71NitEeHcdI201112NIT02

Embed Size (px)

Citation preview

  • 7/29/2019 71NitEeHcdI201112NIT02

    1/47

    0

    INDEX

    Name of work: Wall Panelling and false ceiling to Auditorium, DGs Chamber and two

    Conference Halls on the first floor of New faculty building of NIPHM at

    Rajendranagar,Hyderabad.

    1 Information and instructions to contractors for e- tendering 1-3

    2 CPWD-6 for E-Tendering 4-7

    3 C.P.W.D 8 8-10

    4 Schedules A to F 11-16

    5 Conditions of contract, General Rules & Directions 17-22

    6 Special conditions 23-25

    7 Particular specifications 26-27

    8 Form of EMD Bank Guarantee Bond 28-29

    9 Form of performance security Bank Guarantee Bond 30-31

    10 Seigniorage charges 32-35

    11 Sample letter of acceptance of tender and commencement of work 36-37

    12 Integrity Agreement 38-44

    13 Schedule of quantities 45-46

    Certified that this N.I.T. contains 46 (Forty Six) pages only.

    Notice Inviting tender approved for Rs. 34,77,247/- (Rupees Thirty Four Lakhs Seventy SevenThousand Two Hundred and Forty Seven Only)

  • 7/29/2019 71NitEeHcdI201112NIT02

    2/47

    1

    ANNEXURE 20A.13.1

    INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e- TENDERING

    FORMING PART OF NIT AND TO BE POSTED ON WEBSITE

    (Applicable to Inviting open bids)

    The Executive Engineer, Hyderabad Central Division-I,CPWD, Hyderabad, on behalf of

    President of India invites online Item rate bids from approved and eligible contractors of

    CPWD for the following work(s): WithSimilar work experience

    Sl. No. Description Details

    1 NIT No. 71/NIT/EE/HCD-I/2011-12

    2 Name of Work Wall Panelling and false ceiling to

    Auditorium, DGs Chamber and two

    Conference Halls on the first floor of New

    faculty building of NIPHM at

    Rajendranagar,Hyderabad.

    3 Estimated Cost (In Rs.) Rs. 34,77,247/-

    4 Earnest money (In Rs.) Rs. 69,545/-

    5 Period of completion 60 days

    6 Date of online request for e-

    Tender schedule along with

    scanned copy of DD for

    Tender Fee & processing Fee

    From 14/03/2012 9:59 hours to

    19/03/2012 15:29 hours

    7 Date of online issue e-Tender

    Schedule

    From 14/03/2012 10:00 hours

    To 19/03/2012 15:30 hours

    8 Last date & time of online

    submission of tender

    Up to 15:30 Hours on 20/03/2012

    9 Last date & time of submission

    of hard copies of EMD, Cost of

    Tender Document fee, E-

    Tender Processing Fee,

    Experience Certificates,

    Registration Certificates,

    Affidavit and other Documents

    to Division Office in Sealed

    Up to 15:00 Hours on 21/03/2012

  • 7/29/2019 71NitEeHcdI201112NIT02

    3/47

    2

    1. The intending bidder must read the terms and conditions of CPWD-6 carefully. Heshould 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 biddocument.

    3. The bid document consisting of plans, specifications, the schedule of quantities ofvarious 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 uploading the mandatory scanned documents

    such as Enlistment Order of the Contractor & Certificate of Registration for Sales

    Tax / VAT and Service Tax.The intending bidder has to fill all the details of DemandDraft/Pay Order/Bankers Cheque (banker's name, amount, number and date) against cost of

    bid document and tender processing fee. The EMD can be paid in the form of Demand Draft

    or Pay Order or Banker's Cheque or Deposit at call receipt or Fixed Deposit Receipts along

    with Bank Guarantee of any Scheduled Bank wherever applicable. The intending bidder has

    to fill all the details such as Banker's name, Demand Draft/Fixed Deposit Receipt /Pay Order/

    Banker's Cheque/Bank Guarantee number, amount and date. As per the new system, the

    amount of EMD can be paid by multiple Demand Draft / Pay Order /Banker's Cheque /

    Deposit at call receipt / Fixed Deposit Receipts along with multiple Bank Guarantee of anyScheduled Bank if EMD is also acceptable in the form of Bank Guarantee. 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 cost of bid document and

    EMD drawn in favour of respective Executive Engineer and Processing Fee in favour

    of ITI Limited.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.

  • 7/29/2019 71NitEeHcdI201112NIT02

    4/47

    3

    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).

    10.SC/ST contractors enlisted under class V category are exempted from processing feepayable to ITI.

    11.List of Documents to be scanned and uploaded within the period of bid

    submission:

    1. Enlistment Order of the Contractor.

    2. Certificate of Registration for Sales Tax / VAT & Service Tax.

    3. Acknowledgement of up to date filed return of Sales Tax / VAT & Service Tax if required.

    Signature of Divisional Officer

    For & on behalf of President of India

  • 7/29/2019 71NitEeHcdI201112NIT02

    5/47

    4

    CPWD-6GOVERNMENT OF INDIA

    CENTRAL PUBLIC WORKS DEPARTMENT

    NOTICE INVITING TENDER CPWD-6 FOR e-TENDERING

    1. Item rate bids are invited on behalf of President of India from approved and eligible contractors ofCPWD for the work of Wall Panelling and false ceiling to Auditorium, DGs Chamber and two

    Conference Halls on the first floor of New faculty building of NIPHM at Rajendranagar,Hyderabad.

    The enlistment of the contractors should be valid on the last date of submission of bids.

    In case the last date of submission of bid is extended, the enlistment of contractor should bevalid on the original date of submission of bids.

    1.1 The work is estimated to cost Rs. 34,77,247/-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, besides indicating the combined estimated cost put to bid, should clearlyindicates the estimated cost of each component separately. The eligibility of bidder will

    correspond to the combined estimated cost of different components put to bid.

    1.2 Intending bidder is eligible to submit the bid provided he has definite proof from the

    appropriate authority, which shall be to the satisfaction of the competent authority, of having

    satisfactorily completed similar works of magnitude specified below:-

    Criteria of eligibility for submission of bid documents

    Three similar works**

    each of value not less than `13.9 lakhs or two similar work**

    each of

    value not less than `20.9 lakhs or one similar work**

    of value not less than `27.8 lakhs in

    last 7 years ending 29.02.2012

    (Scanned copy of work experience is to be uploaded)** Similar work means wallpanelling with 1st class teak wood including Acoustic treatment and false ceiling.

    1.2.1 Conditions for Non-CPWD contractors only, if bids are also open to non-CPWD

    contractors. For works estimated cost up to Rs. 15 CroreNot applicable

    1.2.2 Criteria of eligibility for CPWD as well as non-CPWD contractors.

    For works estimated to cost above Rs. 15 Crore.

    Not applicable

  • 7/29/2019 71NitEeHcdI201112NIT02

    6/47

    5

    otherwise system will not clear mandatory fields.

    2. Agreement shall be drawn with the successful bidder on prescribed Form No. CPWD 8 (or

    other Standard Form as mentioned) which is available as a Govt. of India Publication and

    also available on website www.cpwd.gov.in. Bidders shall quote his rates as per variousterms and conditions of the said form which will form part of the agreement.

    3. The time allowed for carrying out the work will be 60 days from the date of start as defined in

    schedule F or from the first date of handing over of the site, whichever is later, in accordance

    with the phasing, if any, indicated in the bid documents.

    4. The site for the work is available.

    5 The bid document consisting of plans, specifications, the schedule of quantities of various

    types of items to be executed and the set of terms and conditions of the contract to be

    complied with and other necessary documents except Standard General Conditions Of

    Contract Form can be seen from website www.tenderwizard.com/CPWD or www.cpwd.gov.in

    free of cost.

