PART-A
PART-A
PART-A
DRAFT NIT
Corrections/Omissions/Insertions – NIL AE EE
--Blank--
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 3
INDEX
Sl. No Description Page No
1. Index 3-5
2. Notice Inviting e –Bid 6-6
PART – A 7-7
1 Information & instructions for Bidders for e-Bidding 08 - 12
2 CPWD-6 For e-Bidding 13 – 22
3 Brief Particulars of work 23-25
4 Forms - ‘A’ ( Modified form for Bank Guarantee for Earnest Money Deposit / 26-32
Performance Guarantee / Security Deposit / Mobilization Advance), Form ‘B’
and Form ‘C’ UNDERTAKING REGARDING ELECTRICACONTRACTOR
LICENCE
5 CPWD-7 33-35
6 Performa of Schedule A-F (Civil & Electrical) 36-47
7 Integrity Pact 48-58
PART – B 59-60
1 INDEX 61
2 62-63
Special conditions
3 64-106
Additional conditions (Civil component)
4 107-115
Special Conditions for Green Building
5 116-166
Particular Specifications (Civil component)
6 List of Field Tests and Equipment for Testing of Materials & Concrete at
Site Laboratory 167-169
7 Plant And Equipment Required To Be Owned / Taken On Lease By The 170
Contractor
8 171-174
Guarantee Bonds.
9 175-180
Seigniorage Fee
10 Standard Operating Procedures (SOPs) and Guidelines for Maintenance 181-191
Sites for COVID-19 Outbreak
11 192-226
List of Preferred brand / Manufacturer/ Make (Civil component)
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 4
1 Index 278
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 5
PART - F 551
1 Index 552
2 Drawings 553-554
Certified that this bid-document contains pages marked as Page 01 to 554 only.
Notice Inviting e-tender amounting to Rs. 7,01,90,472/- (Rupees Seven Crores one Lakhs Ninety
Thousand Four Hundred seventy two only) is approved.
SE Cum PD
CPWD, Hindupur.
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 6
The EE & SM (C)-II, CPWD, Warangal (Telephone No. 0870-2441860, email id: wglee-
nitpd2@cpwd.gov.in) on behalf of the President of India invites online Percentage
rate composite bids from CPWD enlisted contractors of appropriate class Building &
Roads ( erstwhile composite / buildings / Infrastructure) category, in single bid system, for
the following work:
The bid forms and other details can be obtained from the website
www.etendercpwd.gov.in &www.cpwd.gov.in.
EE & SM (C)-II,
CPWD, Warangal – 506004
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 7
PART – A
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 8
The EE & SM (C)-II, CPWD, Warangal (Telephone No. 0870-2441860, email id: wglee-
nitpd2@cpwd.gov.in) on behalf of President of India invites online percentage rate bids in
open bidsystem from approved and eligible contractors of CPWD Building & Roads ( erstwhile
composite / buildings / Infrastructure).
Sl.No. Descriptio Detail
n s
1 NIT No. 06/EE&SM(C)-II/CPWD/Warangal/2024-
2025
2 Name of Work Name of work: Providing repairs to
existing plumbing, drainage, tile
flooring, doors and ducts including
internal electrical installations etc in
Kakatiya Hall of Residence (1.0K) at
NIT Warangal-Reg. Complete
Renovation of toilet, bathrooms,
shafts and Approximately 60 damaged
hostel rooms-Reg
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 9
1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He
should only submit his bid if he considers himself eligible and he is in possession
of all the documents required. The contractor should also visit the site of work
and acquaint himself with the site conditions before tendering
2. Information and Instructions for bidders posted on website shall form part of bid
document.
A part of earnest money (EM) is acceptable in the form of bank guarantee also. In such
cases 50% of earnest money or Rs. 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 90 days or more from the last date of submission of bid.
5. 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.
6. The intending bidder must have valid class-III digital signature to submit the bid.
7. On opening date, the contractor can login and see the bid opening process. After
opening of bids he will receive the competitor bid sheets.
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 10
8. Contractor can upload documents in the form of JPG format and PDF format.
9. a) The column meant for quoting percentage rate in figures appears in yellow color
and themoment rate is entered, it turns sky blue.
b) Tenderer shall quote the percentage rate above or below two places of decimals only.
c) The tenderer shall quote only one over all percentage rate above or below on the
designated place, which shall be applicable on both Civil and E&M components.
10. (a) The bid submitted shall become invalid and e-bidding processing fee shall not be
refunded if:
ii. The bidder does not deposit EMD with division office of any Executive Engineer,
CPWD.
iii. The bidder does not upload all the documents (including GST registration) as
stipulated in the bid documents including the copy of receipt for deposition of
original EMD with Division Office of any Executive Engineer, CPWD.
iv. If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the bidder in the
office of bid opening authority.
11. Tenders with any condition including that of conditional rebates shall be rejected
forthwith.
12. SC/ST contractors enlisted under class III category are exempted from processing fee
payable to ITI.
13. The Department reserves the right to reject any prospective application without
assigning any reason and to restrict the list of qualified contractors to any number
deemed suitable by it, if too may bids are received satisfying the laid down criteria.
14. Contractor shall not divert any advance payments or part thereof for any other purpose
other than needed for completion of the contracted work. All advance payments
received as per terms of the contract (i.e., secured against materials brought at site,
secured against plant & machinery and / or for work done during interim stages, etc.)
are required to be re-invested in the contracted work to ensure advance availability
resources in terms of materials, labour, plant & machinery needed for required pace of
progress for timely completion of work.
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 11
15. Intending Bidders are advised to inspect and examine the site and its surroundings and
satisfy themselves before submitting their bids as to the nature of the ground and
sub- soil (so far as is practicable), the form and nature of the site, the means of access to
the site, the accommodation they may require and in general shall themselves obtain all
necessary information as to risks, contingencies and other circumstances which may
influence or affect their bid. A bidders shall be deemed to have full knowledge of the site
whether he inspects it or not and no extra charge consequent on any misunderstanding
or otherwise shall be allowed. The bidders shall be responsible for arranging and
maintaining at his own cost all materials, tools & plants, water, electricity access,
facilities for workers and all other services required for executing the work unless
otherwise specifically provided for in the contract documents. Submission of a bid by a
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.
