of General Conditions of Contract 2022 for EPC Project. Further, I/We agree that in case of forfeiture
of Earnest Money or Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-
bidding process of the work.
I/we undertake and confirm that eligible similar work(s) has/have not been got executed through another agency
on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be
debarred for bidding in CPWD in future forever. Also, if such a violation comes to the notice of Department
before date of start of work, the Engineer-in-charge shall be free to forfeit the entire amount of Earnest Money
Deposited/Performance Guarantee.
I/We hereby declare that I/We shall treat the bid documents drawings and other records connected with the work
as secret/confidential documents and shall not communicate information/derived there from to any person other
than a person to whom I/We am/are authorized to communicate the same or use the information in any manner
prejudicial to the safety of the State.
Occupation: **
Page 82
ACCEPTANCE
(To be signed by EE&SM(C), IITKPD-II, CPWD, Kharagpur - 721302)
The above bid (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.
.………*……….…….
(Rupee……….………………………………………*… ).
The letters referred to below shall form part of this contract agreement: -(a)
(b)
Signature ………………………………………
(Signature of)
Page 83
Part III – Schedule A to F
Page 84
PROFORMAOF SCHEDULES: A TO F
(Civil, Electrical & Horticulture works)
SCHEDULE “C”
Tools and Plants to be hired to the
agency.
: NIL-
SCHEDULE “D”
Extra schedule for specific
requirements/ documents for the work,
if any. : NIL-
SCHEDULE “E”
Reference to General Conditions of
: “General Conditions of Contract 2022 for EPC
Contract Projects” as amended / modified up to the last date of
submission of Bid.
Page 85
SCHEDULE -F (GENERAL RULES & DIRECTIONS)
Officer inviting bid : The Executive Engineer and Senior Manager (C)-II, IIT Kharagpur
Project Division-II, CPWD, Kharagpur.
Definitions
1. (a) Engineer-in Charge : The Executive Engineer and Senior Manager (C)-II, IIT
for Civil Work KharagpurProject Division-II, CPWD, Kharagpur.
(b) Accepting Authority : The Superintending Engineer cum Project Director or his
successor.
(c) Percentage on cost of materials : 15% (Provided that no extra overheads and profits shall
and Labour cover all to be payable on the part(s) of work assigned to other
overheads and profits agency(s) by the contractor as per terms of contract).
(d) Standard Schedule of Rates :
Civil work : (i) Delhi Schedule of Rates 2018 with
amendments up to the date of submission of bid plus
cost index.
Electrical work : (ii) Delhi Schedule of Rate 2018-(E&M) with
amendments up to the date of submission of bid
Horticulture work : (iii) Horticulture Schedule of Rate 2018 with
amendments, up to the date of submission of
bid.
Clause 1
Time allowed for submission of Performance : 10 (Ten) days
Guarantee, programme chart (Time and
Progress) and applicable labour licenses,
registration with GST, EPFO, ESIC and BOCW
Welfare Board or proof of applying thereof from
the date of issue of letter of acceptance.
Maximum allowable extension with late fee @ : 10 (Ten) days with late fee @ 0.1%per day (non-
0.1% per day of Performance Guarantee amount refundable)
beyond the period provided in (i) above
Page 86
Clause 1A : Security Deposit @2.5% of Tendered
amount.
Clause 2 : As per DG office order No. DG/CON/331
(i) Authority for fixing compensation under dated 27.06.2022.
clause 2
Clause 5
(i) Number of days from the date of issue of letter of
acceptance for reckoning date of start : 10 (Ten) days or date of handing over
of site whichever is later. (As per DG
office No. DG/CON/332 dated
27.06.2022 (Attached with Bid
Documents).
Page 87
Sl. Description of Milestone (Physical) Time allowed in % age amount to be
No. Months (From date with-held incase of
of start) of project non-achievement of
milestone
Completion of foundation work upto Plinth
2 level in 90% of foundation area.
6 Months 0.5%
Submission & approval of MEP drawings i/c
approval from local bodies/ authorities.
Completion of RCC work in Superstructure in
ground and 1st floor and One Sample room
3 and toilet in the Academic tower. 8 Months 0.5%
Completion of substation buildings.
