EPC Model NIT
EPC Model NIT
EPC Model NIT
&
GEhITRAIL PG'BILIG W@R.D<S DEPARTNfl EhlT
OFFICE MEMORANDUM
No. DG/CON/Misc./ 11
ISSUED BY AUTHORIW OF DIRECTOR GENERAL, CPWD
NIRMAN BHAWAN NEW DELHI DATED: 07.09.2020
Sub:- Suggestion on draft MODEL NIT for EPC Projects
The draft Model NIT is uploaded herewith for obtaining feed back/suggestions
from officers of CPWD before finalizing the same.
Any feed back/suggestion on the MODEL NIT should reach to the office of SE
Copy to:
All the officers of CPWD/PWD Delhi, through CPWD website for information and
necessa ry action.
o .o\'Ltuo
Superinte ding Engineer (C&M)
1
DRAFT
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
MODEL NIT
NIT No:
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Name of Work:
INDEX (Indicative)
Name of work:
APPROVAL
Name of Work:
Approved by
PART-I
GENERAL INFORMATION
NIT No
Name of Work
Location
Civil: Rs…..
E&M: Rs…….
Estimated cost put to bid Total: Rs……
1.1. The work is estimated to cost Rs…………….(Civil component: Rs…… and E & M
component: Rs………).This estimate, however, is given merely as a rough guide.
1.2. Intending bidders are eligible to submit the bid provided they have 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:
1.3. Bidders who fulfil the following requirements (Initial eligibility criteria) shall be
eligible to apply. (Joint Ventures are not accepted)
1.3.1 (i) Should have satisfactorily completed the following works in last 7 (seven) years
ending previous day of last date of submission of bids including extended date, if
any. For this purpose, cost of work shall mean gross value of the completed work
including the cost of materials supplied by the Government/Client, but excluding
those supplied free of cost. This should be certified by an officer not below the rank
of Project Manager/Executive Engineer or equivalent.
Three similar completed works each of value not less than 40% of Estimated cost
put to tender of construction work‟s cost
Or
Two similar completed works each of value not less than 60% of Estimated cost
put to tender of construction work‟s cost
Or
One similar completed work of value not less than 80% of Estimated cost put to
tender of construction work‟s cost
Note:-
1) If there are a number of buildings in a similar work, then minimum one
building should satisfy the definition of similar work.
2) Mumty and machine room shall not be considered as storey for this purpose.
3) Each basement, stilt constructed in the building shall be considered as
storey.
The value of executed works shall be brought to current costing level by enhancing
the actual value of work at simple rate of 7% per annum; calculated from the date of
completion to the previous day of last date of submission of tenders.
1.3.3 Should have had average Annual Financial Turn Over (gross) of not less than
50% of Estimated cost put to tender on construction works during the immediate
last three consecutive Financial years ending on 31st March 2020. This should be
duly audited by Chartered Accountants. Year in which no turnover is shown would
also be considered for working out the average. Scanned copy of certificate from
Chartered Accountant to be uploaded. Further details, if required may be asked
from the bidder after opening of eligibility bids.
The multiplication factor of 7% per annum simple interest is NOT applicable on the
Annual Financial Turnover figures
1.3.4 Should not have incurred any loss (profit after tax should be positive) in more
than two years during the last five consecutive Financial years ending 31stMarch
2020 duly audited and certified by the Chartered Accountant. (scanned copy of
certificate from CA to be uploaded). The balance sheet in case of Pvt/Public Ltd
company means its Standalone Finance Statement and Consolidated Financial
Statement both)
1.3.5 Should have Networth of minimum 10% of Estimated cost put to tender
certified by chartered accountant (Scanned copy of original Networth Certificate
issued by Certified Chartered Accountant in Form B-1 to be uploaded) or Should
have Bank Solvency Certificate of minimum 40% of Estimated cost put to
tender certified by solvency issuing bank on bank(Scanned copy of original Bank
Solvency Certificate issued by the Bank in Form B to be uploaded).
1.3.6 Should have bidding capacity equal to or more than estimated cost put to
tender. The bidding capacity shall be worked out by the following formula:
Bidding Capacity = {[AxNx2]-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. When the value of N is less than 0.5 years, then for purpose of calculation
value to N shall be taken as 0.5.
B = Value of existing commitments and on going works to be completed during the
period of completion of work for which bids have been invited.
1.3.7 To become eligible for issue of bid, the bidders shall have to furnish an
affidavit in Form G as under (Scanned copy to be uploaded):
I/We undertake and confirm that eligible similar work(s) has/have not been got
executed through another contractor on back to back basis or subletting 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 to be uploaded at the time of submission of bid).
1.3.8 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.
2. 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.
TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)
10
3. Information and instructions for bidders posted on website shall form part of bid
document.