16. List of Mandatory Documents to be scanned and uploaded within the period of bid
submission:
1 Insurance Surety Bond, Demand Draft / Account Payee Banker's Cheque / FDR
/
Bank Guarantee of any commercial Bank against EMD. (Form-‘A’)
2 Copy of receipt for deposition of original EMD issued from division office of
any
Executive Engineer, CPWD (including NIT issuing EE, CPWD) (Form-‘B’)
3 Enlistment order in appropriate class and category issued by CPWD.
4 GST registration Certificate in the state of Telangana, if already obtained by the
bidder.
If the bidder has not obtained GST registration in the state of Telangana, then
in such a case the bidder shall upload an undertaking in the prescribed
proforma of the bid (Form ‘C’)
5 Valid electrical Contractor license of eligible class/appropriate voltage level
issued by competent Authority of any State government (throughout the
period of contract without any lapse) issued by competent authority in the name
of contractor.
or
However, the contractor shall be allowed to participate in tender with an
undertaking stating that “If work awarded we will either obtain valid electrical
contractor license of eligible class/appropriate voltage level issued by
competent Authority of State government (throughout the period of contract
without any lapse), at the time of execution of electrical work or associate
contractors having valid electrical contractor license of eligible
class/appropriate voltage level issued by competent Authority of State
government for execution of electrical works”. Proforma of Undertaking as per
Annexure - A in this NIT.
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 12
Note:
1. All affidavits (if any) shall be made in current date after the date of invitation of
tender.
2. However, certified copy of all the scanned and uploaded documents as specified
in bid document shall have to be submitted by all bidders within a week from last
date of submission of bid, physically in the office of tender opening authority.
EE & SM (C)-II
Central PWD, Warangal.
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 13
The EE & SM (C)-II, CPWD, Warangal (Telephone No. 0870-2441860., email id: wglee-
nitpd2@cpwd.gov.in) on behalf of President of India invites Online percentage rate bids
are invited on behalf of President of India from approved and eligible contractors of
CPWD Building & Roads ( erstwhile composite /buildings / Infrastructure) for the work
of –
Name of work: Providing repairs to existing plumbing, drainage, tile flooring, doors and
ducts including internal electrical installations etc in Kakatiya Hall of Residence (1.0K) at
NIT Warangal-Reg. Complete Renovation of toilet, bathrooms, shafts and
Approximately 60 damaged hostel rooms-Reg
The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of submission of bid is extended, the enlistment of contractor should
be valid on the original date of submission of bids.
1.1) The work is Estimated to Cost Rs. 7,01,90,472/- (Composite), Rs. 6,71,07,878/-
(Civil - Major component) + Rs. 30,82,594/- (E&M- Minor component). This
estimate, however, is given merely as a rough guide.
(1.2) The contractor shall have to associate other agency(s) for execution of each of the
work(s), which fulfils the eligibility criteria as defined after taking prior approval. The
contractor and the associated specialized agencies shall give required affidavit to
confirm their association. Tender accepting authority may approve change of sub
agency in case it is required during the currency of contract. However the contractor
shall also be eligible to carry out himself any or all of these works without
associating any specialized agencyprovided:-
a) He fulfills the prescribed eligibility criteria respectively for these work(s).
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 14
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 15
whichever is earlier. Valid Electrical license, as the case may be, duly attested by
the applicant shall also be submitted within 15 days of award of work OR before
start of specialized/minor component of work whichever is earlier
vi) Self-attested GST registration documents in respect of the associated agencies shall
be submitted within 15 days of award of work OR before start of
specialized/minor component of work whichever is earlier.
vii) Agreement shall be drawn with the successful bidder on prescribed Form No.
CPWD 7 (or other Standard Form as mentioned) which is available at 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 ofthe agreement.
2. The time allowed for carrying out the work will be 360 days from the date of start
as defined in schedule ‘F’ or from the first date of handing over of the site, whichever
is later, in accordance with the phasing, if any, indicated in the bid documents.
3. (i) The site for the work is available. It is Kakatiya hostel in NIT in Warangal
which is already functional and in working condition. Hence for internal works
inside the hostel, entire site cannot be given once; rather site will be given in
phases as shown below.
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 16
4. (ii) Indicative drawings are attached for reference in part F .However,
during execution, if any drawings including those modifications require to adjust
in accordance with structural drawings/MEP drawings then the same shall be
prepared, submitted by the agency well in advance and get them approved by the
Engineer in Charge before proceeding with actual execution for which no extra
cost is payable and no extra time is allowed. The agency is to prepare the all the
service and shop drawings based on the drawings placed in part F and get them
approved by the Engineer in charge as per the time given in Schedule “F”.
The drawings & layout attached are tentative and any changes as per client
requirement can also be proposed in the drawings by CPWD during execution of
work as and when required in phased manner.
5. The bid document consisting of plans, specifications, the schedule of quantities of
various types of items to be executed and the set of terms and conditions of the contract
to be complied with and other necessary documents except Standard General
Conditions of Contract Form can be seen on website www.cpwd.gov.in. or
www.eprocure.gov.in CPWD at free of cost.
The standard publications like General Conditions of Contract, Delhi schedule of rates
2023 (for civil ) and DSR 2022 (for electrical), Specifications for Civil and Electrical
works and Delhi analysis of rates 2023 (for civil) and Delhi analysis of rates 2022 (for
electrical) with amendments / correction slips up to the last date of submission of
tender can be seen free of cost from the website www.cpwd.gov.in. or
www.eprocure.gov.in
6. After submission of the bid the contractor can re-submit revised bid any number of
times but before last time and date of submission of bid as notified.
7. While submitting the revised bid, contractor can revise the consolidated percentage
rate any number of times (he need not re-enter percentage rate of all the schedules
or sub heads) but before last time and date of submission of bid as notified.
8. The bid can only be submitted online on website www.etendercpwd.gov.in after
uploading the copy of receipt of documents such as Bid Security Declaration for
Earnest Money in the form of “Proforma for Earnest Money Deposit Declaration”
(Form-A) as mentioned in NIT and other documents as specified.
Copy of Enlistment Order 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 inthe office of The EE & SM (C)-II, CPWD, Warangal.
Online bid documents submitted by intending bidders shall be opened only of those
bidders, whose documents scanned and uploaded are found in order.