    6. After submission of the bid the contractor can re-submit revised bid any number of times but

    before last time and date of submission of bid as notified.

    7. While submitting the revised bid, contractor can revise the rate of one or more item(s) anynumber of times (he need not re-enter rate of all the items) but before last time and date of

    submission of bid as notified.

    8. When bids are invited in three stage system and if it is desired to submit revised

    financial bid then it shall be mandatory to submit revised financial bid. If not submitted then

    the bid submitted earlier shall become invalid.

    9 Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker`sCheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of Executive

    Engineer, Hyderabad Central Division-I,CPWD, Hyderabad) or Bank Guarantee of any

    Scheduled Bank shall be scanned and uploaded to the e-bidding website within the period of

    bid submission and original should be deposited in office of Executive Engineer.

    A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50% of

    earnest money or Rs. 20 lakh, whichever is less, will have to be deposited in shape prescribed

    above, and balance in shape of Bank Guarantee of any scheduled bank which is to be scannedand uploaded by the intending bidders.

    Interested contractor who wish to participate in the bid has also to make following payments

    in the form of Demand Draft/Pay order or Banker`s Cheque of any Scheduled Bank and to be

    scanned and uploaded to the e- bidding website within the period of bid submission:

  • 7/29/2019 71NitEeHcdI201112NIT02

    7/47

    6

    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-bidding website within

    the period of bid submission and certified copy of each shall be deposited in a separate

    envelop marked as Other Documents.

    Both the envelopes shall be placed in another envelope with due mention of Name of work,

    date & time of opening of bids and to be submitted in the office of Executive Engineer after

    last date & time of submission of bid and up to 15.00 Hours on 21/03/2012. The documents

    submitted shall be opened at 15.30 Hours on the same day.

    online bid documents submitted by intending bidders shall be opened only of those bidders,

    whose Earnest Money Deposit, Cost of Bid Document and e-Bid Processing Fee and otherdocuments placed in the envelope are found in order .

    The bid submitted shall be opened at 15.30 Hours on 22/03/2012.

    10. The bid submitted shall become invalid and cost of bid & e-Bid processing fee shall not

    be refunded if:

    (i) The bidder is found ineligible.

    (ii) The bidders does not upload all the documents (including service tax registration/VAT registration/ Sales Tax registration) as stipulated in the bid document.

    (iii) If any discrepancy is noticed between the documents as uploaded at the time of

    submission of bid and hard copies as submitted physically in the office of bid

    opening authority.

    11. The contractor whose bid is accepted, will be required to furnish performance guarantee

    of 5% (Five Percent) of the bided amount within the period specified in Schedule F. This

    guarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10000/-) orDeposit at Call receipt of any scheduled

    bank/Bankers 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 thecontractor.

    12. 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

  • 7/29/2019 71NitEeHcdI201112NIT02

    8/47

    7

    13. 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.

    14. 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.

    15. 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 bidder shall be bound to perform the same at

    the rate quoted.

    16. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in caseof contractors of Horticulture/Nursery category) responsible for award and execution of

    contracts, in which his near relative is posted a Divisional Accountant or as an officer in any

    capacity between the grades of Superintending Engineer and Junior

    Engineer (both inclusive). He shall also intimate the names of persons who are working with

    him in any capacity or are subsequently employed by him and who are near relatives to any

    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.

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

    Administrative duties in an Engineering Department of the Government of India is allowed to

    work as a contractor for a period of one year after his retirement from Government service,

    without the previous permission of the Government of India in writing. This contract is liable

    to be cancelled if either the contractor or any of his employees is found any time to be such a

    person who had not obtained the permission of the Government of India as aforesaid

    before submission of the bid or engagement in the contractors service.18. The bid for the works shall remain open for acceptance for a period of ninety (90) days from

    the date of opening of bids.If any bidder withdraws his 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 Government shall,

    without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest

    money as aforesaid. Further the bidder shall not be allowed to participate in the rebidding

    process of the work.

    19. This notice inviting Bid shall form a part of the contract document. The successful

    bidder/contractor, on acceptance of his bid by the Accepting Authority shall within 15

    days from the stipulated date of start of the work, sign the contract consisting of:-

    a) The Notice Inviting Bid, all the documents including additional conditions,

    specifications and drawings if any forming part of the bid as uploaded at the time of

  • 7/29/2019 71NitEeHcdI201112NIT02

    9/47

    8

    CPWD Form 8

    GOVERNMENT OF INDIA

    CENTRAL PUBLIC WORKS DEPARTMENT

    State : ANDHRA PRADESH Circle :Hyderabad Central Circle-I, CPWD,

    Hyderabad

    Branch : B & R Division :Hyderabad Central Division-I,

    CPWD, Hyderabad

    Zone : SZ-II/CPWD/HYDERABAD

    ITEM RATE BID & CONTRACT FOR WORKS

    1. (A) Bid for the work of: Wall Panelling and false ceiling to Auditorium, DGs Chamber

    and two Conference Halls on the first floor of New faculty building of NIPHM at

    Rajendranagar,Hyderabad.

    i) To be submitted online by 15.30. hours on 20/03/2012

    (time) (date)

    Executive Engineer, Hyderabad Central Division-I, CPWD, Hyderabad

    ii) To be opened in presence of bidders who may be present at 15:30 hours on

    22/03/2012(Financial) in the office of

    TheExecutive Engineer, Hyderabad Central Division-I, CPWD, Hyderabad.

    Issued to _______________ ____ ____ ____ _________________

    (Contractor)

    Signature of Officer issuing the documents _______________________________

    Designation :Executive Engineer, Hyderabad Central Division-I, CPWD, Hyderabad

  • 7/29/2019 71NitEeHcdI201112NIT02

    10/47

    9

    T E N D E R

    I/We have read and examined the notice inviting bid, schedule, A,B,C,D,E & F.

    Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of

    Contract, 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 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 respects with the

    specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules

    and Directions and in Clause 11 of the Conditions of contract and with such materials as are

    provided for, by, and in respects in accordance with, such conditions so far as applicable.

    I / We agree to keep the bid open for Ninety (90) days from the date of its opening and not tomake any modifications in its terms and conditions.

    A sum ofRs. 69,545/-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 with in 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 the work as specifiedI/we agree that President of India or his successors in office shall without prejudice to any other right

    or remedy to available in law, be at liberty to forfeit the said earnest money 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 bid documents upon the terms and conditions

    contained or referred to therein and to carry out such deviations as may be ordered, up to maximum

    of the percentage mentioned in Schedule F and 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 bid form.

    Further, I/ We agree that in case of forfeiture of earnest money or both Earnest Money &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 MoneyDeposit/Performance Guarantee.

    I/We hereby declare that I/we shall treat the bid documents drawings and other records

    connected with the work as secret/confidential documents and shall not communicate

    information/derived there from to any person other than a person to whom I/we am/are authorised to

    i t th th i f ti i j di i l t th f t f th t t

  • 7/29/2019 71NitEeHcdI201112NIT02

    11/47

    10

    A C C E P T A N C E

    The above bid (as modified by you as provided in the letters mentioned hereunder) is

    accepted by me for and on behalf of the President of India for a sum of Rs ______________ (Rupees

    _______________________________________________ )

    The letters referred to below shall form part of this contract Agreement :-

    For & on behalf of the President of India

    Signatures : ________________

    Designation: ________________

    Dated : ________________

  • 7/29/2019 71NitEeHcdI201112NIT02

    12/47

    11

    PROFORMA OF SCHEDULES

    SCHEDULE A

    Schedule of quantities (as per PWD-3) (Enclosed)

    SCHEDULE B

    Schedule of materials to be issued to the contractor.

    S.No Description of item Qty Rates in figures &

    words at which the

    material will be

    charged to the

    contractor.