5. The bid can only be submitted after deposition of original EMD either in the office of
Executive Engineer & Senior Manager inviting bids or division office of any Executive
Engineer, CPWD within the period of bid submission and uploading the mandatory
scanned documents such as Demand darft or Pay order or Bankers Cheque or
Deposit at call Receipt or Fixed Deposit Receipts and Bank Guarantee of any
scheduled Bank towards EMD in favour of Executive Engineeras mentioned in NIT,
receipt for deposition of original EMD to division office of any Executive
Engineer(including NIT issuing EE/AE), CPWD and other documents as specified.
6. Those contractors not registered on the website mentioned above, are required to
get registered beforehand. Only e-bids shall be accepted on webite
www.tenderwizrad.com/cpwd through e-tendering processes.
7. The intending bidder must have valid Class-III digital signature to submit the bid.
8. On opening date, the contractor can login and see the bid opening process. After
opening of bids he will receive the competitor bid sheets.
9. Contractor can upload documents in the form of JPG format and PDF format.
10. Certificate of Financial Turn over: At the time of submission of bid, contractor
may upload Affidavit/ Certificate from CA mentioning Financial Turnover of last 3
years or for the period as specified in the bid document and further details if
required may be asked from the contractor after opening of technical bids. There is
no need to upload entire voluminous balance sheet.
11. Contractor must ensure to quote 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).
However, If a tenderer quotes nil rates against each item in item rate tender or
does not quote any percentage above/below on the total amount of the tender or
any section / sub head in percentage rate tender, the tender shall be treated as
invalid and will not be considered as lowest tenderer.
12. The “Eligibility 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
bid shall be communicated to them at a later date. The financial bid shall be
opened at the notified time, date & place. The bidders or their representatives may
remain present in the office of tender opening authority.
TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)
11
13. Pre bid conference shall be held in the Office of ……… at …*…Hrs. on …*... to
clear the doubt of intending bidders, if any. (* To be filled by EE, CPWD before
uploading)
14. The department reserves the right to reject any or all bids without assigning any
reason thereof and may 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.
15. After submission of the bid, the bidder can re-submit revised bid any number of
times but before last date and time of submission of bid as notified.
While submitting the revised bid, bidder can revise the quoted rates of one or more
items any number of times but before last date and time of submission of bid as
notified.
Important:
(a) The contractor shall submit original copies of all documents within 03 days of the date
of opening of eligibility bid mentioned at Serial Nos. 2,3, 6 and 10 in Table-1 (a) and
self-certified documents in respect of other documents mentioned in Table-1(a) with
Executive Engineer, CPWD…………
(b) CPWD enlisted contractors of class 1 (super) in composite category shall also submit
original copy of document at Serial Nos. 2 & 4 in Table-1 (b) and self attested copies
of documents at Serial Nos. 1,3 & 5 of Table-1(b)
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
NOTICE INVITING e-BIDS
Name of work:…………………………………………………………………………………….
1.1. The work is estimated to cost Rs………(Civil component: ………… and E & M component:
…………). This estimate, however, is given merely as a rough guide.
1.2. Intending bidders are eligible to submit the bid provided they have 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:
1.3. Bidders who fulfil the following requirements (Initial eligibility criteria) shall be eligible to
apply (Joint Ventures are not accepted)
1.3.1 (i) Should have satisfactorily completed the following works in last 7 (seven) years ending
previous day of last date of submission of bids including extended date, if any. For this
purpose, cost of work shall mean gross value of the completed work including the cost of
materials supplied by the Government/Client, but excluding those supplied free of cost.
This should be certified by an officer not below the rank of Project Manager/Executive
Engineer or equivalent.
Three similar completed works each of value not less than 40% of Estimated cost put to
tender of construction work‟s cost
Or
Two similar completed works each of value not less than 60% of Estimated cost put to
tender of construction work‟s cost
Or
One similar completed work of value not less than 80% of Estimated cost put to tender
of construction work‟s cost
In this regard, details submitted by bidders in concerned Form shall be evaluated for
assessing this initial eligibility criteria. This work shall be considered for the purpose of
assessing the technical competency only without adding its monetary value for determining
eligibility criteria.
Note:-
1) If there are a number of buildings in a similar work, then minimum one
building should satisfy the definition of similar work.
2) Mumty and machine room shall not be considered as storey for this purpose.
3) Each basement, stilt constructed in the building shall be considered as
storey.
The value of executed works shall be brought to current costing level by enhancing
the actual value of work at simple rate of 7% per annum; calculated from the date of
completion to the previous day of last date of submission of tenders.
1.3.3 Should have had average Annual Financial Turn Over (gross) of not less than 50% of
Estimated cost put to tender on construction works during the immediate last three
consecutive Financial years ending on 31st March 2020. This should be duly audited by
Chartered Accountants. Year in which no turnover is shown would also be considered for
working out the average. Scanned copy of certificate from Chartered Accountant to be
uploaded. Further details, if required may be asked from the bidder after opening of
eligibility bids.