9. The bid submitted shall become invalid and e-Tender processing fee shall not be
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 17
refunded if:
(i) The bidder is found ineligible
(ii) The bidder does not deposit EMD with division office of any
ExecutiveEngineer, CPWD” (Form-B)
(iii) The bidder does not upload all the documents (including GST registration) as
stipulated in the bid document including the copy of Proforma for Earnest
Money Deposit Declaration.
iv) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest
bidder in the office of bid opening authority. In case of any discrepancy is
noticed between the documents as uploaded at the time of submission of the
bid online and hard copies as submitted physically in the office of EE & SM
(C)-II, then the bid submitted shall become invalid and the tenderer shall not
be allowed to participate in the retendering process of the work.
v) If a tenderer quotes nil rates against each item in percentage 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 entertained as lowest tenderer.
10. The contractor whose bid is accepted will be required to furnish performance
guarantee of 5% (Five Percent) of the bid amount within the period specified in
Schedule F. This guarantee shall be in the form of Insurance Surety Bonds, Account
Payee Demand Draft,
Fixed Deposit Receipt or Bank Guarantee from any of the Commercial Banks in
accordance with the prescribed form. In case the contractor fails to deposit the said
performance guarantee within the period as indicated in Schedule 'F', including the
extended period if any, the Earnest Money deposited by the Bidder shall be forfeited
automatically without any notice to the Bidder. The earnest money deposited along
with the bid shall be returned after receiving the aforesaid performance guarantee.
The contractor whose bid is accepted will also be required to furnish either copy
of applicable licenses/registrations or proof of applying for obtaining labour
licenses, registration with EPFO, ESIC and BOCW Welfare Board including
Provident Fund Code No. if applicable and also ensure the compliance of
aforesaid provisions by the sub- contractors, if any engaged by the contractor for
the said work and Programme Chart (Time and Progress) within the period
specified in Schedule F.
Site for the scope of the work will be made available on “as per schedule ‘F’” basis.
11. Intending Bidders are advised to inspect and examine the site and its surroundings and
satisfy themselves before submitting their bids as to the nature of the ground and
sub- soil (so far as is practicable), the form and nature of the site, the means of access to
the site, the accommodation they may require and in general shall themselves obtain all
necessary information as to risks, contingencies and other circumstances which may
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 18
influence or affect their bid. A bidder shall be deemed to have full knowledge of the site
whether he inspects it or not and no extra charge consequent on any
misunderstanding or otherwise shall be allowed. The bidders shall be responsible for
arranging and maintaining at his own cost all materials, tools & plants, water, electricity
access, facilities for workers and all other services required for executing the work
unless otherwise specifically provided for in the contract documents. Submission of a
bid by a bidder implies that he has read this notice and all other contract documents
and has made himself aware of the scope and specifications of the work to be done
and of conditions and rates at which stores, tools and plant, etc. will be issued to him
by the Government and local conditions and other factors having a bearing on the
execution of the work.
12. The competent authority on behalf of the President of India does not bind itself to
accept the lowest or any other bid and reserves to itself the authority to reject any or all
the bids received without the assignment of any reason. All bids in which any of the
prescribed condition is not fulfilled or any condition including that of conditional
rebate is put forth by the bidders shall be summarily rejected.
13. Canvassing whether directly or indirectly, in connection with bidders is strictly
prohibited and the bids submitted by the contractors who resort to canvassing will be
liable for rejection.
14. 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.
15. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in
case of contractors of Horticulture/Nursery category) responsible for award and
execution of contracts, in which his near relative is posted a Divisional Accountant or
as an officer in any capacity between the grades of 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.
16. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or
Administrative duties in an Engineering Department of the Government of India is
allowed to work as a contractor for a period of one year after his retirement from
Government service, without the prior permission of the Government of India in
writing. This contract is liable to be cancelled if either the contractor or any of his
employees is found any time to be such a person who had not obtained the permission
of the Government of India as aforesaid before submission of the bid or engagement in
the contractor’s service.
17. The bid for the work shall remain open for acceptance for a period of Thirty (30)
days from the date of opening of bid.
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 19
i. If any tenderer withdraws his tender or makes any modifications in the terms and
conditions of the tender which is not acceptable to the department within 7days
after last date of submission of bids, then the Government shall without prejudice
to any other right or remedy, be at liberty to forfeit 50% of the earnest money
absolutely, irrespective of letter of acceptance for the work is issued or not.
ii. If any tenderer withdraws his tender or makes any modifications in the terms and
conditions of the tender which is not acceptable to the department after expiry of
7days after last date of submission of bids, then the Government shall without
prejudice to any other right or remedy be at liberty to forfeit 100% of the earnest
money absolutely, irrespective of letter of acceptance for the work is issued or
not.
iii. In case as prescribed in para (i) and (ii) above, the bidder shall not be allowed to
participate in the rebidding process of the same work.
18. This notice inviting Bid shall form a part of the contract document. The successful
bidders/contractor, on acceptance of his bid by the Accepting Authority shall within
15 days from the stipulated date of start of the work, sign the contract consisting of:-
(a) The Notice Inviting Bid, all the documents including additional conditions,
specifications and drawings, if any, forming part of the bid as uploaded at the time of
invitation of bid and the rates quoted online at the time of submission of bid and
acceptance thereof together with any correspondence leading thereto.
(b) Standard C.P.W.D. Form 7 or other Standard C.P.W.D. Form as applicable.
Part A: CPWD-6, CPWD-7 including schedule A to F for the entire work, Standard General
Conditions of Contract for Maitenance works-2020 as amended/modified up to
last date of submission of tender.
Part B: Special conditions, Particular specifications and list of preferred makes
applicable to Major component (Civil works) of the work.
Part C: Schedule A to F for Minor component (E&M) of the work, Special, additional
conditions and list of preferred makes applicable to Minor component(s) of the
work.
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 20
Part D: Schedule of quantities for Civil and E&M component(s) of the work.
Part E: General Conditions of Contract for Maitenance works-2023, its errata & correction
slips.
Part F: Drawings
18.1.3 The bidders must associate with himself, agencies of the appropriate class registered
with CPWD eligible to bid for each of the specialized/minor component individually.
18.1.4 a) Tenderer shall quote the percentage rate above or below two places of decimals only.
b) The tenderer shall quote only one over all percentage rate above or below on the
designated place, which shall be applicable on both Civil and E&M components.
c) If a tenderer quotes nil rates against each item in percentage 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 entertained as lowest tenderer.