    Place of

    issue

    1 2 3 4 5

    ------------------------------------------ NIL -----------------------------------------

    SCHEDULE C

    Tools and plants to be hired to the contractor

    S.No Description Hire charges per day Place of issue

    1 2 3 4

    All the required T & P shall be arranged by the contractor.

    SCHEDULE D

  • 7/29/2019 71NitEeHcdI201112NIT02

    13/47

  • 7/29/2019 71NitEeHcdI201112NIT02

    14/47

    13

    CLAUSE 1

    (i) Time allowed for submission of

    Performance Guarantee from the date

    of issue of letter of acceptance,

    : 15 days

    (ii) Maximum allowable extension beyond

    the period as provided in (i) above,

    : 7 days

    CLAUSE 2

    Authority for fixing Compensation under

    Clause-2

    : Superintending Engineer,

    Hyderabad Central Circle I, CPWD,

    Hyderabad

    CLAUSE 2A

    Whether clause 2A shall be applicable : Not Applicable

    CLAUSE 5

    Number of days from the date of issue of the

    letter of acceptance for reckoning date of start

    : 22 days

    TABLE OF MILESTONE(S)

    S.No. Financial

    Progress

    Time allowed in days (from date of start) Amount to be withheld in

    case of non achievement of

    milestone

    1 1/8TH of Bides

    Amount.

    08 days In the event of not achieving

    the necessary progress as

    assessed from the running

    payments, 1% of the bided

    value of work will be

    withheld for failure of each

    milestone

    2 3/8TH of Bided

    Amount.

    23 days

    3 3/4TH of Bided

    Amount.

    45 days

    4 Full Bided

    Amount.

    60 days

    Time allowed for execution of work 60 days

    Authority to decide Extension of time &

    reschedule of mile stones

    Superintending Engineer, Hyderabad Central

    Circle I, CPWD, Hyderabad

    Cl 6 6A Cl 6A li bl

  • 7/29/2019 71NitEeHcdI201112NIT02

    15/47

  • 7/29/2019 71NitEeHcdI201112NIT02

    16/47

    15

    Clause 16

    Competent Authority for deciding reduced rates

    Major component (Civil) Superintending EngineerHyderabad Central Circle-I,

    C.P.W.D., Hyderabad.

    Clause 18

    List of mandatory machinery, tools & plants to be

    deployed by the contractor at site.

    T&P and machinery required at site

    as per site condition and as per item

    of execution.

    Clause 25

    Dispute Redressal Committee

    A) For total claims more than Rs. 25.00 lakh (B) For total claims up to Rs. 25.00 lakh

    (a) One Chief Engineer (Chairman) (other than

    under whose jurisdiction work falls)(b) Superintending Engineer (TLCQA)/ Director

    works.

    (c) One Superintending Engineer (other than

    under whose jurisdiction work falls)

    (d) The SE in-charge of the work shall present

    case before DRC but shall not have any part in

    decision making.

    (a) Superintending Engineer (TLCQA) /

    Director works, (Chairman)(b) Two Executive Engineers other than EE

    under whose jurisdiction the work falls.

    (c) The Executive Engineer in-charge of the

    work shall present the case before DRC but

    will not have any part in decision making.

    Clause 36 (i) Requirement of Technical Representative(s) and Recovery rate.

    SN MinimumQualification

    of Technical

    Representative

    Discipline Designation(Principal

    Technical/

    Technical

    representati

    ve)

    Minimumexperience Rate at whichrecovery shall be made

    from the contractor in

    the event of not

    fulfilling provision of

    clause 36 (i)(per

  • 7/29/2019 71NitEeHcdI201112NIT02

    17/47

  • 7/29/2019 71NitEeHcdI201112NIT02

    18/47

    17

    CCOONNDDIITTIIOONNSS OOFF CCOONNTTRRAACCTT

    Definitions

    1 The contract means the documents forming the bid and acceptance thereof and theformal agreement executed between the competent authority on behalf of the President of India andthe Contractor, together with the documents referred to therein including these conditions, the

    specifications, designs, drawings and instructions issued from time to time by the Engineer-in-

    Charge and all these documents taken together, shall be deemed to form one contract and shall be

    complementary to one another.

    2 In the Contract, the following expressions shall, unless the context otherwise requires,have the meanings, hereby respectively assigned to them:-

    i. The expression works or work shall, unless there be something either in the subject orcontext repugnant to such construction, be construed and taken to mean the works by or by virtue

    of the contract contracted to be executed whether temporary or permanent, and whether original,

    altered, substituted or additional.

    ii. The site shall mean the land/ or other places on, into or through which work is to be executedunder the contract or any adjacent land, path or street through which work is to be executed under

    the contract or any adjacent land, path or street which may be allotted or used for the purpose of

    carrying out the contract.iii. The contractor shall mean the individual, firm or company, whether incorporated or not,undertaking the works and shall include the legal personal representative of such individual or the

    persons composing such firm or company, or the successors of such firm or company and the

    permitted assignees of such individual, firm or company.

    iv. The President means the President of India and his successors.v. The Engineer-in-Charge means the Engineer Officer who shall supervise and be in-charge

    of the work and who shall sign the contract on behalf of the President of India as mentioned in

    Schedule F hereunder.vi. Government or Government of India shall mean the President of India.

    vii. The terms Director General of Works includes Additional Director General and ChiefEngineer of the Zone.

    viii. Accepting Authority shall mean the authority mentioned in Schedule Fix. Excepted Risk are risks due to riots (Other than those on account of Contractors

    employees), war(Whether declared or not) invasion, act of foreign enemies, hostilities, civil war,

    rebellion revolution, insurrection, military or usurped power, any acts of Government damages

    from aircraft, acts of God, such as earthquake, lightening and unprecedented floods, and other

    causes over which the contractor has no control and accepted as such by the Accepting Authority or

    causes solely due to use or occupation by Government of the part of the works in respect of which a

    certificate of completion has been issued or a cause solely due to Governments faulty design of

    works.

  • 7/29/2019 71NitEeHcdI201112NIT02

    19/47

    18

    Scope and Performance

    3. Where the context so requires, words imparting the singular only also include the pluraland vice versa. Any reference to masculine gender shall whenever required include femininegender and vice versa.

    4. Headings and Marginal notes to these General Conditions of Contract shall not bedeemed to form part thereof or be taken into consideration in the interpretation or construction

    thereof or of the contract.

    5. The contractor shall be furnished, free of cost one certified copy of the contractdocuments except standard specifications, Schedule of Rates and such other printed and published

    documents, together with all drawings as may be forming part of the bid papers. None of thesedocuments shall be used for any purpose other than that of this contract.

    Works to be carried out:

    6. The work to be carried out under the Contract shall, except as otherwise provided inthese conditions, include all labour, materials, tools, plants, equipment and transport which may be

    required in preparation of and for and in the full and entire execution and completion of the works.The descriptions given in the Schedule of Quantities (Schedule-A) shall, unless otherwise stated, be

    held to include wastage on materials, carriage and cartage, carrying and return of empties, hoisting,

    setting, fitting and fixing in position and all other labour necessary in and for the full and entire

    execution and completion of the work as aforesaid in accordance with good practice and recognized

    principles.

    Sufficiency of Bid

    7. The contractor shall be deemed to have satisfied himself before biding as to thecorrectness and sufficiency of his bid for the works and of the rates and prices quoted in the

    Schedule of Quantities, whose 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.

    Discrepancies and Adjustment of Errors

    8. The several documents forming the contract are to be taken as mutually explanatory ofone 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.

  • 7/29/2019 71NitEeHcdI201112NIT02

    20/47

    19

    8.2 If there are varying or conflicting provisions made in any one document forming part of

    the contract, the Accepting Authority shall be the deciding authority with regard to the intention of

    the document and his decision shall be final and binding on the contractor.