The multiplication factor of 7% per annum simple interest is NOT applicable on the Annual
Financial Turnover figures
1.3.4 Should not have incurred any loss (profit after tax should be positive) in more than
two years during the last five consecutive Financial years ending 31stMarch 2020 duly
audited and certified by the Chartered Accountant. (scanned copy of certificate from CA to
be uploaded). The balance sheet in case of Pvt/Public Ltd company means its Standalone
Finance Statement and Consolidated Financial Statement both)
1.3.5 Should have Networth of minimum 10% of Estimated cost put to tender certified by
chartered accountant (Scanned copy of original Networth Certificate issued by Certified
Chartered Accountant in Form B-1 to be uploaded) or Should have Bank Solvency
Certificate of minimum 40% of Estimated cost put to tender certified by solvency
issuing bank on bank(Scanned copy of original Bank Solvency Certificate issued by the
Bank in Form B to be uploaded).
1.3.6 Should have bidding capacity equal to or more than estimated cost put to tender. The
bidding capacity shall be worked out by the following formula:
Bidding Capacity = {[AxNx2]-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.
When the value of N is less than 0.5 years, then for purpose of calculation value to N shall
be taken as 0.5.
B = Value of existing commitments and on going works to be completed during the period
of completion of work for which bids have been invited.
1.3.7 To become eligible for issue of bid, the bidders shall have to furnish an affidavit in
Form G as under (Scanned copy to be uploaded):
I/We undertake and confirm that eligible similar work(s) has/have not been got executed
through another contractor on back to back basis or subletting 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 to be uploaded at the
time of submission of bid).
1.3.8 The bidder should have sufficient number of Technical and Administrative employees for
TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)
15
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.
2. Agreement shall be drawn with the successful bidder on prescribed Form No.
CPWD– 7/8 annexed at ………..along with General Condition of Contract 2020 for EPC
Projects as amended up to the last date of submission of bid, which is available on website
www.cpwd.gov.in. This form shall be read with modifications as per NIT Document.
Bidders shall quote their rates as per various terms and conditions of the above documents
which will form part of the agreement.
Accordingly, 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 (copy of indicative soil investigations attached with this NIT), the form and nature
of the site, the means of access to the site, the accommodation they may require and in
general shall themselves obtain all necessary information as to risks, contingencies and
other circumstances which may influence or affect their bid. A bidder shall be deemed to have
full knowledge of the site whether he inspects it or not and no extra claims/payments
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 bid implies
that he has read this notice and all other contract documents and has made himself aware of
the scope and specifications of the work to be done and local conditions and other factors
having a bearing on the execution of the work.
7. While submitting the revised bid, bidder can revise the quoted rates of one or more items any
number of times but before last date and time of submission of bid as notified.
10. Copy of certificate of work experience and other documents as specified in the Notice Inviting
Tender (NIT) documents for eligibility 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 Notice Inviting Tender (NIT) shall have to be submitted by
the lowest bidder only along with physical EMD of the scanned copy of EMD uploaded within a
week physically in the office of tender opening authority. Online bid documents submitted
by intending bidders shall be opened only of those bidders, whose original EMD
deposited with any division of CPWD and other documents scanned and uploaded are
found in order.
11. Online bid documents submitted by intending bidders shall be opened only of those bidders,
who has deposited e-processing fee with M/s ITI Limited and earnest money deposit and other
documents scanned and uploaded are found in order.
12. Pre bid conference shall be held in the Office of …………….at …*…Hrs. on …*... to clear the
doubt of intending bidders, if any. (* To be filled by EE, CPWD before uploading)
13. The date of opening of Financial Bid shall be informed through web site by Executive Engineer,
CPWD…….
(d) If any bidder 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 for
evaluation as lowest tenderer.
16. The bidder whose bid is finally accepted will be required to furnish performance guarantee of
5% (Five Percent) of the bid amount of the works with Enginner-in-Charge 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 Deposit at Call receipt of any Scheduled bank / Banker‟s cheque of
any Scheduled bank / Demand Draft of any Scheduled bank / Pay order of any Scheduled
bank (in case guarantee amount is less than Rs 1,00,000) orGovernment Securities or Fixed
Deposit Receipts of a Scheduled bank or an irrevocable Bank Guarantee Bonds of any
Scheduled Bank or the State Bank of India in accordance with the prescribed form.
In case, the Bidder 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 only after receiving the aforesaid performance
guarantees of the work by the Engineer-in-Charge.
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 provisions by the sub-agencies, if any, engaged by the
Bidder for the said work with in the period specified in Schedule-F.
17. 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. Department may 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.
18. Canvassing whether directly or indirectly, in connection with bids is strictly prohibited and the
bids submitted by the bidders who resort to canvassing will be liable to rejection.
