Beruflich Dokumente
Kultur Dokumente
Name of work: A/R & M/O to Other Office Bldg. at Akurdi, Pune during 2018-19.SH:
Providing various services for day to day maintenance, LMV drivers for
Govt. vehicle etc. under ACSD, CPWD, Akurdi, Pune.
INDEX
Sl.
CONTENTS PAGE NO.
No.
1. Instruction to the Executive Engineer 2
2. Annexure ‘A’ 3
PART – A 4
Information & Instruction for contractor for
3. 5 to 09
e-Tendering.
4. Integrity Agreement 10 to 15
5. Notice inviting tenders (form CPWD-6) 16 to 21
6. Percentage rate tender (form CPWD-7) 22 to 23
7. Schedule A to Schedule F 24 to 28
8. Form of Earnest Money (Bank Guarantee) 29
9. Additional Conditions 30 to 32
PART – B 33
10. Form of P.G./Bank Gaurantee Bond 34 to 35
11 Schedule of Quantities (Civil) 36
PART – C (PRICE BID) 37
23. Price Bid Sheet 38
This N.I.T contains pages 01 to 36 for Part A & B and Pages 37 to 38 for Part-C for Price Bid Sheet.
AE(P)
Pg 2
Name of A/R & M/O to Other Office Bldg. at Akurdi, Pune during 2018-19.SH:
work: Providing various services for day to day maintenance, LMV drivers for Govt.
vehicle etc. under ACSD, CPWD, Akurdi, Pune.
1. All the blanks in NIT shall be filled in by the Executive Engineer before issue.
2. The Executive Engineer should invite tenders only after possession of the land and when
the site is free for construction and also after receipt of all necessary approvals from
local bodies. Availability of funds may also be ensured.
3. Condition regarding the availability of site may also be verified and indicated in CPWD-6.
4 The detailed drawings should be made available to the Contractor at the time of issue of
NIT.
5. Instructions issued by The Director General of Works after the date of approval of the
NIT by the Chief Engineer (WZ-II), CPWD, Nagpur may be attended to before call of
tenders.
6. Executive Engineer should ensure to follow the detailed instructions regarding
e-tendering issued vide O.M No. DGW/MAN/224B Dt. 25.01.2011
7. Any discrepancy, if found, may kindly be brought to the notice of The Chief Engineer,
WZ-II, CPWD, Nagpur immediately.
8. The Executive Engineer of all divisions of CPWD should receive the original EMD for
tender of other division.
9. The NIT approving authority/EE at the time of issue of NITshall also fill and upload the
prescribed format of receipt of deposition of original EMD alongwith NIT as per
Annexure-’A’:-
10. The Executive Engineer receiving EMD in original form shall examine the EMD deposited
by the bidder and shall issue a receipt of deposition of earnest money to the agency in a
given format uploaded by tender inviting EE. The receipt may be issued by the
AE(P)/AE/AAO.
11. The Executive Engineer receiving original EMD shall also intimate tender inviting
Executive Engineer about deposition of EMD by the agency by email/fax/telephonically.
12. The original EMD receiving Executive Engineer shall release the EMD after verification
from the e-tendering portal website (www.tenderwizard.com>tender free view>
advance search>awarded tenders) that the particular contractor is not L-1 tenderer and
work is awarded.
13. The tender inviting Executive Engineer will call for original EMD of the L-1 tenderer from
EMD receiving Executive Engineer immediately.
AE(P)
Pg 3
Annexure-‘A’
Name of work : A/R & M/O to Other Office Bldg. at Akurdi, Pune during 2018-19.
SH: Providing various services for day to day maintenance, LMV drivers for
Govt. vehicle etc. under ACSD, CPWD, Akurdi, Pune.
(*To be filled by NIT approving authority/EE at the time of issue of NIT and uploaded
alongwith NIT)
________________________________________________________________________
AE(P)
Pg 4
PART - A
AE(P)
Pg 5
The Executive Engineer, Pune Central Division-II, CPWD, Pune invites on behalf of
the President of India, online Percentage rate bids from approved and eligible contractors of
CPWD and eligible manpower supply contractors for the following work :-
Name of Work Last date & Time of Time &
Estimated Cost
Earnest Money
Sl. No.