18.1.5 After acceptance of the bid by competent authority, the EE in charge of major
component of the work shall issue letter of award on behalf of the President of
India.
After the work is awarded, the main contractor will have to enter into one agreement
with EE in charge of major component and has also to sign two or more copies of
agreement depending upon number of EE’s/DDH in charge of minor components. One
such signed set of agreement shall be handed over to EE/DDH in - charge of minor
component. EE of major component will operate part A, part B and Part D of the
agreement. EE/DDH in - charge of minor component(s) shall operate Part C & D
alongwith Part A of the agreement.
18.1.6 Entire work under the scope of composite tender including major and all minor
components shall be executed under one agreement.
18.1.7 Security Deposit will be worked out separately for each component corresponding to
the estimated cost of the respective component of works. The Earnest Money if any, will
be returned after receiving the performance guarantee.
18.1.8 The main contractor has to enter into ‘MoU’ in Form “I” (refer part C) with his
associate agency(s) for specialized/minor component(s) conforming to eligibility
criteria as defined in the tender document and has to submit detail of such agency(s)
to Engineer-in-charge of specialized/minor component(s) within prescribed time.
Name of the agency(s) to be associated shall be approved by Engineer-in-charge of
specialized/minor component(s).
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 21
18.1.9 If the main contractor fails to associate agency/agencies for execution of
specialized/minor components of work within prescribed time or furnishes incomplete
details or furnishes details of negligible agencies even after the tenderer is given due
opportunity, the entire scope of such component of works shall be withdrawn from the
tender and the same shall be got executed by the Engineer-in-charge at the risk and
cost of the main contractor.
18.1.10 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 respective
Engineer-in- charge/ DDH of the specialized/minor component of the agreement. The
new agency/ agencies shall also have to satisfy the laid down eligibility criteria. In
case Engineer-in- charge of respective discipline 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.
18.1.11 The main contractor has to enter into agreement with contractor(s) associated by
him for execution of specialized/minor component(s). Copy of such agreement shall
be submitted to EE/DDH in-charge of each specialized/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.
18.1.12 Running payment for the major component shall be made by EE of major discipline
to the main contractor. Running payment for specialized/minor components shall be
made by the Engineer-in-charge of the discipline of specialized/minor component
directly to the main contractor.
In case main contractor fails to make the payment to the contractor associated by him
within 15 days of receipt of each running account payment then on the written
complaint of contractor associated for such specialized/minor component, EE/DDH in
charge of specialized/minor component shall serve the show cause to main
contractor and after considering the reply of the same he may make the payment
directly to the contractor associated for specialized/minor component as per the
terms & conditions of the agreement drawn between main contractor and associate
contractor fixed by him, if reply of main contractor either not received or found
unsatisfactory. Such payment made to the associate contractor shall be recovered by
EE of major or specialized/minor component from the next RA/final bill due to main
contractor as the case may be.
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 22
18.1.12A The composite work shall be treated as complete when all the components of
the work are complete. The completion certificate of the composite work shall
be recorded by Engineer-in-charge of major component after record of
completion certificate of all other components.
18.1.12B Final bill of whole work shall be finalized and paid by the EE of major component.
Engineer(s) in charge of minor component(s) will prepare and pass the final bill
for their component of work and pass on the same to the EE of major component for
including in the final bill for composite contract.
18.1.12 C It will be obligatory on the part of the tenderer to sign the tender documents for all
18.1.13 The Subject work is targeted for compliance with 3 Star GRIHA rating. In order to
achieve these ratings, a high degree of responsibility and cooperation is necessary
from the contractors. All materials and systems used in the project are intended to
maximize energy efficiency for operation of Project throughout service life
(substantial completion to ultimate disposition – reuse, recycling, or demolition)
with an emphasis on top quality Materials and systems are to maximize
environmentally-benign Maitenance techniques, including Maitenance waste recycle,
reusable delivery packaging, and reusability of selected materials. All vendors /
contractors must adhere to best practices related to Green Buildings. Other than the
general guidelines outlined here, all vendors/contractors will be furnished with a
supplementary set of guidelines more specific to their nature of service/product.
Nothing extra shall be paid for the same, unless specifically provided in any item.
EE & SM (C)-II
Central PWD, Warangal.
(For & on behalf of President of India)
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 23
The timelines of execution may sometime requires to match with the working timelines of
the Institute. In addition, the Institute is not able to provide land for the temporary
accommodation of labour, hence the contractor has to make his own arrangements for labour
accommodation at his own cost. The campus is a working campus and the contractor is to
execute the work with least disturbance to the functioning of campus.
ii) The cost of labour, material, tools and plants, machinery required for execution
of the whole project as per Layout plan & approved drawings, specifications etc.
is within the scope of this work.
iii) Since it is working campus , work has to be carried out during day time hours
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 24
vi) The Contractor shall construct the Buildings, Development and Bulk services as
per the Approved drawings. The work, in general, is to be executed on the basis
of the Approved Indicative, Structural & Service drawings and as per the
schedule of finishes mentioned by following the other conditions of bid
document. CPWD Specifications, relevant IS codes, National Building Code 2016,
GRIHA 2015 norms, ECBC Norms, CPWD hand book on barrier free and
accessibility, CPWD manual on Accessible Built environment 2019 and other
standard specifications as amended up to date shall be followed in general
except otherwise mentioned in bid document. Samples of the materials of
preferred make or otherwise shall be got approved from the Engineer- in-charge
before use in the work. The above scope of work includes cost of all materials,
manpower, equipments, T&P, fixtures, accessories, royalties (seignorages),
taxes (GST and all other Taxes/levies), watch & ward and all other essential
elements for completion and maintenance of works as a foresaid whatsoever.