19. 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.
20. The bidder shall not be permitted to bid for works in the CPWD Circle(Division in case of
Bidders of Horticulture / Nursery category) responsible for award and execution of contracts, in
which his near relative is posted as 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
TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)
18
Central Public Works Department or in the Ministry of Housing and Urban Affairs. Any breach
of this condition by the bidder would render him liable to be removed from the approved list of
Bidders of this Department i.e CPWD.
21. 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 Bidder for a period of one year after his retirement from Government service, without
the prior permission of the Government of India in writing. This contract is liable to be cancelled
if either the Bidder or any of their employees is found any time to be such a person who has
not obtained the permission of the Government of India as aforesaid before submission of the
bid or engagement in the Bidder‟s service.
22. The bid for the works shall remain open for acceptance for a period of ……….days from the
date of opening of eligibility bid. In case, the bidder withdraws their bid before the said period
or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms
and conditions of the bid which are not acceptable to the department, then the Engineer-in-
Charge on behalf of President of India 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.
23. This Notice Nnviting Tender/Bid (NIT) shall form a part of the contract document. The
successful bidder, on acceptance of his bid by the Accepting Authority shall within 15 days
from the letter of acceptance, sign the agreement consisting of:
(a) The Notice Inviting Bid/Tender, all the documents including special conditions, additional
conditions, particular 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-7/8 annexed at Page number ………..along with General
Condition of Contract 2020 for EPC Projects including up to date amendments and duly
modified for EPC work as applicable and modified/amended up to last date of
submission of Bid.
24.11 The Contractor shall be deemed to have satisfied himself before tendering as to the
correctness and sufficiency of his tender for the works and of the rates and prices quoted in
the schedule of financial bids in this tender document, which rates and prices shall, except
as otherwise provided, cover all his obligations under the Contract and all matters and
things necessary for the proper completion and maintenance of the works.
24.12 The several documents forming the Contract are to be taken as mutually explanatory of
one another, detailed drawings being followed in preference to small scale drawing and
figured dimensions in preference to scale and special conditions in preference to General
Conditions.
24.13 In the case of discrepancy between the Schedule of Quantities, the Specifications and/ or
the Drawings, the following is order of preference:-
(i) Description of Schedule of Quantities.
(ii) Scope of Work
(iii) Particular Specification and Special Condition, if any.
(iv) Drawings.
(v) CPWD Specifications.
(vi) IndianStandard Specifications of B.I.S.
INTEGRITY PACT
To,
………………………………………
………………………………………
………………………………………
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
To,
Executive Engineer,
………………………………………
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 in accordance with terms and
conditions of the tender/ bid.
Yours faithfully
INTEGRITY AGREEMENT
BETWEEN
(Name of Division)
CPWD,............................................................................................................, (Hereinafter referred
as the
(Address of Division)
„Principal/Owner‟, which expression shall unless repugnant to the meaning or context hereof
include its successors and permitted assigns)
AND
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 the land,
rules, regulations, economic use of resources and of fairness/transparency in its relation with its
Bidder(s) and Contractor(s).
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this
Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions
of which shall also be read as integral part and parcel of the Tender/Bid documents and Contract
between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties
hereby agree as follows and this Pact witnesses as under:
(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 Bidder(s) confidential / additional
c) The Principal/Owner shall endeavour to exclude from the Tender process any person, whose
conduct in the past has been of biased nature.
(2) If the Principal/Owner obtains information on the conduct of any of its employees which is a
criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC
Act) or is in violation of the principles herein mentioned or if there be a substantive suspicion in
this regard, the Principal/Owner will inform the Chief Vigilance Officer and in addition can also
initiate disciplinary actions as per its internal laid down policies and procedures.
1. It is required that each Bidder/Contractor (including their respective officers, employees and
agents) adhere to the highest ethical standards, and report to the Government / Department all
suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge or
becomes aware, during the tendering process and throughout the negotiation or award of a
contract.
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 the relevant IPC/PC Act.
Further the Bidder(s)/ Contract(s) will not use improperly, (for the purpose of competition or
personal gain), or pass on to others, any information or documents provided by the
Principal/Owner as part of the business relationship, regarding plans, technical proposals and
business details, including information contained or transmitted electronically.
d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of
agents/ representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality
shall disclose names and addresses of foreign agents/representatives, if any. Either the
foreign/ Indian agent on behalf of the foreign principal or the foreign principal directly could bid
in a tender but not both. Further, in cases where an agent 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 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
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).
Without prejudice to any rights that may be available to the Principal/Owner under law or
the Contract or its established policies and laid down procedures, the Principal/Owner shall have
the following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the
Bidder/ Contractor accepts and undertakes to respect and uphold the Principal/Owner‟s absolute
right:
1. 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.