Completion of RCC work in Superstructure in
2nd& 3rd floor, brick work in ground and 1st
floor, flooring and inside plastering in ground
floor.
4 90% supplying of major E&M equipments 10 Months 0.5%
like wires, cable, switch & socket, DB, Rising
Mains, substation equipment and DG set,
Fans, luminaries, firefighting equipment,
HVAC equipments, pumping sets.
Completion of RCC work in Superstructure in
4th & 5th floor, brick work in 2nd& 3rdfloor,
5 flooring and inside plastering in 1st& 2ndfloor. 12 Months 0.5%
Completion of RCC work in Superstructure in
6th &7th floor, brick work in 4th& 5th floor,
6 flooring and inside plastering in 3rd& 4th floor. 14 Months 0.5%
Procurement of lift, fire alarm system,
communication system, CCTV, IBMS, STP,
Completion of RCC work in Superstructure in
7 mumty, brick work in 6th& 7th floor, flooring 16 Months 1.0%
and inside plastering in 5th& 6th floor.
Completion of Brick work and flooring and
8 inside plastering 7th & mumty floor, finishing 0.5%
work in all Buildings except final coat of 18 Months
painting.
100% completion of finishing work i/c
flooring &completing all Internal Electrical
Installation & Internal Fire Fighting System
and HVAC work final, coat of finishing, 20 Months
9 External Services & External Development 0.5%
work (Civil, Electrical & Horticulture).
10 All civil, electrical & mechanical and
horticulture work completed in all aspects in
all the buildings with related services,
clearances from local body/ completion 24 Months 0.5%
certificates etc. required to declare buildings
and campus authorized for occupation.
Page 88
NOTE:
1. Withheld amount shall be released if and when subsequent milestone is achieved within respective time
specified. However, in case milestones are not achieved by the Bidder for the work, the amount shown
against milestone shall be withheld.
2. Intending bidder may submit phasing of activities / milestones based on their resources and methodology at
the time of bidding corresponding to physical milestones/stages indicated in the above table. These shall be
formed part of the agreement after approval of the accepting authority, otherwise it would be assumed that
agency agrees with the above mentioned physical milestones.
Time allowed for execution of work : 28 months (4 months for planning & designing + 24
months for execution and completion of work).
Authority to decide:
(i) Extension of time : Executive Engineer and Senior Manager (C),
Kharagpur Project Division-II, CPWD, Kharagpur.
(iv) Schedule of handing over of site. : The entire site will be available from date of start of
work.
(v) Schedule of issue of drawing
: The architectural and structural drawings are to be
provided by the consultant it is an EPC contract.
Page 89
Clause 6
Computerized Measurement Book : Applicable.
Clause 7
Gross work to be done together
with net payment /adjustment of
advances for material collected, if
any, since the last such payment
for being eligible to interim
payment.
: The minimum amount of R/A bill should be not less than
3.5 crore for Civil and 1.8 crore. for Electrical
Whether clause 7A shall be applicable : Yes, Applicable (As per DG circular No. DG/CON/328 dated
02.06.2022, Attached with Bid Documents).
: No Running Account Bill shall be paid for the work till the
applicable labour licenses, registration with GST, EPFO, ESIC
and BOCW Welfare Board, whatever applicable as submitted
by the Bidder to the Engineer-in Charge.
Clause 10A :
Materials to be provided by the contractor : Applicable
Page 90
Clause 10 B (iii)
Plant Machinery Shuttering Material Advance : Not Applicable
Clause 10 B (iv)
Interest & Recovery : Applicable
Clause10CC : Applicable
Sl. Relevant component of Materials / Labour for price escalation Percentage of Total valueof
No. Construction work
1. Component of Cement (Cp) 8%
2. Component of Labour (Lp) 25%
3. Civil Component of other Construction Materials (CMp) 20%
4. Electrical and Mechanical (E&M) Component of constriction 35%
Materials (EMp)
5. Component of POL (Diesel) (Fp) 1%
6. Component of Reinforcement Steel Bars / TMT Bars / 10%
Structural Steels (including Strands and Cables) (Sp)
7. Component of Bitumen (Bp) 1%
TOTAL 100%
Sl. Relevant component of Materials / Labour for price escalation Percentage of Total value
No. of Maintenance work
1. Component of Labour (Lp) 75%
2. Civil Component of other Construction Materials (CMp) 5%
3. Electrical and Mechanical (E&M) Component of constriction 20%
Materials (EMp)
4. Component of Bitumen (for Road work component) (Bp) Nil
TOTAL 100%
Page 91
Clause 10D (Dismantled Material Govt. Property) : Applicable
Clause 11
Specification to be followed for execution of work Civil work : CPWD Specifications 2019 Volume – I &
II with corrections slips up to the last date of
submission of bid.