    8.3 Any error in description, quantity or rate in Schedule of Quantities or any omission therefrom shall not vitiate the Contract or release the Contract from the execution of the whole or any

    part of the works comprised therein according to drawings and specifications or from any of his

    obligations under the contract.

    Signing of Contract

    The Successful bid/contractor, on acceptance of his bid by the Accepting Authority, shall,

    within 15 days from the stipulated date of start of the work sign the contract consisting of :

    i) The notice inviting bid, all the documents including drawings, if any, forming the bid asissued at the time of invitation of bid and acceptance thereof together with any

    correspondence leading thereto.

    ii) Standard C.P.W.D. Form as mentioned in Schedule F consisting of:

    (a) Various standard clauses with corrections up to the date stipulated in Schedule F

    along with annexure thereto.

    (b) C.P.W.D. Safety Code.

    (c) Model Rules for the protection of health, sanitary arrangements for workers

    employed by CPWD or its contractors.

    (d) CPWD Contractors Labour Regulations.

    (e) List of Acts and omissions for which fines can be imposed.

    iii) No payment for the work done will be made unless contract is signed by the contractor.

  • 7/29/2019 71NitEeHcdI201112NIT02

    21/47

    20

    General Rules & Directions

    1. All work proposed for execution by contract will be notified in a form of invitation to e-bid pasted in public places and signed by the officer inviting bid or by publication in News

    papers as the case may be.

    This form will state the work to be carried out, as well as the date for submitting and opening

    bids and the time allowed for carrying out the work, also the amount of earnest money to be

    deposited with the bid, and the amount of the security deposit to be deposited by the successful

    bidder and the percentage, if any, to be deducted from bills. Copies of the specifications, designs

    and drawings and any other documents required in connection with the work signed for the purpose

    of identification by the officer inviting bid shall also be open for inspection by the contractor at theoffice of officer inviting bid during office hours.

    2. In the event of the bid being submitted by a firm, it must be signed separately by each

    partner thereof or in the event of the absence of any partner, it must be signed on his behalf by a

    person holding a power-of attorney authorizing him to do so, such power of attorney to be

    produced with the bid, and it must disclose that the firm is duly registered under the Indian

    Partnership Act. 1952.

    3. Receipts for payment made on account of work, when executed by a firm, must also besigned by all the partners, except where contractors are described in their bid as a firm in which

    case the receipts must be signed in the name of the firm by one of the partners, or by some other

    person having due authority to give effectual receipts for the firm.

    4 Any person who submits a bid shall fill up the usual printed form, stating at what rate

    he is willing to undertake each item of the work. Bids, which propose any alteration in the work

    specified in the said form of invitation to bid, or in the time allowed for carrying out the work, or

    which contain any other condition of any sort including conditional rebates will be summarilyrejected. No single bid shall include more than one work, but contractors who wish to bid for two

    or more works shall submit separate bid for each. Bid shall have the name and number of the works

    to which they refer, written on the envelopes.

    The rate(s) must be quoted in decimal coinage. Amounts must be quoted in full rupees

    by ignoring fifty paisa and considering more than fifty paisa as rupee one.

    5. The officer inviting bid or his duly authorized assistant, will open bid in the presence of

    any intending contractors who may be present at the time, and will enter the amounts of the severalbids in a comparative statement in a suitable form, in the event of a bid being accepted, a receipt for

    the earnest money forwarded therewith shall thereupon be given to the contractor who shall

    thereupon for the purpose of identification sign copies of the specifications and other documents

    mentioned in Rule-I In the event of a bid being rejected, the earnest money forwarded with such

    d bid h ll h b d h i i h i h

  • 7/29/2019 71NitEeHcdI201112NIT02

    22/47

    21

    filled in and incomplete, he shall request the officer to have this done before he completes and

    delivers his bid.

    9. The bidders shall sign a declaration under the officials Secret Act, 1923, for

    maintaining secrecy of the bid documents drawings or other records connected with the work givento them. The unsuccessful bidders shall return all the drawings given to them.

    10. In the case of Item Rate Bids, only rates quoted shall be considered. Any bid containing

    percentage below/above the rates quoted is liable to be rejected. Rates quoted by the contractor in

    item rate bid in figures and words shall be accurately filled in so that there is no discrepancy in the

    rates written in figures and words. However, if a discrepancy is found, the rates which correspond

    with the amount worked out by the contractor shall unless otherwise proved be taken as correct. Ifthe amount of an item is not worked out by the contractor or it does not correspond with the rates

    written either in figures or in words then the rates quoted by the contractor in words shall be taken

    as correct. Where the rates quoted by the contractor in figures and in words tally but the amount is

    not worked out correctly, the rates quoted by the contractor will unless otherwise proved be taken

    as correct and not the amount. In the event no rate has been quoted for any item(s), leaving

    space both in figure(s), word(s) and amount blank, it will be presumed that the contractor has

    included the cost of this/these item(s) in other items and rate for such item(s) will be

    considered as zero and work will be required to be executed accordingly.

    11. In the case of any bid where unit rate of any item/items appear unrealistic, such bid will

    be considered as unbalanced and in case the bidder is unable to provide satisfactory explanation

    such a bid is liable to be disqualified and rejected.

    12. All rates shall be quoted on the bid form. The amount for each item should be worked out

    and requisite totals given. Special care should be taken to write the rates in figures as well as in

    words and the amount in figures only, in such a way that interpolation is not possible. The total

    amount should be written both in figures and in words. In case of figures, the word Rs. should be

    written before the figure of rupees and word P after the decimal figures, e.g. Rs. 2.15 P and in

    case of words, the word, Rupees should precede and the word Paisa should be written at the end.

    Unless the rate is in whole rupees and followed by the word only it should invariably be up to two

    decimal places. While quoting the rate in schedule of quantities, the word only should be written

    closely following the amount and it should not be written in the next line.

    13. (i) The contractor whose bid is accepted will be required to furnish performance

    guarantee of 5% (five percent) of the bided amount within the period specified 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 / bankers cheque of any scheduled bank / Demand

    Draft of any scheduled Bank / Pay Order any scheduled Bank (In case guarantee amount is less

    than Rs. 1, 00,000/-) or government securities or Fixed Deposit or Guarantee Bond of any

    scheduled of bank or the state bank of India in accordance with the prescribed form

  • 7/29/2019 71NitEeHcdI201112NIT02

    23/47

    22

    15. Sales-tax/ VAT, purchase tax, turnover tax or any other tax on material in respect of

    this contract shall be payable by the contractor and Government will not entertain any claim

    whatsoever in respect of the same.16. The contractor shall give a list of both gazetted and non-gazetted CPWD employees

    related to him.17. The bid for the work shall not be witnessed by a contractor or contractors who

    himself/themselves has/have bided or who may and has/have bided for the same work. Failure to

    observe this condition would render, bids of the contractors biding, as well as witnessing the bid,

    liable to summary rejection.

    18. The bid for composite work includes in addition to building work all other works such as

    sanitary and water supply installations drainage installation, Electrical work, horticulture work,

    roads and paths etc. The bidder apart from being a registered contractor (B&R) of appropriate classmust associate himself with agencies of appropriate class which are eligible to bid for sanitary and

    water supply, drainage, electrical and horticulture works in the composite bid.

    19 The contractor shall submit list of works which are in hand (progress) in the following form: -

    Name of work Name and

    particulars of

    Division wherework is being

    executed

    Value of work Position of

    works in progress

    Remarks

    1 2 3 4 5

    20. The contractor shall comply with the provisions of the Apprentices Act 1961, and the

    rules and orders issued there under from time to time. If he fails to do so his failure will be a breach

    of the contract and the Superintending Engineer/Executive Engineer may in his discretion withoutprejudice to any other right or remedy available in law cancel the contract. The contractor shall also

    be liable for any pecuniary liability arising on account of any violation by him of the provisions of

    the said Act.

