Tendernotice 1
Tendernotice 1
GOVERNMENT OF INDIA
STC BSF INDORE BORDER SECURITY FORCE INDORE (MP)
NOTICE INVITING e-TENDER
NIT No : 13/NIT/STC-INDORE/2024-25
CERTIFIED THAT THIS NIT CONTAINS 55 PAGES WHICH ARE SERIALLY MARKED AS PAGE NO 01 TO 55.
E-NIT Amounting to Rs. 8,23,489/- (Rupees Eight lakh twenty three thousand four hundred eighty nine) only is hereby
approved.
-Sd-23/08//2024-
Deputy Commandant (Works)
CSWT BSF Indore
Contractor DC (W)
2
INDEX
NAME OF WORK: CONSTRUCTION OF URINAL POINTS AT VARIOUS PLACES OF TRANING AREA AND REOTI RANGE OF STC BSF
INDORE (MP)( 2ND CALL)
1. NIT APPROVAL : 1
2. PRESS NOTICE FORMING PART OF NIT AND TO BE POSTED ON WEBSITE : 3-4
3. GUIDELINES / PROCEDURE TO BE FOLLOWED : 5
4. ADDL. INSTRUCTIONS FOR ONLINE BID SUBMISSION FOR BIDDERS : 6-7
5. INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERS : 8
6. NOTICE INVITING TENDER (FORM CPWD-6) : 9-12
7. LIST OF DOCUMENTS TO BE SCANNED AND UPLOADED WITHIN THE PERIOD OF BID : 13
SUBMISSION
8. PERCENTAGE RATE TENDER AND CONTRACT OF WORK (FORM CPWD-7) : 14-15
9. ACCEPTANCE : 16
10. PROFORMA OF SCHEDULES : 17-20
Contractor DC (W)
3
PRESS NOTICE FORMING PART OF NIT AND TO BE POSTED ON WEBSITE
The Deputy Commandant (Works), CSWT BSF Indore , invites on behalf of the President of India, online Percentage Rate tenders
from approved and eligible contractors of CPWD and those of appropriate list of M E S, BSNL, Railways and State PWD of MP for
the following work through e-procurement solution: -
Name of Work
Last date and time Last date Date & Time
Earnest Money
Estimated Cost
Time Allowed
for submission of and time for for opening of
original EMD submission bids
physically of bids
Rs . 8,23,489/-
REOTI RANGE OF STC BSF INDORE (MP)( On 26/09/2024 26/09/2024 27/09/2024
Rs. 16,470/-
2ND CALL) upto 1100 Hrs Upto upto 1130 Hrs
120 Days
13/NIT/STC-INDORE/2024-25 1100 Hrs
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.
Enlistment of the contractors should be valid on the last date of submission of tenders. In case the last date of submission of
tender is extended, the enlistment of contractor should be valid on the original date of submission of tenders.
For all contractors, experience of executing three similar works each value not less than 40 % of estimated cost or two similar
work each of value not less than 60 % of estimated cost of one similar work of value not less than 80 % of estimated cost in last
7 years ending last day of the month previous to the one in which the tenders are invited is required. The value of executed
works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7 % per annum,
calculated from the date of completion to the last date of bidding for tender. Similar work shall mean work related to Building
works/Fabrication/Aluminum/Retrofitting etc.
Tender documents shall be considered valid of only contractors who will upload and submit the following documents within the
prescribed date & time:
Contractor DC (W)
4
ix) Experience /Completion certificate in support of execution of similar works.
i) “The physical Original EMD has been deposited by me/us in the Office of DDO/ Account Officer STC BSF or any DDO/
Account Officer office of BSF, and scan copy of receipt is uploaded in the tender documents within bid submission closing
date of this tender otherwise not deposited by me, department may reject the tender an also take action to withdraw
my/our enlistment.”
ii) Undertaking for site inspection (Intending bidders must upload undertaking that they have inspected and examined the
site and its surrounding before submitted their bids), as per (ANNEXURE –E) at page no 45 of this NIT.
(C) Scanned copy of an Affidavit mentioning the name of work “CONSTRUCTION OF URINAL POINTS AT VARIOUS PLACES OF
TRANING AREA AND REOTI RANGE OF STC BSF INDORE (MP)( 2ND CALL)” as under (i, ii, iii & iv) on 100/- stamp paper: -
i) I/We undertake and confirm that I/we has/have not been blacklisted/banded by any other department, further that, if
such a violation comes to the notice of Department, then I/we shall be debarred for tendering in BSF in future forever.
Also, if such a violation comes to the notice of Department before/after/any stage / date of start of work, the Engineer-in-
Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. (Scanned copy of
certificate to be uploaded at the time of submission of bid).
ii) I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another contractor on
back-to-back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred for
tendering in BSF in future forever. Also, if such a violation comes to the notice of Department before date of start of work,
the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.