Electrical work:
1. CPWD General Specification for Electrical
Works Part I Internal – 2013.
2. CPWD General Specification for Electrical
Works Part IV Substation -2013.
3. CPWD General Specification for Electrical
Works Part VII DG Sets – 2013.
4. Electrical Works Part V Wet riser & sprinkler
system -2006.
5. CPWD General Specification for Electrical
Works Part VIII Gas Based Fire Extinguishing
System – 2013.
6. General Specification for Heating Ventilation &
Air- Conditioning-2017.
7. General Specification for Electrical Works
(Part III Lifts & Escalators)-2003.
8. CPWD specification of Horticulture &
Landscaping – 2016
9. CPWD Specification for firefighting and
sprinklers
10. General Specification for electrical works Fire
Detection & Alarm- 2018.
All above specifications shall be applicable with
corrections slips up to the last date of
submission/ uploading of bid.
Page 92
Clause 18A
Recovery of compensation paid workmen : Applicable (As per DG circular No.
DG/CON/330 dated 13.06.2022. (Attached
with Bid Documents).
Clause 18B
Ensuring Payment and Amenities to Workers if : Applicable
Contractor fails
Clause 19G : Authority to decide penalty for each default Executive Engineer & Senior
Manager (C), IIT Kharagpur Project
Clause 19D : Authority to decide penalty for each default
Division-II, CPWD, Kharagpur or
Clause 19K : Authority to decide penalty for each default his successor there of
Clause 22: Quality assurance and supervision for execution part of work:
(i) Conciliator Special Director General (Project Region Kolkata), CPWD or Successor
thereof.
(ii) Arbitrator Appointing Superintending Engineer-cum-Project Director, Kharagpur Project Circle,
Authority CPWD or Successor thereof.
(iii) Place of Arbitration Kolkata.
Clause-31 (Alternate water arrangement) : Water shall be arranged by the contractor.
Page 93
Clause-32
The Requirement of Technical / Architectural Personnel required to be deployed by the
consultants for planning stage and constructions stage. Their recovery rates are as below:
Note: - The above deployment of technical staff is for the site, for execution of works. The Consultant
and his team shall be separate as per the NIT.
Page 94
Clause – 33 (Levy/Taxes payable by Contractor): Applicable
Clause – 34 (Conditions for reimbursement of levy/taxes if levied after receipt of Tender): Applicable
Clause-38 (Theoretical consumption of Material): Applicable as given below
i) Schedule/statement for determining theoretical quantity of Delhi Schedule of Rates 2018 with
cement & bitumen based on Delhi Schedule of Rates Amendments up to the date of
submissionof bid.
ii) Variations permissible on theoretical quantities.
(a) Cement
Cement for works with estimated cost put 2% Plus/Minus
to tender more than 5 Lakh.
Bitumen for all works. 2.5% Plus only and nil on minus side.
(b) Steel reinforcement and structural steel 2% Plus/minus side sections for each
diameter, section and category.
I All other materials Nil
1. Latest edition of ―General Conditions of Contract - 2022 (EPC Projects)‖ as amended / modified up to the last
date of submission of Tenders, which is available in market as CPWD publication and also available on CPWD
official website at https://cpwd.gov.in/Documents/cpwd_ publication.aspx shall be deemed to be part of the
Tender document and Agreement.
2. The GCC is amended from time to time through issue of OMs under series DG/CON which are available on
CPWD official website at http://www.cpwd.gov.in/Documents/Official Circulars/ DG CON. These
amendments/modifications issued after publication of above GCC and up to last date of submission of Tenders
shall be deemed to be part of the Tender document and Agreement.