  • 7/29/2019 71NitEeHcdI201112NIT02

    24/47

    23

    SPECIAL CONDITIONS

    1. Unless otherwise provided in the schedule of quantities or CPWD specifications the ratesbided by the contractor shall be all inclusive and shall apply to all heights, lifts, leads and depths of

    the building and nothing extra shall be payable to him on this account.2. The contractor shall make his own arrangements for obtaining electric connections

    if required and make necessary payments directly to the department concerned.

    3. Other agencies doing works related with this project may also simultaneously executetheir works and the contractor shall afford necessary facilities for the same. The contractor shall

    leave such necessary holes, openings etc for laying/burying in the work pipes, cables, conduits,

    clamps, boxes and hooks for fan clamps etc as may be required for other agencies. Conduits for

    electrical wiring/ cables will be laid in a way that they leave enough space for concreting and donot adversely affect the structural members. Nothing extra over the agreement rates shall be paid

    for the same.

    4. Some restrictions may be imposed by the local police etc. on the working time and formovement of labour, materials etc. the contractor shall be bound to follow all such

    restrictions/instructions and nothing extra shall be payable on this account.

    If as per municipal rules the huts for labour are not to be erected at the site of work by the

    contractors, the contractors are required to provide such accommodation as is acceptable to localbodies and nothing extra shall be paid on this account.

    5. The contractor shall comply with proper and legal orders and directions of the localor public authority or municipality and abide by their rules and regulations and pay all fees and

    charges, which he may be liable.

    If as per municipal rules the huts for labour are not to be erected at the site of work by

    the contractors, the contractors are required to provide such accommodation as is acceptable to

    local bodies and nothing extra shall be paid on this account.

    The contractor shall comply with proper and legal orders and directions of the local or

    public authority or municipality and abide by their rules and regulations and pay all fees and

    charges, which he may be liable.

    6. Cost and quantity of cement required for adding cement slurry over the base

    surface and for continuation of concreting for better bond is deemed to be included in the relevantitems of schedule of quantities.

    7. Unless otherwise specified in the schedule of quantities, the rates for all the itemsshall be considered as inclusive of working in or under water and / or liquid mud and/ or foul

    condition incl ding p mping or bailing o t liq id m d or ater acc m lated in e ca ation d ring

  • 7/29/2019 71NitEeHcdI201112NIT02

    25/47

  • 7/29/2019 71NitEeHcdI201112NIT02

    26/47

    25

    The contractor has to submit the progress report to the Division office by 10th

    of every

    month duly checked and certified by the JE & AE. The progress report shall be reviewed bythe EE & SE over their dated signature. The progress report shall be in quadruplicate as per the

    above proforma along with photographs of the work done during that month. The contractor shall

    be charged @Rs. 5000/- (Rupees Five Thousand Only) in the event of non-receipt of monthlyprogress report on due date (i.e. on 10

    thof every month) in Division office in the manner prescribed

    above. In case 10th

    day happens to be a closed holiday then the progress report will be submitted on

    the next working day.

    18 Water charges: Clause 31A of P.W.D.8 for unfiltered water supply is not applicablesince the contractor has to arrange water for construction purposes. And this water shall be

    tested from a recognized laboratory periodically as directed by the Engineer-in-Charge.Testing charges will be borne by the contractor.

  • 7/29/2019 71NitEeHcdI201112NIT02

    27/47

    26

    PARTICULAR SPECIFICATIONS

    1. Unless otherwise specified, CPWD Specifications 2009 Volume I & II with up to date

    correction slips shall be followed in general. Any additional item of work if taken up

    subsequently shall also conform to the relevant CPWD specifications mentioned above.

    Should there be any difference between description of items as given in the schedule of

    quantities, nomenclature and specifications for individual items of work (special

    conditions) and IS codes, the work shall be executed in the following order of

    preference.

    (i) Description of items as given in Schedules of quantities.

    (ii) Special conditions and particular specifications.

    (iii) CPWD Specifications.

    (iv) IS Codes.

    2. In case of items not covered by the CPWD specifications referred to above, or

    particular specifications attached, reference shall be made to appropriate latest IS codes

    and the decision of the Engineer-in-Charge shall be final and binding on the contractor.

    3. Wherever any reference to any Indian Standard specification occurs in the documents

    relating to this contract the same shall be inclusive of all amendments issued there to or

    revisions thereof if any, up to the date of receipt of bids.

    4. The work shall be executed and measured as per metric dimensions given in the

    schedule of quantities, drawings etc., (F.P.S units wherever indicated are for guidance

    only).

    5. All stone aggregate and stone ballast shall be of hard stone variety to be obtained from

    approved quarries or any other source to be got approved by the Engineer-in-charge.

    6 Sand to be used for cement concrete work mortar for masonry and plaster work shall

    27

  • 7/29/2019 71NitEeHcdI201112NIT02

    28/47

    27

    8. The contractor shall get the samples of various materials, fittings to be used in work

    approved well in advance from the Engineer-in-Charge before placing orders.

    9. The contractor shall produce all the materials in advance so that there is sufficient time

    for testing and approving of the material and clearance of the same before use in work.

    10.Samples of various materials required for testing shall be provided free of charge by the

    contractor. He shall render all assistance for taking samples, safe custody of the same,

    and carriage up to the laboratory where the test is to be performed. The cost of the tests

    shall be borne by the contractor/department in the manner indicated below.

    (i) By the contractor, if the results show that the material doesnt conform to relevant

    BIS codes.

    (ii) By the department, if the results show that the material conforms to relevant BIS

    codes.

    11.Testing charges, if any, unless otherwise provided, shall be borne by the

    contractor/department as per condition 10 above and all other expenditure required to

    be incurred for taking the samples, conveyance, packing etc. shall be borne by the

    contractor himself. B.I.S marked materials shall also be got tested beyond certain

    quantity of the various items required on the works. The technical sanctioning authority

    and shall decide the quantity limit as well as the test categories and decision of such

    technical sanctioning authority shall be final and binding on the contractor.

    12.In case of concrete and reinforced concrete work, the contractor shall be required tomake arrangement for carrying out compression strength tests at his own cost. He shall

    render all assistance for the preparation of cubes, safe custody of the same, proper

    curing and carriage up to the laboratory where the test is to be performed. The cube

    tests can be performed at any laboratory approved by the Engineer-in-charge.

    28

  • 7/29/2019 71NitEeHcdI201112NIT02

    29/47

    28

    BANK GUARANTEE FORM FOR EARNEST MONEY

    WHEREAS, contractor.................. (Name of contractor) (Hereinafter called "the Contractor") has

    submitted his tender dated ............. (date) for the construction of .............................................. (Name of work)

    (Hereinafter called "the Tender") KNOW ALL PEOPLE by these presents that we .........................................

    (name of bank) having our registered office at ................................... (Hereinafter called "the Bank") are

    bound unto ................................................... (Name and division of Executive Engineer) (Hereinafter called

    "the Engineer-in-Charge") in the sum of Rs. ......................... (Rs. in words .................................................) for

    which payment well and truly to be made to the said Engineer-in-Charge the Bank binds itself, his successors

    and assigns by these presents.

    SEALED with the Common Seal of the said Bank this ................. day of ................. 2011

    THE CONDITIONS of this obligation are:

    (1) If after tender opening the Contractor withdraws, his tender during the period of validity of tender

    (including extended 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,

    OR

    (c) Fails or refuses to start the work, in accordance with the provisions of the contract and Instructions to

    contractor,

    OR

    (d) Fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank Guarantee, against

    Security Deposit after award of contract.