2. The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and
Contractors.
3. The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between
the Principal/ Owner and the bidder, along with the Tender or violate its provisions at any
stage of the Tender process, from the Tender process.
2......................................................
(signature, name and address)
Place:
Dated:
SEALED with the Common Seal of the said Bank this .................day of ................. 20... . THE
CONDITIONS of this obligation are:
(1) If after tender opening the contractor withdraws, his tender during the period of validity of
tender (includingextended validity of tender) specified in the Form of Tender;
(2) If the contractor having been notified of the acceptance of his tender by the Engineer-in-
Charge:
(a) fails or refuses to execute the Form of Agreement in accordance with the
Instructions to contractor, if required;
OR
(b) fails or refuses to furnish the Performance Guarantee, in accordance with the
provisions of tender document and Instructions to contractor,
We undertake to pay to the Engineer-in-Charge either up to the above amount or part thereof
upon receipt of his firstwritten demand, without the Engineer-in-Charge having to
substantiates his demand, provided that in his demand the Engineer-in-Charge will note that
the amount claimed by his 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 tenderas such deadline is stated in the Instructions to contractor or as it may
be extended by the Engineer-in- Charge,notice of which extension(s) to the Bank is hereby
waived. Any demand in respect of this Guarantee should reach theBank not later than the
above date.
*Date to be worked out on the basis of validity period of 6 months from last date of receipt of
tender
PART - II
ELIGIBILITY BID
Section-I
SCOPE OF WORK
(Areas to be described and any other details can be added as decided by NIT approving authority)
Attributes Evaluation
(a) Financial strength (20 Marks) (i) 60% marks for minimum eligibility criteria
(i) Average annual 16 marks (ii) 100% marks for twice the minimum
Turnover (Form-A) eligibility criteria or more
(ii) Networth 4 marks
In between (i) & (ii)- on pro-rata basis
Certificate (Form-B-1) or Bank
Solvency (Form-B)
(b) Experience in similar (20 marks) (i) 60% marks for minimum eligibility criteria
Class of works (Form-C) (ii) 100% marks for twice the minimum
eligibility criteria or more
In between (i) & (ii)- on pro-rata basis
(c) Performance on works(20 marks)
(time over run) (Form-D)
Parameter calculation for points Score Max.
Marks
If TOR = 1.00 2.00 3.00 > 3.50 20
(i) without levy of compensation 20 15 10 10
(ii) with levy of compensation 20 5 0 -5
(iii) Levy of compensation not 20 10 0 0
decided
TOR = AT/ST, where AT = Actual Time; ST = Stipulated Time in the agreement plus (+)
Justified Period of Extension of Time.
Note: Marks for value in between the stages indicated above is to be determined by
straight line variation basis.
(d) Performance of Works (Quality) (40 marks) (Form-D)
(i) Outstanding 40
(ii) Very Good 30
(iii) Good
20
(iv) Poor
0
LETTER OF TRANSMITTAL
From:
To
Executive Engineer,
CPWD…………..
Subject:-
Sir,
Having examined the details given in press notice and bid documents for the above work,
I/we hereby submit the relevant information.
1. I/we hereby certify that all the statements made and information supplied in the enclosed
Forms A to F and accompanying statements 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 Networth Certificate and authorize the
Executive Engineer, CPWD……………. to approach the Certified Chartered Accountant
issuing the Networth certificate to confirm the correctness thereof. I/we also authorize
Executive Engineer, CPWD ………..to approach individuals, employers, firms and
corporation to verify our competence and general reputation.
Or (as applicable)
I/we submit the requisite certified Bank Solvency Certificate and authorize the
Executive Engineer, CPWD……………. to approach the Bank issuing the Bank Solvency
Certificate to confirm the correctness thereof. I/we also authorize Executive Engineer,
CPWD ………..to approach individuals, employers, firms and corporation to verify our
competence and general reputation.
4. I/we submit the following certificates in support of our suitability, technical knowledge and
capabilities for having successfully completed the following eligible similar 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:
Seal of bidder
Date of submission:
Signature(s) of Bidder(s).
FINANCIAL INFORMATION
Fig in Rs.
1 Gross Annual
Turnover Amount
2 Turn-Over Amount on
Construction Works
3 Profit/loss
(Standalone Finance
Statement and
Consolidated
Financial Statement
both)
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).
NOTE:
1. Net Worth certificate should be on letter head of the Chartered Accountant, sealed in cover
addressed to tendering authority (Executive Engineer, CPWD………….).
2. In case of partnership firm, certificate should include names of all partners as recorded with
the Chartered Accountant.
3. The certificate should not be more than 6 months old.
FORM “B”
This is to certify that to the best of our knowledge and information that
M/s.Sh………………………………………………………….having marginally noted address, a
customer of our bank are/is respectable and can be treated as good for any engagement upto a
limit of Rs……………………………………………………….)