3. The GCC and its amendments as mentioned above, though not attached with this tender document, shall be
deemed to be part of the Tender document and Agreement to be signed with the successful bidder.
Page 95
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION
Page 96
Appendix-I
ESTABLISHING SITE LABORATORY AND TESTING OF MATERIALS
Equipments for conducting necessary tests (as per CPWD Specifications 2019 Volume-I & II) shall be
provided and installed at site in the well-furnished site laboratory by the agency at his own cost. The
following laboratory equipment should be in general or as and when required be set up at site laboratory: -
Page 97
Sl. No. Equipment Numbers
29. Screw gauge 0.1mm-10mm, least count 0.05 (Electrical) 6
30. Water testing kit 3
31. Motorized sieve shaker 3
32. Pruning Rods 2 Kg weight length 40 cm and ramming
face 25 mm2 4
33. Extra Bottom plates for 15 cm cube mould 30
34. Standard Vibration Table for gauging the Cubes 2
35. Pocket concrete penetrometer 0 to 50kg/sq.cm 2
36. Concrete temperature measuring thermometer with
Brass protection sheath0- 100 degree centigrade. 4
37. Mortar Cube vibrator 1
38. Dial type spring balance preferable with zero correction knob 2
capacity 100 kgs. Reading to ½ kg.
39. Counter scale capacity 1 kg and 10 kg 2
40. Iron Weight of 5 kg, 2 kg, 1 kg, 500 gm, 20 gm, 100 gm 2 each
41. Brass Weight of 50 gm, 2 gm, 10 gm, 5 gm, 2 gm, 1 gm 2 each
42. Measuring cylinder TPX or Poly propylene capacity 100 ml, 500 ml, 3 each
250 ml, 100 ml
43. Pyrex, corning or Borosil beakers with cover capacity 500 ml, 20 ml,
50 ml 3 each
44. Wash Bottles capacity 500 ml 12
45. Thermometers 1-100 degree centigrade / max. and Min/ Dry and wet 6
with table
46. Set of box spanner ratchet 3
47. Hammer 1lb& 2lb 3 each
48. Distance metre (of 100 metre) 5
49. Hacksaw with 6 blades 4
50. Measuring tape (5 metre) 5
51. Depth gauge 2 cm 6
52. Shovels & Spade 6
53. Steel plates 5 mm thick 75x75 cm 6
54. Plastic or G.I. Buckets 15 ltr, 10 ltr, 5 ltr 3 each
55. Wheel Barrow 12
56. Floor Brushes, hair dusters, scrappers, wire brush, paint brushes, 12 each
shutter steel plat oil, kerosene with stove etc.
57. Any other equipment for site tests as outlined in BIS codes and as As per requirement
directed by the Engineer-in-charge.
58. Concrete Core cutter Machine 5
Page 98
Appendix-II
REQUIREMENTS OF PLANT AND EQUIPMENT AT SITE
Page 99
THE ORDER OF PERFORMANCE IN CASE OF ANY DISCREPANCY MAY BE READ AS THE
FOLLOWING:
i. Specifications of Civil / Electrical works and conditions mentioned in this bid document.
ii. The works shall be executed as per CPWD specification with upto date correction slips.
iii. Schedule of Finishes & Architectural Drawings.
iv. CPWD Specifications for civil and electrical as applicable.
v. Indian Standard Specifications of BIS including modifications /amendments
vi. Relevant Sections of National Building Code 2016 with up-to-date amendments.
vii. Sound engineering practice as per directions of the Engineer-in-Charge.
A reference made to any Indian Standard specification in these documents, shall imply to the
latest version of that standard. Including such revision/amendments as issued by the bureau of
Indian standard upto last date of receipt of tenders. The contractor shall keep at his own cost all
such publications of relevant Indian standard applicable to the work at site.
Except for the items, for which particular specifications are given or where it is specifically
mentioned otherwise in the description of items in work shall generally be carried out in
accordance with the CPWD specification. Wherever CPWD specifications are silent the latest IS
codes/specification shall be followed.
Page 100