    We undertake to pay to the Engineer-in-Charge up to the above amount upon receipt of his first

    written demand without the Engineer in Charge having to substantiates his demand provided that in his

  • 7/29/2019 71NitEeHcdI201112NIT02

    30/47

    30

  • 7/29/2019 71NitEeHcdI201112NIT02

    31/47

    30

    Form of Performance Security Bank Guarantee Bond

    In consideration of the President of India (hereinafter called "The Government") having

    agreed under the terms and conditions of agreement

    No._______________________________________ Dated.____________ made between

    ________________________________ and ____________________________ (hereinafter called"the said contractor(s)") for the work

    ________________________________________________________________________

    _____________________________________________________________ (herein after

    called "the said Agreement") having agreed to production of a irrevocable Bank Guarantee for

    Rs._____________ (Rupees_____________________________________

    ____________________________________only) as security/guarantee from the contractor(s)

    for compliance of his obligations in accordance with the terms and conditions in the saidagreement,

    We,_________________________________ hereinafter referred to as "the Bank")

    (Indicate the name of the Bank)

    hereby undertake to pay to the Government an amount not exceeding Rs._____________

    (Rupees____________________________________________________________Only) on

    demand by the Government.

    2. We__________________________________________ do hereby undertake to pay theamounts

    (Indicate the name of the Bank)

    due and payable under this Guarantee without any demure, merely on a demand from the

    Government stating that the amount claimed is required to meet the recoveries due or likely to be

    due from the said contractor(s). Any such demand made on the Bank shall be conclusive as regardsthe amount due and payable by the Bank under this Guarantee. However, our liability under this

    guarantee shall be restricted to an amount not exceeding

    Rs._______________(Rupees____________________________________

    _________________________________________________ only).

    3. We, the said Bank further undertake to pay to the Government any money so demandednotwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding

    pending before any court or Tribunal relating thereto, our liability under this present being absolute

    and unequivocal. The payment so made by us under this bond shall be valid discharge of our

    liability for payment there under and the contractor(s) shall have no claim against us for making

    such payment.

    4 We further agree that the guarantee

    31

  • 7/29/2019 71NitEeHcdI201112NIT02

    32/47

    31

    5. We_____________________________________________ further agree with theGovernment

    (Indicate the name of the Bank)

    that the Government shall have the fullest liberty without our consent and without affecting in anymanner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend

    time of performance by the said contractor(s) from time to time or to postpone for any time or from time to

    time any of the powers exercisable by the Government against the said contractor(s) and to for-bear or

    enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our

    liability by reason of any such variation, or extension being granted to the said contractor(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 orthe contractor(s).

    7. We______________________________________________ lastly undertake not to revokethis (Indicate the name of the Bank) guarantee except with the previous consent of the

    Government in writing.

    8. This guarantee shall be valid up to ______________ unless extended on demand byGovernment. Notwithstanding anything mentioned above, our liability against this guarantee is

    restricted to

    Rs.________________(Rupees_______________________________________________ only)

    and unless a claim in writing is lodged with us within six months of the date of expiry or the

    extended date of expiry of this guarantee all our liabilities under this guarantee shall stand

    discharged.

    Dated the ______________ day of _____________________

    for ______________________________________(Indicate the name of the Bank)

    32

  • 7/29/2019 71NitEeHcdI201112NIT02

    33/47

    Government of Andhra Pradesh

    ABSTRACT

    Mines and Minerals: Amendments to Rule 10 of the Andhra Pradesh Mines & Minerals

    Concession Rules, 1966. Amendments - Orders - Issued.

    Industries and Commerce (M.I) Department

    GO MS No.198 Dated:

    13.08.2009

    Read the following:-

    1. GO MS. No.217, Industries and Commerce (Mines I) Department, Dt.29.09.2004.2. From the Director of Mines and Geology, lr. No.25395/MR/2007 Dt.29.09.2007.

    3. G.O.Ms.No.104 Industries and Commerce (Mines I) Department Dt. 15.05.2009

    Order:

    1. The following notification will be published in the Extra ordinary issue of the AndhraPradesh Gazette, Dated 13

    thAugust 2009.

    2. This order shall come into force with immediate effect:

    Notification

    In exercise of the powers conferred by sub-section (1) of section 15 of the Mines and

    Minerals (Regulation and Development) Act, 1957 (Central Act 67 of 1957) the Governor of

    Andhra Pradesh hereby makes the following amendments to the Andhra Pradesh Minor Mineral

    Concession Rules 1966, issued in G.O. Ms. No.1172, Industries and Commerce Department, dated

    4th

    September, 1967 as subsequently amended from time to time.

    Amendment

    In the said rules, Under rule 10 for schedule I and II, the following shall be substituted,

    namely:

    SCHEDULE I

    Rates of Seigniorage Fee

    S.No Name of the Mineral Unit Rate of Seigniorage fee

    1. Building Stone M3

    / MT Rs.50/33/-(Rupees Fifty / Thirty Three)

    2. Rough Stone / Boulders M3 / MT Rs.50/33/-(Rupees Fifty / Thirty Three)

    3. Road Metal & Ballast M3

    / MT Rs.50/33/-(Rupees Fifty / Thirty Three)

    3(a) Dimensional stone used for

    kerbs & cubes

    MT Rs. 88/- (Rupees Eighty Eight)

    33

  • 7/29/2019 71NitEeHcdI201112NIT02

    34/47

    7. Mosaic chips MT Rs.44/-(Rupees Forty Four)

    8. Moorum/Gravel & Ordinaryearth

    M3/MT Rs.22/14/- (Rupees Twenty Two /

    Fourteen)

    9. Ordinary sand / sandmanufactured from boulders

    useful for civil construction

    M3

    Rs.40/- (Rupees Forty)

    10. Shingle M3

    Rs.17/-(Rupees Seventeen)

    11. Chalcedony Pebbles MT Rs.33/- (Rupees Thirty Three)

    12. Fullers earth / Bentonite MT Rs.110/- (Rupees One Hundred and

    Ten).

    Rs 44/- (Rupees Forty Four).

    13. Shale / slate MT Rs.110/- (Rupees One hundred and Ten)

    14. Rehmati M3

    Rs.17/- (Rupees Seventeen)

    15. Lime Stone slabs

    (a)(i) Colour - Rs.7/-(Rupees Seven) per Sqm or

    Rs.88/-(Rupees Eighty Eight) per MT

    whichever is higher

    (a)(ii) White - Rs.5/-(Rupees Five) per Sqm or Rs.55/-

    (Rupees Fifty Five) per MT whichever is

    higher

    b) Black - Rs.4/- (Rupees Four) per Sqm or Rs.44/-

    (Rupees Forty Four) per MT whichever

    is higher

    16. Ordinary clay, silt and brick

    earth used in the manufacture

    of bricks including Mangalore

    tiles

    - Rs.3,850/-(Rupees Three Thousand

    Eight Hundred and Fifty) Per kiln per

    annum for bricks and tiles

    17. Granite Useful for Cutting: (Rate per Cubic Meter)

    Item Super Gang Saw

    above 300 Cm X

    180 Cm. Size

    Mini Gang Saw

    above 270 Cm X

    150 Cm & less

    h 300 C X

    Below 270 Cm

    X 150 Cm Size.

    Below75cm

    size

    34

  • 7/29/2019 71NitEeHcdI201112NIT02

    35/47

    b)

    Black

    granite

    other than

    galaxy

    variety

    Rs.2,475/-

    (Rupees Two

    Thousand Four

    Hundred and

    Seventy Five)

    Rs.2,000/-

    (Rupees Two

    Thousand only)

    Rs.1,925/-

    (Rupees One

    Thousand Nine

    Hundred and

    Twenty fiveonly)

    Rs 825/-

    (Rupees Eight

    Hundred

    Twenty Five

    only)

    c)Colourgranite

    Srikakulam

    blue,

    Indian

    aurora ofNazamabad

    Rs.2,475/-(Rupees Two

    Thousand Four

    Hundred and

    Seventy Five)

    Rs.2,000/-(Rupees Two

    Thousand only)

    Rs.1,925/-(Rupees One

    Thousand Nine

    Hundred and

    Twenty five

    only).