This certificate is issued without any guarantee or responsibility on the bank or any of the officers.
(Signature)
For the Bank
NOTE:-
(1) Bankers certificates should be on letter head of the Bank, sealed in cover addressed to
tendering authority.
(2) In case of partnership firm, certificate should include names of all partners as recorded with
the Bank.
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
1 2 3 4 5 6 7 8 9 10
Note:
1) The bidder/ contractor should give list of only those eligible works which are of
similar nature.
2. Agreement no.
3. Estimated cost :
5. Date of start
6. Date of completion
(i) Stipulated date of completion:
(ii) Actual date of completion:
7. (a) Whether case of levy of compensation for delay has been decided or not (Yes/No)
9. Performance Report
Dated:
FORM-„F‟
Receipt of Deposition of Original EMD/Bid Security
(Receipt no………. / date……)
Name of work:
NIT No.:-
#1.Name of contractor………………………………….
#2.Form of EMD………………………………………...
#3.Amount of Earnest Money Deposit……………………
#4.Date of submission of EMD……………………………
FORM-„G‟
AFFADAVIT
I/We undertake and confirm that eligible similar work(s) has/have not been got executed
through another contractor on back to back basis or subletting 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 to be uploaded at the time of submission of bid).
PART-III
FINANCIAL BID
COUNTRY: India
PLACE: DIVISION:CPWD
(ii) To be opened in the presence of bidders who may be present on …*…./2020 at 15:30
Hrs. in the office of the Executive Engineer,CPWD…………………………...
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
2020 for EPC Contracts with amendments up to the last date of submission of bids, clauses of
contract, Special conditions, Bill of Quantities & other documents and Rules referred to in the
conditions of contract and all other contents in the bid document for the work.
I/We hereby bid for the 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 2014 and Conditions of contract of
2020 for EPC Projects with amendments up to the last date of submission of bids and with such
materials as are provided for, by, and in accordance with, such conditions so far as applicable.
We agree to keep the bid open for …………. days from the date of opening of eligibility bid and not
to make any modification in its terms and conditions.
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 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 Deposited/Performance Guarantee.
TO BE APPROVED BY NIT APPROVING AUTHORITY (DRAFT)
46
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.
Witness: **
Occupation: **
ACCEPTANCE
Name of Work:
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted
by me for and on behalf of President of India for a sum of
Rs. …………………………………………………… ……………………………………………………).
The letters referred to below shall form part of this contract agreement:
(a)
(b)
(c)
Signature ………**……………………..
From
The Executive Engineer
Division, C.P.W.D………
To
(Name and address of the contractor)
Subject:
Yours faithfully,
Executive Engineer
For and on behalf of President of India
….……Division, CPWD, ……………..
PROFORMA OF SCHEDULES
(Civil, Electrical & Horticulture Works)
SCHEDULE „A‟
SCHEDULE „D‟ Extra schedule for specific attached in tender form requirements/documents
for the work, if any.
SCHEDULE „E‟
Reference to General Conditions of contract – GCC 2020 for EPC Projects is applicable in this
contract along with up to date amendments, if any up to the last date of submission of bid.
(ii) Earnest money Rs……./- (To be returned by EE, CPWD only after
receiving of the performance guarantee)
(iii) Performance Guarantee 5% of the tendered value of the work
Definitions:
(iii) For Horticulture items of work Executive Engineer, CPWD …………or successor
thereof
(vi)
DSR 2020 modified and corrected upto last
Standard schedule of rates
date of submission of bids
(viii) Standard CPWD Contract Form GCC 2020 for EPC projects modified and
GCC, CPWD form as modified and corrected up to the last date of submission of bid.
corrected up to
Clause 2 Authority for fixing Compensation under Clause- Chief Engineer/ Superintending
2 Engineer, CPWD………..,
CPWD………..
(iii) -- --
50% of Total work at in Financial Terms
NOTE:
1. Withheld amount shall be released if and when subsequent milestones are achieved within
respective time specified. However, in case milestones are not achieved by the contractor for
the work, the amount shown against milestones shall be withheld.
Time allowed for execution of work: …………Months (Following breakup is indicative only)
(i) ………Months for Planning, Designing and obtaining various approvals as per this contract
document and complying all pre-construction activities for commencing the construction work,
thereafter
(ii) ……… Months for execution and physical completion, occupancy certificate from local body
and no objection certificate from fire department and all local body approval of Nepal.
Defect Liability Period : ………months, after completion of construction work or record of final
completion certificate, whichever is later.