The layout plan indicating the location of proposed buildings, The Indicative drawings
is provided in the bid document. Based on the preliminary drawings in the bid, the
bidder shall carry out the following.
i. Civil Components:
a. preparing shop drawing for internal & external services and execution of the
same i.e. internal water supply work, sanitary work, storm water drainage
system, sewerage system, electrical and mechanical services etc. Complete
as per attached relevant drawing for the building including all pipes, its
fittings, testing etc. Complete approved by the department.
b. Water supply: Water supply lines shall be designed and laid as per scheme
prepared, submitted by the contractor and approved by Engineer-in-
charge. Calculation of water requirements for buildings and other services for
the buildings in consultation with client in the scope of present bidding
document.
c. Planning, Design and Prepare the working drawings of internal and external
water plumbing System as per the details mentioned in particular
specifications and as per direction of Engineer in Charge.
d. Planning, designing and Maintenance/Installation of underground reservoirs
for filtered water and recycled water, its pump houses for water supply for fire
fighting as well as Domestic water tank and Rain water harvesting including
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 25
installing of pumps, stand by pumps, as per approved
drawings/specifications or as directed by Engineer-in-charge.
a. Design and drawings for Electrical, Mechanical & Plumbing (MEP) Engineering
Services as required.
c. All works including internal EI, exhaust fans, power distribution for Light,
Power in rooms and toilet block.
d. Any other services which are required but not specifically indicated.
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 26
Form -A
(On Non- Judicial stamp paper of minimum Rs. 100)
(Guarantee offered by Bank to CPWD in connection with the execution of
contracts)Form of Bank Guarantee for Earnest Money Deposit
/Performance Guarantee/Security Deposit/Mobilization Advance
1. Whereas the Executive Engineer..................... (Name of division) ...........................,. CPWD on behalf of
the President of India (hereinafter called "The Government") has invited
bidsunder....................... (NIT number)..................... dated .................. for (name
of
work)........................................................... The Government has further agreed to accept irrevocable
Bank Guarantee for Rs....................... (Rupees ................................ only) in favour of ExecutiveEngineer
, Hyderabad Central Division-II, CPWD, Hyderabad valid upto............. (date)*
.................................................................................................................................................................................................. a
s
Earnest Money Deposit from........................ (Name and address of contractor)......................
(Hereinafter called "the contractor") for compliance of his obligations in accordance with the
terms andconditions of the said NIT.
OR**
2. We, ............... (indicate the name of the bank) (herein after referred to as "the Bank"),
hereby undertake to pay to the Government an amount not exceeding Rs.
............................
(Rupees ....................... only) on demand by the Government within 10 days of the demand.
3. We, ........................(indicate the name of the Bank) ............................ , do here by undertake to pay
the amount due and payable under this guarantee without any demur, merely on a
demand from the Government stating that the amount claimed is required to meet the
recoveries due or likely to be due from the said Contractor. Any such demand made on the
Bank shall be conclusive as regards the amount due and payable by the Bank under this
Guarantee. However, our liability under this guarantee shall be restricted to an amount not
exceeding Rs................ (Rupees .......... only)
4. We.................. (indicate the name of the Bank) ....................., further undertake to pay the
Government any money so demanded notwithstanding any dispute or disputes raised by
the contractor in any suit or proceeding pending before any Court or Tribunal, our
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 27
liability under this Bank Guarantee being absolute and unequivocal. The payment so made
by us under this Bank Guarantee shall be a valid discharge of our liability for payment
there under and the Contractor shall have no claim against us for making such payment.
5. We..................... (indicate the name of the Bank) ........................, further agree that the
Government shall have the fullest liberty without our consent and without affecting in any
manner our obligation here under to vary any of the terms and conditions of the said
agreement or to extend time of performance by the said Contractor from time to time
or to postpone for any time or from time to time any of the powers exercisable by the
Government against the said contractor and to forbear or enforce any of the terms and
conditions relating to the said agreement and we shall not be relieved from our liability by
reason of any such variation or extension being granted to the said Contractor or for any
forbearance, act of omission on the part of the Government or any indulgence by the
Government to the said Contractor or by any such matter or thing whatsoever which under
the law relating to sureties would, but for this provision, have effect of so relieving us.
6. We, .................... (indicate the name of the Bank) .........................., further agree that the
Government at its option shall be entitled to enforce this Guarantee against the Bank as a
principal debtor at the first instance without proceeding against the Contractor and
notwithstanding any security or other guarantee the Government may have in relation to
the Contractor's liabilities.
7. This guarantee will not be discharged due to the change in the constitution of the Bank or
the Contractor.
8. We, ...................... (indicate the name of the Bank) ................................... ,. undertake not to revoke
this guarantee except with the consent of the Government in writing.
9. This Bank Guarantee shall be valid up to ..................................... unless extended on demand by
the Government. Notwithstanding anything mentioned above, our liability against this
guarantee is restricted to Rs......................... (Rupees ............................ only) and unless a claim
in
writing is lodged with us within the date of expiry or extended date of expiry of this
guarantee, all our liabilities under this guarantee shall stand discharged.
Date:
Witnesses: Authorizes Signatory
1. Signature…………………. Name
2. Signature………………….
Name & Address
* Date to be worked out on the basis of validity period of 90 days where only financial bids
are invited and 180 days for two/three bid system from the date of submission of tender.
** In paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either
for earnest money or for performance guarantee/security deposit/mobilization advance, as
the case may be.
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 28
( FORM – B )
EMD RECEIPT FORMAT
Receipt of deposition of original Bank Guarantee as EMD
Receipt No…………*……………. /date………*……….
Name of work: Providing repairs to existing plumbing, drainage, tile flooring, doors and
ducts including internal electrical installations etc in Kakatiya Hall of Residence (1.0K) at
NIT Warangal-Reg. Complete Renovation of toilet, bathrooms, shafts and
Approximately 60 damaged hostel rooms-Reg
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 29
( FORM – ‘C’
)
UNDERTAKING REGARDING GST REGISTRATION IN THE STATE OF
Telangana
To,
The Executive Engineer & SM
(C)-II,CPWD, Warangal.
Name of work: Providing repairs to existing plumbing, drainage, tile flooring, doors and
ducts including internal electrical installations etc in Kakatiya Hall of Residence (1.0K) at
NIT Warangal-Reg. Complete Renovation of toilet, bathrooms, shafts and
Approximately 60 damaged hostel rooms-Reg
Sir,
Having examined the details given in the bid document for the above work, I/we hereby
submit that we are not having GST registration in the state of Telangana hence we here by
undert ake the following:
“If work is awarded to me/us, I/we shall obtain GST Registration certificate in the state of
Telangana within one month from date of receipt of award letter or before release of any
payment by CPWD, whichever is earlier, failing which I/We shall be responsible for any
delay in payment which will be due towards me/us on account of work executed and/or
for any actiontaken by CPWD or GST department in this regard.”