    Rs 825/-(Rupees Eight

    Hundred

    Twenty Five

    only)

    d)

    Colour

    granite of

    othervarieties

    Rs.1,925/-

    (Rupees One

    Thousand NineHundred Twenty

    Five only)

    Rs.1,625/-

    (Rupees One

    Thousand SixHundred and

    Twenty Five

    only)

    Rs.1,650/-

    (Rupees One

    Thousand SixHundred and

    Fifty )

    Rs 825/-

    (Rupees Eight

    HundredTwenty Five

    only)

    SCHEDULE II

    RATE OF DEAD RENT (PER HECTARE PER ANNUM)

    Sl.No. Name of the Minor Mineral Rate of Dead Rent per hectare perAnnum

    01 Black Granite Rs. 55,000/-(Rupees Fifty Five Thousandonly)

    02 Colour Granite Rs.44,000/-(Rupees Forty FourThousand only)

    03 Limestone other than classified as Major Minerals used

    for Lime burning for building construction purposes,Marble, Boulders, Building Stone Including Stone

    used for Road Metal, Ballast Concrete and other

    Construction purposes, Shale, Slate and Phyllites ,

    Mosaic Chips, Fullers Earth/Bentonite & Dimensional

    Stones used for Cubes & kerbs

    Rs.27,500/- (Rupees Twenty Seven

    Thousand Five Hundred only)

    35

  • 7/29/2019 71NitEeHcdI201112NIT02

    36/47

    SECRETARY TO GOVERNMENT

    To

    The Commissioner of Printing Stationary & Stores Purchase (Ptg. Wing) Hyd. (He is requested

    to publish the above notification in the extra ordinary issue of A.P.

    Gazette and arrange to send 600 copies of the same to Government, Industries & Commerce

    Department)

    The Director of Mines & Geology, Hyderabad.

    All Joint Directors of Mines & Geology }

    All Deputy Directors of Mines & Geology } through Director of

    All Assistant Directors of Mines & Geology } Mines & Geology

    Copy to:

    The Secretary to the Government of India, Dept. of Mines, New Delhi.

    The Law (E) Department.

    The Industries and Commerce (M.II/M.III) Department.

    The P.S. to Minister for Mines and Geology.

    The P.S. Secretary to Government, Ind. & Com. Dept.,

    Sf/Sc.(8740/MI(2)/2007)

    //FORWARDED: BY ORDER// SECTION OFFICER

    36

  • 7/29/2019 71NitEeHcdI201112NIT02

    37/47

    Sample letter for Acceptance of bid

    By REGISTERED POST

    No. Dated,

    To

    (Name and Address of the contractor)

    Subject: (Name of work as appearing in the bid for the work).

    Dear Sir(s)

    Your bid for the work mentioned above has been accepted on behalf of the President of India at

    your bided / negotiated bid amount of Rs.(Rupees.) which is..% below / above the estimated cost of Rs...(Rupees..)

    1. You are requested to submit the performance guarantee Rs. (Rupees.)within 15 days of issue of this letter. The Performance Guarantee shall be in any of the prescribed form as

    provided in Clause I of the General Condition of Contracts for CPWD Works and shall be valid up to

    .

    On receipt of prescribed performance guarantee necessary letter to commence the work shall beissued and site of work shall be handed over to you thereafter.

    2. Please note that the time allowed for carrying out the works as entered in the bid, ( )days will be reckoned after 22 days from the date of issue of this letter.

    Yours faithfully,

    Executive Engineer

    For & on behalf of President of India

    HCD-I, CPWD.

    37

    S l l tt f C t f k

  • 7/29/2019 71NitEeHcdI201112NIT02

    38/47

    Sample letter for Commencement of works

    By Registered Post

    No.Date:

    To

    (Name and Address of the contractor)

    Subject: (Name of work as appearing in the bid for the work).

    Ref: 1. Performance guarantee submitted by you vide your letter

    No . Dated for above work.

    2. This office letter of intent/ acceptance of bid No.dt

    Dear Sir(s)

    1. In continuation to the letters referred above, you are requested to attend this office to complete

    formal agreement within 15 days from stipulated date of start.

    2. You are requested to contact the Assistant Engineer (Complete address) for taking

    possession of site and starting the work on or before 22 days from the date of letter of acceptance of bid.

    Yours faithfully,

    Executive Engineer

    For & on behalf of President of India

    HCD-I, CPWD

    38

    INTEGRITY AGREEMENT

  • 7/29/2019 71NitEeHcdI201112NIT02

    39/47

    INTEGRITY AGREEMENT

    To,

    ..,

    ..,..

    Sub: NIT No. . for the work ...................

    Dear Sir,

    It is here by declared that CPWD is committed to follow the principle of transparency, equity andcompetitiveness 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

    Executive Engineer

    39

  • 7/29/2019 71NitEeHcdI201112NIT02

    40/47

    To,

    Executive Engineer,

    ..,

    ..Sub: Submission of Tender for the work of ........

    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/Weacknowledge and accept the duration of the Integrity Agreement, which shall be in the line with

    Article 1 of the enclosed Integrity Agreement.

    I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement,

    while submitting the tender/bid, CPWD shall have unqualified, absolute and unfettered right to

    disqualify the tenderer/bidder and reject the tender/bid is accordance with terms and conditions of the

    tender/bid.

    Yours faithfully

    (Duly authorized signatory of the Bidder)

    40

    To be signed by the bidder and same signatory competent / authorized to sign

  • 7/29/2019 71NitEeHcdI201112NIT02

    41/47

    To be signed by the bidder and same signatory competent / authorized to sign

    the relevant contract on behalf of CPWD.

    INTEGRITY AGREEMENTThis Integrity Agreement is made at ............... on this ........... day of ...........20......

    BETWEEN

    President of India represented through Executive Engineer, HCD-I, CPWD, Nirman Bhawan,

    Hyderabad. (Hereinafter referred as the Principal/Owner, which expression shall unless repugnant

    to the meaning or context hereof include its successors and permitted assigns)

    AND

    .....................................................................................................................................................

    (Name and Address of the Individual/firm/Company)

    through .................................................................... .................(Hereinafter referred to as the(Details of duly authorized signatory)

    Bidder/Contractor and which expression shall unless repugnant to the meaning or context hereof

    include its successors and permitted assigns)

    Preamble

    WHEREAS the Principal / Owner has floated the Tender (NIT No. ................................) (hereinafter

    referred to as Tender/Bid) and intends to award, under laid down organizational procedure,

    contract for ................................................................................................................................

    (Name of work)hereinafter referred to as the Contract.

    AND WHEREAS the Principal/Owner values full compliance with all relevant laws of 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 Contractbetween 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:

    Article 1: Commitment of the Principal/Owner

    1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and toobserve the following principles:

    (a) No employee of the Principal/Owner, personally or through any of his/her family members, willin 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.

    41

  • 7/29/2019 71NitEeHcdI201112NIT02

    42/47

    2) If the Principal/Owner obtains information on the conduct of any of its employees which is acriminal 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 alsoinitiate disciplinary actions as per its internal laid down policies and procedures.

    Article 2: Commitment of the Bidder(s)/Contractor(s)

    1) It is required that each Bidder/Contractor (including their respective officers, employees andagents) adhere to the highest ethical standards, and report to the Government / Department all

    suspected acts offraud 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.