NIT No.
Period of Completion
Put to bid
& Submission of bid, date of
Location original EMD, copy of opening of
receipt for deposition online bid
of original EMD and
other documents as
specified in the press
notice.
Rs. 22,393/-
Non–cpwd Bidders, who fulfill the following requirements will also be eligible for
submission of bids-
Should have completed three similar works* from any State Govt./Central
Govt./Govt. Undertakings each of value not less than Rs. 4.50 Lakh, two similar
works each of value not less than Rs. 6.72 Lakhs or one similar work of value not
less than 8.96 Lakhs during the last 7 years ending last date of September, 2018.
The value of executed works shall be brought to costing level by enhancing the
actual value of work at simple rate of 7% per annum calculated from the date of
completion to the last date of submission of bid. For private works TDS certificate
issued by the employer in support of having executed the work shall be scanned &
uploaded alongwith work experience certificate.
*Similar work means “Supplying of manpower”
AE(P)
Pg 6
1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He
should only submit his bid if he considers himself eligible and he is in possession of
all the documents required.
2. Information and Instructions for bidders posted on website shall form part of bid
document.
3. The bid document consisting of plans, specifications, the schedule of quantities of
various types of items to be executed and the set of terms and conditions of the
contract to be complied with and other necessary documents can be seen and
downloaded from website www.tenderwizard.com/CPWD or www.cpwd.gov.in free of
cost.
4. But the bid can only be submitted after deposition of original EMD either in the office
of Executive Engineer inviting bids or division office of any Executive Engineer, CPWD
within the period of bid submission. (The EMD document shall only be issued from
the place in which the office of receiving division office is situated) and uploading the
mandatory scanned documents such as Demand Draft or pay order or Banker’s
Cheque or Deposit at call Receipt or Fixed Deposit Receipts and Bank Guarantee of
any Scheduled Bank towards EMD in favour of Executive Engineer as mentioned in
NIT, receipt for deposition of original EMD to Division Office of any Executive
Engineer, CPWD and other documents as specified.
5. Those contractors not registered on the website mentioned above, are required to get
registered beforehand. If needed they can be imparted training on online bidding process
as per details available on the website.
6. The intending bidder must have valid class-III digital signature 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.
8. Contractor can upload documents in the form of JPG format and PDF format.
9. Contractor must ensure to quote his percentage rate (above/below) in the attached
schedules.
However, if a tenderer does not quote any percentage above/below on the total amount
of the tender or any section/sub head in percentage rate tender, the tender shall be
treated as invalid and will not be considered as lowest tenderer.
10. SC/ST contractors enlisted under class V category are exempted from
processing fee payable to ITI.
List of Documents to be scanned and uploaded within the period of tender
submission:
i. Treasury Challan/Demand Draft/Pay order or Banker`s Cheque/Deposit at Call
Receipt/FDR/Bank Guarantee of any Scheduled Bank against EMD drawn in favour
of Executive Engineer, PCD-I, CPWD, Pune.
ii. (a) Enlistment order of the CPWD contractor.
(b) Work experience certificate (for Non-CPWD contractors.)
(c) For private works TDS certificate issued by the employer
AE(P)
Pg 7
iii Certificate of Registration for Goods and Service Tax (GST). If the bidder has not
obtained GST registration in the state in which the work is to be taken up, then in
such a case the bidder shall upload following undertaking with the bid document "lf
work is awarded to me, I/we shall obtain GST registration certificate within one
month from date of receipt of award letter or before payment of 1st R.A. bill."
iv. The bidders have to submit an undertaking that “I/We will either obtain valid
electrical license at the time of execution of electrical work or associate contractors
having valid electrical license of eligible class.”
v. Copy of receipt for deposition of original EMD to division office of any Executive
Engineer ( including NIT issuing EE/AE), CPWD.