Signature of Bidder(s) or an
authorizedOfficer of the firm with
stamp
Date of Submission
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 30
Annexure -A
To
The Executive Engineer & Senior Manager (E),
…………………………
Subject:: ………………………….
Sir,
Having examined the details given in press notice and bid document for the above
work, I/we here by submit the following :
I hereby give my undertaking that “If work awarded, I will either obtain valid
electrical license at the time of execution of electrical work or associate contractors having
valid electrical contractor license of eligible class/appropriate voltage level issued by
competent Authority of State government for execution of above mentioned work ”.
I will execute the work as per specifications and conditions of the agreement and as
per directions of the Engineer-in-charge.
Also,I will employ full time technically qualified supervisor as required for the work.I
will attend inspection of officers of the department as and when required.
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 31
FORM “D”
INTEGRITY PACT
To,
…………………………….
…………………………….
…………………………….
Name of work: Providing repairs to existing plumbing, drainage, tile flooring, doors and
ducts including internal electrical installations etc in Kakatiya Hall of Residence (1.0K) at
NIT Warangal-Reg. Complete Renovation of toilet, bathrooms, shafts and
Approximately 60 damaged hostel rooms-Reg
Dear Sir,
It is here by declared that CPWD is committed to follow the principle of transparency, equity
and competitiveness in public procurement. The subject Notice Inviting Tender (NIT) is an
invitation to offer made on the condition that the Bidder will sign the integrity Agreement,
which is an integral part of tender/bid documents, failing which the tenderer/bidder will
stand disqualified from the tendering process and the bid of the bidder would be summarily
rejected.
This declaration shall form part and parcel of the Integrity Agreement and signing of the
same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the
CPWD.
Yours faithfully
Note : To be signed as per Format given in Conditions of contract: CPWD General Conditions
of Contract 2020 : Maitenance works incorporating all amendments with upto date
correctionslip.2020
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 32
C.P.W.D – 7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS
DEPARTMENT
Name of work: Providing repairs to existing plumbing, drainage, tile flooring, doors and
ducts including internal electrical installations etc in Kakatiya Hall of Residence (1.0K) at
NIT Warangal-Reg. Complete Renovation of toilet, bathrooms, shafts and
Approximately 60 damaged hostel rooms-Reg
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 33
TENDER
I / We have read and examined the notice inviting tender, schedule, A, B, & C, Specifications
applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of
contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the
conditions of contract and all other contents in the tender document for the work.
I/ We hereby tender for the execution of the work specified for the President of India within the
time specified in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with the
specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules
and Directions and in Clause 11 of the Conditions of contract and with such materials as are
provided for, by,and in respects in accordance with, such conditions so far as applicable.
We agree to keep the tender open for Thirty (30) days from the date of opening of bid.
A copy of receipt of deposition of earnest money Rs 14,03,809/- in receipt Fixed deposit Receipt of
/Demand draft /Insurance surety bond / Banker’s cheque / or bank guarantee issued by any commercial
bank is scanned and uploaded. If I/We, fail to furnish the prescribed performance guarantee within
prescribed period, I/We agree that the said President of India or his successors, in office shall without
prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely.
Further, if I/We fail to commence work as specified, I/ We agree that President of India or the successors
in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the
said performance guarantee absolutely. The said Performance Guarantee shall be a guarantee to execute
all the works referred to in the tender documents upon the terms and conditions contained or referred to
those in excess of that limit at the rates to be determined in accordance with the provision contained in
Clause 12.2 and 12.3 of the tender form.
Further, I/We agree that in case of forfeiture of Earnest Money or Performance Guarantee as
aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.
I/We undertake and confirm that eligible similar work(s) has/have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I/We shall be debarred for tendering in CPWD in future forever. Also, if such a
violation comes to the notice of Department before date of start of work, the Engineer-in-Charge
shall be free to forfeit the entire amount of Earnest Money Deposited / Performance Guarantee.
I/We hereby declare that I/We shall treat the tender documents drawings and other records
connected with the work as secret/confidential documents and shall not communicate
information/derived there from to any person other than a person to whom I/We am/are
authorized to communicate the same or use the information in any manner prejudicial to the safety
of the State.
Dated _ _ _ _ _ Signatures of
Contractor
Postal Address
Witness:
Address:
Occupation:
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 34
ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is
accepted by me for and on behalf of the President of India for a sum of
Rs……………………..…………
(Rupees........................................................................................................................... )
The letters referred to below shall form part of this contract Agreement:-
(a)
(b)
(c)
Signatures: ……………………………………..
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 35
PROFORMA OF SCHEDULES A
to F(CIVIL COMPONENT)
SCHEDULE
‘A’
Schedule of Quantities : Refer Part D
SCHEDULE ‘D’
Extra schedule for specific requirements / documents for the work, if any-
a. Special& Additional Conditions :
c. Guarantee Bonds :
SCHEDULE ‘E’
Reference to General Conditions of contract: GCC 2023 for Maintenance Works
as amended/modified up to last date of
submission of tender.
Name of work: Providing repairs to existing plumbing, drainage, tile flooring, doors and
ducts including internal electrical installations etc in Kakatiya Hall of Residence (1.0K) at
NIT Warangal-Reg. Complete Renovation of toilet, bathrooms, shafts and Approximately
60 damaged hostel rooms-Reg
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 36
9(ii) Standard CPWD contract Form GCC 2023, : GCC 2023 for Maintenance works &
CPWD-7 as modified & corrected up to date CPWD – 7 as amended/ modified
up to last date of submission of e-
tender.
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 37
Clause I
Clause 2
Authority for fixing compensation under clause-2. : SE Cum PD,CPWD, Hindupur
or successor thereof..
Clause 5
Number of days from the date of : 14 days or handing over of
issueof letter of acceptance for sitewhichever is later
reckoning date of start
Clause 5.1 Recovery for delay in submission of Rs.500/- per day subjected to maximum of
monthly progress report within specified period Rs. 10,000 /- per month for each month defaults.
1. The contractor has to first register himself through a registration form available on CPWD website
under Contractor Login tab. After registration User ID as password will be automatically generator
and sent on his registered mobile and email ID. Using this User ID and Password he can access the
module and view all the works which are being carried out by him in CPWD and he can register the
hindrance against any particular work.. After recording the hindrance by the contractor it will be
visible to all concerned officers (JE and above ) of that work. An alerts through text message and
email will be sent to EE.