Authority to decide:
(i) Extension of time Engineer-in-Charge of major component of work or successor
thereof (The final authority to decide final extension of time is
Chief Engineer/ SE or his successor thereof)
(ii) Rescheduling of mile Chief Engineer/SEor his successor thereof
stones
Schedule of rate of recovery for delay in submission of the modified programme in terms of delay
days @ Rs. ……………./- per day
Clause 7 Gross work to be done together with net Rs…………….or part thereof to
payment /adjustment of advances for material facilitate progress of work.
collected, if any, since the last such payment for
being eligible to interim payment
Clause 7A Whether Clause 7A shall be applicable Yes
Clause 8A Authority to decide compensation on account if Chief Engineer/SE or his successor
contractor fails to submit completion plans thereof
Materials covered Nearest material (other than Base price and corresponding
under this clause. cement*, reinforcement bars and period of all the materials
structural steel) for which covered under clause 10 CA
Wholesale Price Index is to be Base Price Corresponding
followed. (Per tonne) Period
1. Cement (OPC) NIL
2. Cement (PPC) NIL As approved
3. Steel (TMT by CE
Bars) 500 D
CPWD
Primary producer NIL
4. Structural Steel NIL
* Includes cement component used in RMC brought at site from outside approved RMC plants, if
any.
For Electrical 1. CPWD General Specification for Electrical Works Part I Internal - 2013.
works 2. CPWD General Specification for Electrical Works Part IV Substation - 2013.
3. CPWD General Specification for Electrical Works Part V Wet riser & sprinkler
system - 2006
4. CPWD General Specification for Electrical Works Part VII DG Sets - 2013.
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. General Specification for Part-VI Fire Detection and Alarm System 2018
Note All above specifications shall be applicable along with all correction slips issued
by authority of Director General, CPWD up to the last date of
submission/uploading of bid.
Order of precedence shall be as following:
(a) Description of item as per Schedule of financial bids.
(b) Scope of work as per tender document
(c) Specification mentioned in tender document
(d) CPWD specifications amended up to date
(e) NBC 2016
(f) ECBC 2017
(g) Relevant BIS/IS codes
Clause 12
Applicable only for the original construction work.
Clause 19 : Clause 19 D: Executive Engineer, CPWD or successor thereof shall be the authority
to decide penalty for each default.
Clause 19 G : Executive Engineer, CPWD or successor thereof shall be the
authority to decide penalty for each default.
Clause 19 K : Executive Engineer, CPWD or successor thereof shall be the authority
to decide penalty for each default.
Assistant Engineers retired from Government services that are holding diploma will be treated at
par with Graduate Engineers. Diploma holder with minimum 10 years relevant experience with a
reputed construction company can be treated at par with Graduate Engineers for the purpose of
such deployment subject to the condition that such diploma holders should not exceed 50% of
requirement of degree engineers.
(a) Cement
Cement for works 2% Plus/Minus
To
………………………………….
............
Dear Sir,
In terms of clause 25 (Arbitration Clause) of the agreement, particulars of which are given
below, I/we hereby give notice to you to appoint an arbitrator for settlement of disputes mentioned
below:
1. Name of applicant
2. Whether applicant is Individual/Prop. Firm/Partnership Firm/Ltd. Co.
3. Full address of the applicant
4. Name of the work and contract number in which arbitration sought
5. Name of the Division which entered into contract
6. Contract amount in the work
7. Date of contract
8. Date of initiation of work
9. Stipulated date of completion of work
10. Actual date of completion of work (if completed)
11. Total number of claims made
12. Total amount claimed
13. Date of intimation of final bill (if work is completed)
14. Date of payment of final bill (if work is completed)
15. Amount of final bill (if work is completed)
16. Date of request made to CE for decision
17. Date of receipt of CE's decision
18. Date of appeal to you
19. Date of receipt of your decision.
I/We certify that the information given above is true to the best of my/our knowledge. I/We
enclose following documents.
1. Statement of claims with amount of claims.
2.
3.
Appendix-I
Equipments for conducting necessary tests (as per CPWD Specifications 2019 Volume-I&II) shall
be provided and installed at site campus in the well-furnished site laboratory by the contractor at
his own cost. The following laboratory equipment should be in general or as and when required be
set up at site laboratory: -
6. Concrete pump
7. Needle Vibrators.
8. Screed Leveller.
9. Plate Vibrator
10. Automatic Ring making machine(Reinforcement)
11. Dumper/Tipper
12. Reinforcement bending machine.
13. Reinforcement cutting machine.
14. Power driven earth rammer (Soil compactor).
15. Total station.
16. Water tanker (Minimum capacity of 5000 liters)
Note: The above list is only indicative and not exhaustive. The Bidder may be required to
deploy more T&P as per requirement of work so that work may be completed on
time.
All the above plants & equipment‟s are to be deployed as and when required or
directed by Engineer-in-Charge.