AE(P)
Pg 8
To,
………………………………..,
………………………………..,
………………………………..
Dear Sir,
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
Executive Engineer
AE(P)
Pg 9
To,
The 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 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
AE(P)
Pg 10
BETWEEN
AND
.............................................................................................................
(Name and Address of the Individual/firm/Company)
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
AE(P)
Pg 11
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:
(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 information through which
the Bidder(s) could obtain an advantage in relation to the Tender process or
the Contract execution.
(c) The Principal/Owner shall endeavour to exclude from the Tender process any
person, whose conduct in the past has been of biased nature.
AE(P)
Pg 12
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)/Contractor(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.
4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
indulge in fraudulent practice means a willful misrepresentation or omission of
facts or submission of fake/forged documents in order to induce public
AE(P)
Pg 13
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).
AE(P)
Pg 14
AE(P)
Pg 15
5) It is agreed term and condition that any dispute or difference arising between the
parties with regard to the terms of this Integrity Agreement / Pact, any action taken
by the Owner/Principal in accordance with this Integrity Agreement/ Pact or
interpretation thereof shall not be subject to arbitration.
...............................................................
(For and on behalf of Principal/Owner)
.................................................................
(For and on behalf of Bidder/Contractor)
WITNESSES:
1 . ..............................................
(signature, name and address)
2 . ...............................................
(signature, name and address)
Place:
Dated :
AE(P)
Pg 16
CPWD-6
Government of India CPWD
Notice Inviting Tender for e-Tendering
1. Percentage rate bids from approved and eligible contractors of CPWD and eligible
manpower supply contractors for the following work :-
A/R & M/O to Other Office Bldg. at Akurdi, Pune during 2018-19.SH: Providing
various services for day to day maintenance, LMV drivers for Govt. vehicle etc.
under ACSD, CPWD, Akurdi, Pune.
The enlistment of the contractors should be valid on the last date of submission of
bids.
In case the last date of submission/opening 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. 11,19,657/- . This estimate, however, is given
merely as a rough guide.
1.1.1 The authority competent to approve NIT for the combined cost and belonging to the
major discipline will consolidate NITs for calling the bids. He will also nominate
Division which will deal with all matters relating to the invitation of bids.
For composite bid the bidders, besides indicating the percentage above/below the
combined estimated cost put to bid, should also indicate the amount in word for
each component separately. The eligibility of bidder will correspond to the combined
estimated cost of different components put to bid.
1.2 Conditions for Non-CPWD contractors only;
Three similar works* from any State Govt./Central Govt./Govt. Undertakings each of
value not less than Rs. 4.50 Lakhs, two similar works each of value not less than Rs.
6.72 Lakhs or one similar work of value not less than 8.96 Lakhs during the last 7
years ending last date of Sepember, 2018. The value of executed works shall be
brought to costing level by enhancing the actual value of work at simple rate of 7%
per annum calculated from the date of completion to the last date of submission of
bid. For private works TDS certificate issued by the employer in support of having
executed the work shall be scanned & uploaded alongwith work experience
certificate.
*Similar work means “Supplying of manpower”
2. Agreement shall be drawn with the successful tenderer on prescribed Form No.
CPWD-7 which is available as a Govt. of India Publication and also available on
website www.cpwd.gov.in. Bidder shall quote his rates as per various terms and
conditions of the said form which will form part of the agreement.
3. The time allowed for carrying out the work will be 06 ( Six) Months from the date
of start as defined in schedule ‘F’ or from the first date of handing over of the site,
whichever is later, in accordance with the phasing, if any, indicated in the bid
documents.
4. (i)The site for the work is available.
OR
The site for the work shall be made available in parts as specified below:-
…………………………………………………*…………………………………………………..
(ii) The architectural and structural drawing for the work is available. (*)
Or
AE(P)
Pg 17
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 tender as notified.