Executive Engineer will first assign the work to the JEs/AEs who will give their comments on the
hindrance within 2 days. After that Executive Engineer of the work will have to take appropriate
action on the hindrance within 2 days. The comments of JEs/AEs will not be visible to contactor, only
the decision of the Executive Engineer on the hindrance will be visible to contractor under –
Decision of the Engineer in Charge
Clause 5.4
Rs.1000/- per day subject to maximum of
Scheduled of rate of recovery for delay in submission
Rs.100000/-
of the modified programme in terms of delay days
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 38
3 0.25 %
60 Days Completion of waterproofing at all toilet levels
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 39
Civil Works: Phase-3
255 Days
1 submission of specialized agency particulars 0.125 %
Amount to be
withheld in case of
Time allowed
non-achievement of
Sl. Description of Milestone (Physical) in days (from
milestone.
No. (E&M Works) the date of
( % of E & M
start)
Component of
tendered amount)
PHASE-I
PHASE-II
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 40
3 Completion of supply & installation of all internal
E&M works (except Testing & commissioning) 220 days 0.25%
PHASE-III
Authority to decide:
i) Extension of Time : EE & SM (C)-II,
CPWD, Warangal or successor thereof.
ii) Rescheduling of Mile stones : SE Cum PD,CPWD, Hindupur
or successor thereof.
iii) Shifting the date of start in case of delay in : SE Cum PD,CPWD, Hindupur
handing over of site or successor thereof.
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 41
Part B Portions with NIL Not Applicable
encumbrances
Part C Portions NIL Not Applicable
dependent
onwork
of
other
agencies
Schedule of issue of Designs:
Part Portion of Description Time Period for issue of
Design design
reckoned from date of
receiptof tenders
Part A Portion Indicative drawings Available in NIT
alreadyin NIT representing the phase
wise work related to
all 4 phases.
Part B-1 Portion of Architectural designs to be All Civil and E&M Designs and
issued service drawings ( Water
supply, Plumbing, Sanitary
installation, Sewarage /drainage
drawings other civil services
Part B-2 Portion of Civil designs to be issued drawings as required etc , IEI
drawings and other E&M
services drawings as required
etc based on the drawings
placed in Part -F of the bid
document are required to be
Part B-3 Portion of E &M designs to be issued submitted by the Contrcator for
approval of corresponding
Enginer-in -Charge within 30
days of issue of letter of
acceptance for which no extra
cost is payable and no extra
time allowed. Note : Civil & E&M
services drawings will be issued
by the Dept. All the drawings
have to be prepared by the
contractor at his own cost and
are to be submitted for the
Dept for approval . Note : Civil &
E&M services drawings will be
issued by the Dept. All the
drawings have to be prepared
by the contractor at his own
cost and are to be submitted
for the Dept for approval .
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 42
Part B-4 Portions of IEI & Fans 1. E & M designs and service
E&M Designs drawings based on the
to be issued drawings placed in the Part
– F of the bid document are
required to be submitted by
the contractor for approval
of the Engineer-in-charge
within 30 days of issue of
letter of acceptance for
which no extra cost is
payable and no extra time is
allowed.
2. Shop drawings/ OEM
Drawings are to be
submitted by the agency
based on the drawings
placed in the Part –F of the
bid document are required
to be submitted by the
contractor for approval of
the Engineer-in-
charge within 30 days of
issue of letter of acceptance
for which no extra cost is
payable and no extra time
is
allowed.
Clause Clause 6A applicable. Mode of Measurement : CMB
6/6A
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 43
Clause 7A Yes.
Whether clause 7A shall be applicable: No running account bill
shall be paid for the work
till the applicable labour
licenses, registration with
EPFO, ESIC and BOCW
welfare board etc.are
submitted by the contractor
to the Engineer-in-
Charge.
Clause 8 A : SE cum PD, CPWD,
Authority to decide compensation on account if Hindupur or his
contractor fails to submit completion plans successorthereof
(i) This shall not apply for maintenance or up gradation contracts not
involving any services (Not applicable )
(ii) For other works, the recovery shall be made @ 0.1% (Zero-point one
percent) ofaccepted Tendered Value OR recovery rate limit specified below,
whichever is
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 44
Clause 10CA- Not Applicable.
Clause 10CC : Clause 10 CC is
Clause 10CC to be applicable in contracts with Not Applicable for
stipulated period of completion exceeding the period both Civil & E&M.
shown in next column.
B. For Electrical
Component of Electrical (except materials covered under clause 10CA) construction
materials expressed as percent of total value of work of E&M Subhead work – Xm. 75%
Component of Labour expressed as percent of total value of work - Y 25% Component
of P.O.L. expressed as percent of total value of work - Z Nil
Clause 11 : CPWD Specifications 2019
Vol- I & II with up to
Specifications to be followed for execution of work datecorrection slips.
Clause 12 :
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 45
Clause 17 Defect Liability period for
the work pertaining to each
Contractor liable for damages, defects during defect liability phase shall be 12 months
period. from date of handing over of
each phase to department.
Clause 18 T & P and machinery
List of mandatory machinery, tools & plants to be deployed : required as per Table-2
bythe contractor at site ofPart -B and as directed
by the Engineer-in-
charge.
Clause -19C:- Authority to decide penalty : EE & SM (C)-II,
for each default CPWD, Warangal
Clause: 25
Conciliator for conciliation of Additional Director General, Region
disputes Hyderabad, CPWD, Hyderabad or his
successor thereof.
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 46
Clause 32: Requirement of Technical Representative(s) and recovery rates
Sl No Minimum Designat Minimum Numbe Rate at which
Qualificatio ionon of experienc r (Civil recovery shall be
nof Technica e(Years) + made from the
Technical lStaff E&M) contractor in the
Representat event of not
ive& fulfillingprovision
Discipline of
clause36(i
)
Assistant Engineers retired from Government services those are holding Diploma will be
treatedat par with Graduate Engineers.
Diploma holders with minimum 10 year relevant experience with a reputed Maintenance
company can be treated at par with Graduate Engineers for the purpose of such deployment
subject to the condition that such diploma holders should not exceed 50% of requirement of
degree engineers.
Clause 38
(i) (a) Schedule / statement for determining theoretical quantity of cement & bitumen on the
basis of Delhi Schedule of Rates 2023 printed by C.P.W.D. with correction slips up to the last
date of submission of bids.