CHAPTER-A
CHAPTER-B
Additional Conditions & Particular Specifications For Civil Works
PLUMBING WORKS:-
1) External Water Supply System:
2) Sewerage System:
3) Storm Water Drainage System:
4) Rain Water Harvesting:
5) Internal Plumbing Works:
6) Approach for Planning:
7) Important Factors on Planning:
8) Water Supply System:
9) Pumping, Overhead Storage & Distribution System:
10) Water Supply Pumps:
11) Materials for Water Supply:
12) Valves:
SEWERAGE SYSTEM:
1) Type of distribution:
2) Final Disposal of Treated Effluent:
3) Appurtenances & Material Specifications for the Sewerage
System: Pipes & Manholes:
Chapter- C
Scope & Specifications of Electrical & Mechanical Works
Scope of work for all E&M Works
Eligibility Criteria for Association of Agencies for execution of E&M
Works.
Format of willingness certificate from associate agencies
Format for MoU between Associate and Main agency
Format for letter of Transmittal
C1:- Internal & External Electrical Installationsand Pumps i/c UPS
C2:- Fire Alarm System
C3:- Fire-Fighting System
C4:- Sub Station
C5:- DG Set
C6:- Lifts
C7:-HVAC
C8:-Solar PV Generation
C9:- IP EPABX
C10:- EPABX
C11:- CCTV
C12:- LAN
C13:- STP
C14:- Audio/Video System
Following parameters to be defined separately for all above mentioned
packages i.e C1 to C14:-
Scope of Work
Design basis
Additional Specifications
Important Indian Standards & Codes of Practise Guide
Form of Completion Certificate
List of Makes of all products/equipments
Particular Technical Specifications of Electrical & Mechanical Works
CHAPTER-D
CHAPTER-E
SCHEDULE OF STAGE PAYMENTS
All running / intermediate & final payments shall be made to the agency in accordance with
the following schedule:
1. The running/intermediate account bills shall be submitted by the contractor for the work
executed on the basis of such recorded measurements as per Clause 6 of GCC 2020 for
EPC Projects on the format of the department in triplicate on or before the date of every
month fixed for the same by the Engineer-In-Charge, CPWD mentioned in schedule-F or
successor thereof.
2. Engineer-In-Charge, CPWD mentioned in schedule-F or successor thereof shall arrange to
have the bill verified in the event of the failure of the contractor to submit the bills, no claims
whatsoever due to delays on payment including that of interest shall be payable to the
contractor.
3. Payment on account of amount admissible shall be made by the Engineer-In-Charge, CPWD
certifying the sum to which the contractor is considered entitled by way of interim payment at
such rates as decided by the Engineer-In-Charge, CPWD.
4. The amount admissible shall be paid by 10th working day after the day of presentation of the
bill by the Contractor to the Engineer-In-Charge, CPWD mentioned in schedule-F or
successor thereof together with the account of the material issued by the department, or
dismantled materials, if any.
5. Unless explicitly stated otherwise in the Tender Documents/NIT, the payment shall be as per
provisions of Schedule-F and payment shall be as per actual measurements on submission
bill by the agency.
6. Mode of measurement of Plinth Area shall be as per prevailing guidelines of CPWD in Plinth
Area Rates 2020 issued by CPWD
7. The total plinth area of a building shall be sum of plinth area at every floor including
basement, if any.
8. Nothing extra shall be paid for services of various consultants such as architectural,
structural, E&M, green building, other services etc and related expenses for consultancy
services stipulated in this tender document. The agency shall quote the rates taking this
aspect into consideration.
9. Nothing extra shall be paid for testing of various materials, cost of materials used for
testing, handling & transportation and related expenditure. The agency shall quote the rates
taking this aspect also into consideration.
10. All duties, fees and other levies & taxes shall be payable by the Contractor and nothing
extra shall be paid. The agency shall quote the rates taking this aspect also into
consideration.
Total percentage
CHAPTER-F
SCHEDULE OF FINANCIAL BID
Name of Work:- Construction of RCC framed Building including Civil, Electrical & Mechanical and
Horticulture services on EPC basis.
Quoted Rates
S. Quantit Amount
Description of Items Units
No. y In (Rs.)
In
Figur
Words
e
1 (a) Planning, Designing and Construction of RCC
Framed Structure Building of 'Z' Storeys including
Preparation of Preliminary Architectural & Detailed
Working Drawings, Structural Analysis & Design,
Planning, Designing & Execution of all related
Services including Internal Water Supply & Sanitary
Installations, Internal E&M installations, Civil &
Electrical External Service Connections, all E&M
services etc as per NBC 2016 including suitable no. of
Lifts of required capacity by incorporating stipulated
specifications and integrating all internal & external
services pertaining to Civil, E& M with External
Development works & making the facilities functional
all complete as per directions of Engineer-in-Charge.
The work shall be executed complete as per scope,
specifications, conditions and other details stipulated
in NIT/Tender document and as per direction of
Engineer-in-Charge.