7. While submitting the revised bid, contractor can revise the rate of one or more
item(s) any number of times (he need not re-enter rate of all the components) but
before last time and date of submission of tender as notified.
8. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or
Banker`s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in
favour of Executive Engineer, PCD-I, CPWD, Pune) shall be scanned and
uploaded to the e-Tendering website within the period of bid submission. The
original EMD should be deposited either in the office of Executive Engineer
inviting bids or division office of any Executive Engineer, CPWD within the
period of bid submission. (The EMD document shall only be issued from the
place in which the office of receiving division office is situated). The EMD
receiving Executive Engineer shall issue a receipt of deposition of earnest
money deposit to the bidder in a prescribed format (Annexure-‘A’)
uploaded by tender inviting EE in the NIT.
This receipt shall also be uploaded to the e-tendering website by the intending
bidder upto the specified bid submission date and time.
A part of earnest money is acceptable in the form of bank guarantee also. In such
case, minimum 50% of earnest money or Rs. 20 lac, whichever is less, shall have
to be deposited in shape prescribed above, and balance may be deposited in
shape of Bank Guarantee of any scheduled bank having validity for six months
or more after the last date of receipt of bids which is to be scanned and
uploaded by the intending bidders.
AE(P)
Pg 18
Copy of Enlistment Order and certificate of work experience and other documents as
specified in the press notice shall be scanned and uploaded to the e-tendering
website within the period of bid submission. However, certified copy of all the
scanned and uploaded documents as specified in press notice shall have to
be submitted by the lowest bidder only within the period specified
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 office of CPWD and
other documents scanned and uploaded are found in order.
The bid submitted shall be opened at 03:30 PM on 22/02/2019
8A. The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD shall
have to deposit tender processing fee at existing rates, or they have option to switch
over to the new registration system without tender processing fee any time.
9. The bid submitted shall become invalid and e-Tender processing fee shall not be
refunded if:
(i) The bidder is found ineligible.
(ii) The bidders does not deposit original EMD with division office of any
Executive Engineer, CPWD (The EMD document shall only be issued
from the place in which the office of receiving division office is
situated).
(iii) The bidders does not upload all the documents such as GST Registration /
Undertaking that lf work is awarded to me, I/we shall obtain GST registration
certificate within one month from date of receipt of award letter or before
payment of 1st R.A. bill." as stipulated in the bid document including the
copy of receipt for deposition of original EMD.
(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
tenderer in the office of tender opening authority.
10. The contractor whose bid is accepted, will be required to furnish performance
guarantee of 5% (Five Percent) of the bid amount with in the period specified in
Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less
than Rs. 10000/-) or Deposit at Call receipt of any scheduled bank/Banker’s cheque of
any scheduled bank/ demand Draft of any scheduled bank/Pay order of any Scheduled
Bank of any scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) or
Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled
Bank or the State Bank of India in accordance with the prescribed form. In case the
contractor fails to deposit the said performance guarantee within the period as indicated
in Schedule ‘F’ including the extended period if any, the Earnest Money deposited by the
contractor shall be forfeited automatically without any notice to the contractor. The
earnest money deposited alongwith bid shall be returned after receiving the aforesaid
performance guarantee. The contractor whose bid is accepted will also be
AE(P)
Pg 19
Intending Bidders are advised to inspect and examine the site and its surroundings
and satisfy themselves before submitting their bids as to the nature of the ground
and sub-soil (so far as is practicable), the form and nature of the site, the means of
access to the site, the accommodation they may require and in general 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.
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 bidder 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 to 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 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 gazette 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.
AE(P)
Pg 20
AE(P)
Pg 21
AE(P)
Pg 22
CPWD-7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Percentage Rate Tender & Contract for Works
TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F
Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions
of Contract, 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 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 and with such materials as are provided for, by, and in respect of accordance
with, such conditions so far as applicable.
We agree to keep the tender open for Thirty (30) days from the date of its opening
and not to make any modification in its terms and conditions.