(ii) Variations permissible on theoretical quantities.
(a) Cement for works with estimated cost put to : 2%
plus/minustender more than 25 lakhs
(b) Bitumen for all works : 2.5% plus only & nil on minus Side
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 47
plus/minussteel sections for each diameter,
section and category
EE & SM (C)-II
CPWD, Warangal
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 48
INTEGRITY PACT
CPWD
………………………..
To, ,
………………………..
,
………………………..
Name of work: Providing repairs to existing plumbing, drainage, tile flooring, doors and
ducts including internal electrical installations etc in Kakatiya Hall of Residence (1.0K) at
NIT Warangal-Reg. Complete Renovation of toilet, bathrooms, shafts and Approximately
60 damaged hostel rooms-Reg
Dear Sir,
It is here by declared that CPWD is committed to follow the principle of
transparency, equity and competitiveness in public procurement.
The subject Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that the Bidder will sign the integrity Agreement, which is an integral part of
tender/bid documents, failing which the tenderer/bidder will stand disqualified from
the tendering process and the bid of the bidder would be summarily rejected.
This declaration shall form part and parcel of the Integrity Agreement and
signing of the same shall be deemed as acceptance and signing of the Integrity
Agreement on behalf of the CPWD.
Yours faithfully
EE & SM (C)-II
CPWD, Warangal
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 49
To,
The EE & SM (C)-II,
CPWD, B6/2,
NIT Staff Quarters,
NIT-Warangal– 506 004.
Name of work: Providing repairs to existing plumbing, drainage, tile flooring, doors and
ducts including internal electrical installations etc in Kakatiya Hall of Residence (1.0K)
at NIT Warangal-Reg. Complete Renovation of toilet, bathrooms, shafts and
approximately 60 damaged Hostel Rooms
Dear Sir,
I/We acknowledge that CPWD is committed to follow the principles thereof as
enumerated in the Integrity Agreement enclosed with the tender/bid document.
I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made
on the condition that I/We will sign the enclosed integrity Agreement, which is an
integral part of tender documents, failing which I/We will stand disqualified from the
tendering process. I/We acknowledge that THE MAKING OF THE BID SHALL BE
REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of
the NIT.
I/We confirm acceptance and compliance with the Integrity Agreement in
letter and spirit and further agree that execution of the said Integrity Agreement shall
be separate and distinct from the main contract, which will come into existence when
tender/bid is finally accepted by CPWD. I/We acknowledge and accept the duration
of the Integrity Agreement, which shall be in the line with Article 1 of the enclosed
Integrity Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the
Integrity Agreement, while submitting the tender/bid, CPWD shall have unqualified,
absolute and unfettered right to disqualify the tenderer/bidder and reject the
tender/bid is accordance with terms and conditions of the tender/bid.
Yours faithfully
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 50
INTEGRITY AGREEMENT
AND
Through……(Name and Address of the Individual/firm/Company)... (Hereinafter
referred to as the (Details of duly authorized signatory)“Bidder/Contractor” and
which expression shall unless repugnant to the meaning or context hereof include its
successorsand permitted assigns)
Preamble
WHEREAS the Principal / Owner has floated the Tender (NIT No ............................ )
(hereinafter referred to as “Tender/Bid”) and intends to award, under laid down
organizational procedure, contract for (Name of work) hereinafter referred to as the
“Contract”.
AND WHEREAS the Principal/Owner values full compliance with all relevant laws of
theland, 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
intothis 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.
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 51
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.
3.
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
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 52
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.
f. Bidder(s) / Contractor(s) who have signed the Integrity Pact shall not
approach the courts while representing the matter to IEMs and shall
wait for their decision in the matter.
4. The Bidder(s)/Contractor(s) will not instigate third persons to commit offences
outlined above or be an accessory to such offences.
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 53
Article 3: Consequences of Breach
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 54
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.
If any claim is made/lodged during the time, the same shall be binding and continue to
be valid despite the lapse of this Pacts as specified above, unless it is
discharged/determined by the Competent Authority, CPWD.
4. Should one or several provisions of this Pact turn out to be invalid; the
remainder of this Pact remains valid. In this case, the parties will strive to come
to an agreement to their original intensions.
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 55
6. It is agreed term and condition that any dispute or difference arising between
theparties with regard to the terms of this Integrity Agreement / Pact, any
action taken by the Owner/Principal in accordance with this Integrity
Agreement/ Pact or interpretation thereof shall not be subject to arbitration.
7. In view of the nature of integrity pact, the Integrity Pact is irrevocable and shall
remain valid even if the main tender/contract is terminated till the currency of
the integrity pact.
3. The Bidder(s)/Contractor(s) accepts that the IEM has the right to access without
restriction to all project documentation of the Principal including that provided
by the Contractor, The Contractor will also grant the IEM, upon his/her request
and demonstration of a valid interest, unrestricted and unconditional access to
their project documentation. The same is applicable to sub- contractors.
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 56
5. As soon as the IEM notices, or believes to notice, a violation of this agreement,
he/she will so inform the Management of the Principal and request the
Management to discontinue or take corrective action, or to take other relevant
action. The IEM can in this regard submit non- binding recommendations.
Beyond this, the IEM has no right to demand from the parties that they act in a
specific manner, refrain from action or tolerate action.
6. The IEM will submit a written report to the SDG/ADG concerned within 8 to 10
weeks from the date of reference or intimation to him by the Principal and,
should the occasion arise, submit proposals for correcting problematic
situations.
8. The Principal will provide to the IEM sufficient information about all meetings
among the parties related to the project provided such meetings could have
impact on contractual relations between the Principal and the contractor. The
parties will offer to the IEM the option to participate in such meetings.
9. The word IEM or monitor would include both singular and plural.
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 57
All rights and remedies of the parties hereto shall be in addition to all the other legal
rights and remedies belonging to such parties under the Contract and/or law and the
same shall be deemed to be cumulative and not alternative to such legal rights and
remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity
Pactwill have precedence over the Tender/Contact documents with regard any of the
provisions covered under this Integrity Pact.
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at
the place and date first above mentioned in the presence of following witnesses:
Place:
Dated:
Corrections/Omissions/Insertions – NIL AE EE
PART ‘A’ - 58
Corrections/Omissions/Insertions – NIL AE EE