    2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to preventcorruption. He commits himself to observe the following principles during his participation in the

    Tender process and during the Contract execution:

    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/Owners employees involved in the Tender processor 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 undisclosedagreement or understanding, whether formal or informal. This applies in particular to prices,

    specifications, certifications, subsidiary contracts, submission or non-submission of bids or anyother 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/PCAct. 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 ofagents/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 Indian

    42

    3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above

  • 7/29/2019 71NitEeHcdI201112NIT02

    43/47

    ) ( ) ( ) g p

    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 wilful misrepresentation or omission of facts or submission offake/forged documents in order to induce public official to act in reliance thereof, with the

    purpose of obtaining unjust advantage by or causing damage to justified interest of others

    and/or to influence the procurement process to the detriment of the Government interests.

    5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use CoercivePractices (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 actualinjury may befall upon a person, his/ her reputation or property to influence their participation in

    the tendering process).

    Article 3: Consequences of Breach.

    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 theBidder/ Contractor accepts and undertakes to respect and uphold the Principal/Owners absolute

    right:

    1) . If the Bidder(s)/Contractor(s), either before award or during execution of Contract hascommitted a transgression through a violation of Article 2 above or in any other form, such as to

    put his reliability or credibility in question, the Principal/Owner after giving 14 days notice to the

    contractor shall have powers to disqualify the Bidder(s)/Contractor(s) from the Tender process orterminate/determine the Contract, if already executed or exclude the Bidder/Contractor from

    future contract award processes. The imposition and duration of the exclusion will be determined

    by the severity of transgression and determined by the Principal/Owner. Such exclusion may be

    forever or for a limited period as decided by the Principal/Owner.

    2) .Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner hasdisqualified the Bidder(s) from the Tender process prior to the award of the Contract or

    terminated/determined the Contract or has accrued the right to terminate/determine the Contractaccording to Article 3(1), the Principal/Owner apart from exercising any legal rights that may

    have accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of

    Earnest Money Deposit, Performance Guarantee and Security Deposit of the Bidder/Contractor.

    43

    India that could justify his exclusion from the Tender process.

  • 7/29/2019 71NitEeHcdI201112NIT02

    44/47

    j y p

    2) . If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tenderprocess 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 himand has installed a suitable corruption prevention system, the Principal/Owner may, at its own

    discretion, revoke the exclusion prematurely.

    Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

    1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment inconformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any

    violation(s) of the principles laid down in this agreement/Pact by any of its Subcontractors/sub-

    vendors.

    2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders andContractors.

    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 ofthe Tender process, from the Tender process.

    Article 6- Duration of the Pact

    This Pact begins when both the parties have legally signed it. It expires for the

    Contractor/Vendor 12 months after the completion of work under the contract or till the

    continuation of defect liability priod, whichever is more and for all other bidders, till the Contracthas been awarded.

    If any claim is made/lodged during the time, the same shall be binding and continue to be

    valid despite the lapse of this Pacts as specified above, unless it is discharged/determined by the

    Competent Authority, CPWD.

    Article 7- Other Provisions

    1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head quarters

    of the Division of the Principal/Owner, who has floated the Tender.

    2) Changes and supplements need to be made in writing. Side agreements have not been made.3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or

    by one or more partner holding power of attorney signed by all partners and consortium

    b I f C th P t t b i d b t ti d l th i d b

    44

  • 7/29/2019 71NitEeHcdI201112NIT02

    45/47

    Article 8- LEGAL AND PRIOR RIGHTS

    All rights and remedies of the parties hereto shall be in addition to all the other legal rights and

    remedies belonging to such parties under the Contract and/or law and the same shall be deemedto be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of

    brevity, both the Parties agree that this Integrity Pact will have precedence over the

    Tender/Contact documents with regard any of the provisions covered under this Integrity Pact.

    IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place

    and date first above mentioned in the presence of following witnesses:

    ...............................................................(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 :

    CPWD

    Schedule of QuantitiesName of Work: Wall panelling and false ceiling to Auditorium DG's Chamber and two Conference Halls on the first floor of New Faculty Building of NIPHM at Rajendranagar

  • 7/29/2019 71NitEeHcdI201112NIT02

    46/47

    Item No. Description of Items UnitRate

    (in figure)

    Rate

    (in words) Amount

    1 Providing wood work in frames of doors, windows and other frames, wrought

    framed and fixed in position

    1.1 Sal Wood 12.00 cum cum

    2 Providing and fixing wall panelling with 1st class teak wood reapers of size

    50mm (width) x 25mm (depth) with a gap of 12mm between reapers, in

    horizontal, vertical, diagonal pattern or in combination as per the approved

    drawing to the existing frame work with necessary nails / adhesive andincluding providing and fixing or forming NIPHM logo wherever required and

    polishing the exposed surface with melamine to give high gloss finsh etc.,

    complete as per the direction of Engineer-in-Charge. 460.00 sqm sqm

    3 Providing and fixing glass wool of 50 mm thick of approved make with density of

    48 kg/cum. The glass wool boards shall be covered with cloth and tied with

    2mm GI wire to the existing wooden frame work complete in all respects and as

    per the direction of Engineer-in-Charge. 460.00 sqm sqm

    Name of Work: Wall panelling and false ceiling to Auditorium, DG s Chamber and two Conference Halls on the first floor of New Faculty Building of NIPHM at Rajendranagar,

    Hyderabad.

    Quantity

    NAME OF THE CONTRACTOR:

    AE (P) / EE Page: 45

    CPWD

    4 Providing and Fixing 15 mm thick densified tegular edged eco friendly light

    weight calcium silicate false ceiling tiles of approved texture spintone/cosmos /

    H i l t f i 595 595 i t

  • 7/29/2019 71NitEeHcdI201112NIT02

    47/47

    Hexa or equivalent of size 595 x 595 mm in true

    horizontal level suspended on inter locking metal grid of hot dipped galvanised

    steel sections (galvanising @ 120 grams per sqm including both side) consisting

    of main 'T' runner suitably spaced at joints to get required length and of size24x38mm made from 0.33 mm thick (minimum) sheet, spaced 1200mm centre

    to centre, and cross "T" of size 24x28mm made out of 0.33mm (Minimum)

    sheet, 1200mm long spaced between main'T' at 600mm centre to centre to form

    a grid of 1200x600mm and secondary cross 'T' of length 600mm and size 24

    x28mm made of 0.33mm thick (Minimum) sheet to be inter locked at middle of

    the 1200x 600mm panel to from grid of size 600x600mm, resting on periphery

    walls /partitions on a Perimeter wall angle pre-coated steel of size(24x24X3000

    mm made of 0.40 mm thick (minimum) sheet with the help of rawl plugs at450mm centre to centre with 25mm long dry wall screws @ 230mm interval and

    laying 15mm

    thick densified edges calicum silicate ceiling tiles of approved texture (Spintone

    / Cosmos/hexa) in the grid including, cutting/ making opening for services like

    diffusers, grills,light fittings, fixtures, smoke detectors etc., whereever required,

    Main 'T' runners to be suspended from ceiling using G.I. slotted cleats of size

    25x35x1.6mm fixed to ceiling with 12.5 mm dia and 50mm long dash fasteners,

    4mm G.I. adjustable rods with galvanised steel level clips of size 85 x 30 x 0.8

    mm, spaced at 1200mm centre to centre along main 'T' , bottom exposed with

    24mm ofall T-sections shall be pre-painted with polyster baked paint, for all

    heights, as per specifications, drawings and as directed by engineer-in-charge.

    Note :- Only calcium silicate false ceiling area will be measured from wall to

    wall. No deduction shall be made for exposed frames/opening (cut outs) having

    area less than 0.30 sqm.The calcium silicate ceiling

    tile shall have NRC. value of 0.50(Minimum), light reflection > 85%, non -combustible as per B.S. 476 part IV, 100% humidity resistance and also

    having thermal conductivity