A sum of Rs. 22,393/- is hereby forwarded in cash/receipt treasury Challan / deposit at call
receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a
scheduled bank/bank guarantee issued by a scheduled bank as earnest money. 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 earnest money and the performance guarantee absolutely, otherwise the
said earnest money shall be retained by him towards security deposit 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
AE(P)
Pg 23
in case of forfeiture of Earnest Money & Performance Guarantee as aforesaid. I/We shall be
debarred for participation in the retendering process of the work.
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:
Witness: Signature of Contractor
Address: Postal Address
Occupation:
ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder)
is accepted by me for and on behalf of the President of India for a sum of Rs. …………….
(Rupees……………………………………………………).
The letters referred to below shall form part of this contract agreement:-
(a)
(b)
(c)
For & on behalf of President of India
Signature .………………..………………
Dated: Designation ……………………………...
AE(P)
Pg 24
PROFORMA OF SCHEDULES
(Operative Schedules to be supplied separately to each intending tenderer)
SCHEDULE “A”
a) Schedule of quantities Civil (Enclosed) on page No. 36 only.
SCHEDULE “B”
Schedule of materials to be issued to the contractor.
SCHEDULE ‘E’
Reference to General
Conditions of contract : - General Condition of Contract of 2014 CPWD form -7
modified and corrected upto last date of online
submission of bid.
Name of Work : A/R & M/O to Other Office Bldg. at Akurdi, Pune during 2018-19.SH:
Providing various services for day to day maintenance, LMV drivers for Govt. vehicle etc.
under ACSD, CPWD, Akurdi, Pune.
AE(P)
Pg 25
SCHEDULE ‘F’
GENERAL RULES & DIRECTIONS:
Officer inviting tender Executive Engineer, Pune Central
Division-II, CPWD, Pune.
Maximum percentage for quantity of items of work to be executed beyond which
rates are to be determined in accordance with Clauses 12.2 & 12.3: See below.
DEFINITIONS:
2(v) Engineer -in- Charge:
a) Civil :- Executive Engineer, Pune Central
Division-II, CPWD, Pune.
AE(P)
Pg 26
Authority to decide:
(i) Extension of time: Executive Engineer, Pune Central
Division-II, CPWD, Pune.
(ii) Rescheduling of mile-stones: Executive Engineer, Pune Central
Division-II, CPWD, Pune.
Clause 6
Clause applicable – (6 or 6A) : 6A
Clause 7
Gross work to be done together with net payment
/adjustment of advances for material collected, Rs. 2,00,000/-
If any, since the last such payment for being
eligible to interim payment.
Clause 7A
Whether Clause 7A shall be applicable Yes
Clause 10A Not applicable
Clause 10B (ii)
Whether Clause 10 B (ii) shall be applicable Not applicable
Clause 10C
Component of labour expressed
as percent of value of work Not applicable
Clause 10CA Not applicable
AE(P)
Pg 27
Clause 11
Specifications to be followed
for execution of work:
a) Civil :- CPWD Specifications-2009 Vol. I & II
with up to date correction slips.
Clause 12
Type of work : Maintenence Work
12.2. & 12.3 :- Deviation Limit beyond which : 50% (Fifty Percent)
clauses12.2 & 12.3 shall apply
for building work
Presenting Officer EE, PCD-II, CPWD., Pune. SE, PCC, CPWD, Pune.
Clause 31/31A The contractor shall make his own arrangement of water as per
clause-31 …………* ………….
OR
AE(P)
Pg 28
CLAUSE 36(i)
Requirement of Technical Representative (s) and Recovery Rate
Figures Words
1.
------- NIL-------
CLAUSE 42
a) Civil :-
AE(P)
Pg 29
This Guarantee will remain in force up to and including the date* .............
after the deadline for submission of tender as such deadline is stated in the Instructions to
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 the
Bank 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.
AE(P)
Pg 30
Additional Conditions
1.0 Acquaintance with site and Architectural drawings.
1.1 The intending tenderers are requested to go through architectural drawings. These
drawings are available in the O/O Executive Engineer, PCD-II,CPWD, Pune
The architectural drawings show the type of building to be constructed, number of
storeys and other architectural features. No claim whatsoever shall be entertained
for the same and also for lack of information on this account, which the tenderer is
expected to have.
1.2 The contractor(s) shall get himself acquainted with nature and extent of the work
and satisfy himself about the availability of materials from kiln or approved quarries
for collection and conveyance of materials, suitable location for construction of
godown, store, camp, transport facilities the extent of leads and lifts.
2.0 Specifications :-
AE(P)
Pg 31
5.2 The contractor shall maintain in good condition all work executed till the completion
of the entire work entrusted to the contractor under this contract & nothing extra
shall be paid on this account.
5.3 For form work use of solid timber and products involving solid timber shall not be
permitted.
5.4 Any damage to work resulting from rains or from any other cause until the work is
taken over by Department after completion of work shall be made good by the
contractor at his own cost.
5.5 Any damage made by men, machinery, vehicles (LMVs or HMVs), or any way to the
public/private property such as services of electricity, water, telephone, LAN, road
and path during execution of the work shall be repaired/redone by the
Agency/Contractor. If contractor fails to repair/redone damage, the work shall be
done on his risk as per the direction of the Engineer in charge. No any cost claim
shall be entertained on this account.
5.6 All safety equipment such as Safety Helmets, Safety shoes, gloves, Safety belt etc.
shall be made available to site Engineers, Supervisors, labourers, masons fitters etc.
6.0 The contractor & his work people shall observe all relevant rules regarding security
promulgated in which work is to be carried out by the controlling authority of the
area.
7.0 For water supply, in case the contractor is required to make his own arrangement
then including boring of tube well, if necessary, and nothing extra shall be paid by
the Department for arrangement of water or on its treatment as per requirements
laid down in IS: 456 / 2000 Para 5.4 or CPWD Specification 2009 Volume-I to II with
upto date correction slips.
8.0 In case of any calamity or injury to any labour/ workmen etc. or loss / wastage of
materials due to nature or insurgency, contractor shall have to bear the cost of
compensation and no claim to this effect shall be entertained by the department.
9.0 The contractor shall keep himself ready for execution of any item / items of work /
part of the item of work on emergent notice given by the Engineer-in-charge on day
to day basis during rainy season at no extra cost.
AE(P)
Pg 32
AE(P)
Pg 33
PART – B
AE(P)
Pg 34
AE(P)
Pg 35
agreement, and we shall not be relieved from our liability by reason of any such
variation or extension being granted to the said contractor(s) or for any forbearance,
act of omission on the part of the Government or any Indulgence by the Government
to the said contractor(s) 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. This Guarantee will not be discharged due to the change in the constitution of the Bank
or the contractor(s).
For……………………………………
AE(P)
Pg 36
Schedule of Quantities
N/W:- A/R & M/O to Other Office Bldg. at Akurdi, Pune during 2018-19.
SH:- Providing various services for day to day maintenance, LMV drivers for Govt. vehicle etc. under
ACSD, CPWD, Akurdi, Pune.
Sl.
Description of Work Qty. Rate Unit Amount
No.
1 Providing services for Operation of Computer
during office hours in ACSD at Akurdi, Pune Per Job
such as operation of Computer and ancillary 6.00 24866.60 Per 149200.00
works etc. complete as per directions of Month
Engineer-in-Charge.
AE(P)
Pg 37
PART - C
PRICE BID
AE(P)
Pg 38
NIT No.40/NIT/EE/PCD-II/PUNE/2018-19
Name of Work:- A/R & M/O to Other Office Bldg. at Akurdi, Pune
during 2018-19.SH: Providing various services for day to day
maintenance, LMV drivers for Govt. vehicle etc. under ACSD,
CPWD, Akurdi, Pune.
PRICE BID
Name of the Contractor
percentage
above or
% in
Sr.No. Name of component Estimated cost below the Total Cost
Figures
estimated
cost
AE(P)