(Scanned copy to be uploaded at the time of submission of bid).
iii) I/we have undertaken & confirm that all the terms & conditions mentioned in the NIT has been read/understood by me/us
and I am submitting my tender as per terms & Conditions mentioned in NIT.
iv) Undertaking on structured stability and sounded as per prescribed format (ANNEXURE – F) as per NIT page No 46
The original EMD should be deposited in the office of DDO/ Account Officer STC or any DDO/ Account Officer office of BSF,
within the period of bid submission and uploading the mandatory scanned documents BSF Indore with in the period of
bid submission. The EMD receiving officer shall issue a receipt of deposition of earnest money deposit to the bidder in a
prescribed format (enclosed) as (ANNEXURE –D) at page no 44 of this NIT, the receipt shall also be uploaded to the e-
tendering website by the intending bidder latest by specified bid submission date and time.
Financial bid submitted by intending bidders shall be opened only of those tenderers, who have uploaded the scanned
copies of the required document and if these documents are found in order.
Earnest money of Rs 16,470/-to be deposited in the form of Receipt Treasury Challan/Deposit at Call receipt of a
scheduled bank/fixed deposit receipt of a scheduled bank/demand draft of a scheduled bank issued in favor of IG, STC BSF
Indore.
-Sd-23/08//2024-
Deputy Commandant (Works)
CSWT BSF Indore
Contractor DC (W)
5
GUIDELINES / PROCEDURE TO BE FOLLOWED IN INTRODUCTION OF ‘e’- PROCUREMENT SOLUTION
1. Submission of Bids: The bidders who are desirous of participating in ‘e’ procurement shall submit their price bids in the
standard formats prescribed in the Tender documents, displayed at eprocure.gov.in. The bidders should upload the
scanned copies of all the relevant certificates, documents etc., in the e-procure.gov.in. In support of their price bids.
The bidder shall sign on all the statements, documents, certificates, uploaded by him, owning responsibility for their
correctness / authenticity.
2. Payment of Bid Security (Earnest Money Deposit): The EMD shall be in the form of the demand draft of scheduled
bank / fixed deposit receipt of a scheduled bank issued in favour of IG STC BSF Indore. Original copy of the TDR / FDR
/DD along with receipt of EMD issued from the office of STC BSF Indore is to be scanned and uploaded along with the
Bid.
3. Price Bid Opening: The price Bids will be opened online by the Board of Officers detailed for the purpose at the
specified date & time and the result will be displayed on the e-procure.gov.in which can be seen by all the bidders who
participated in the tenders.
4. Processing of Tenders: The concerned officer / officers will evaluate and process the tenders as done in the
conventional tenders and will communicate the decision to the bidder online.
5. Payment of performance Guarantee: The bidder whose tender is accepted will be required to furnish Performance
guarantee of 5% (Five percent) of the tendered amount in addition to other deposits mentioned Elsewhere in the
contract for his proper performance of the contract. This guarantee shall be in the form of pay order / FDR / TDR/
guarantee bonds of any scheduled bank draw in favors of IG, STC BSF Indore.
6. Participation of Bidders at the time of opening of bids: Bidders have two options to participate in tendering process at
the time of opening of Bids:
(i) Bidders can come at the place of opening of bids as done in the conventional tender process.
7. Participation Financial Rules for e-procurement: The e-procure system would be applicable for purchase of goods,
outsourcing of services and execution of work as prescribed in GFRs / CPWD manual.
8. Signing of agreement: After the award of the contract, an agreement will be signed as done in Conventional Tenders.
9. General contract condition 2023 (i.e. GCC-2023) is available at M/S Jain Book Agency, Connaught Palace, New Delhi
and also at CPWD Web site.
10. The payment to the contractor can be done only on availability of funds further it is done through Pay and Account
division (PAD) New Delhi. Department will not be responsible for delay in getting funds from Ministry and no any
extra compensation on this account shall be granted apart from specified elsewhere. The contractor has to quote his
tender accordingly considering this aspect.
Contractor DC (W)
6
1. SUBMISSION OF TENDER
1.1 Online bidding through CPP e-procurement system. The tender document is available at CPPP e- procurement site i.e.,
http://eprocure.gov.in/eprocure/app. Prospective bidder desirous of participating in this tender may view and
download tender documents from the above mentioned website.
1.2 All documents should be submitted electronically in PDF format.
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL:
https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder Enrollment” on the CPP Portal which is free of
charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for
their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These
would be used for any communication from the CPP Portal.
4) Upon enrolment, the bidders will be required to register their valid digital Signature Certificate (Class II or Class III
Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / nCode / eMudhra etc.),
with their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do
not lend their DSC’s to others which may lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC
/ e-Token.
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document before submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to understand the documents required to
be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the
number of documents - including the names and content of each of the document that need to be submitted. Any deviations
from these may lead to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule
and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and
white option which helps in reducing size of the scanned document.
4) To avoid the time and effort required in uploading the same set of standard documents which are required to be
Contractor DC (W)
7
submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor
certificates etc.) has been provided to the bidders. Bidders can use “My Space” or ‘’Other Important Documents’’ area available
to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a
bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.
SUBMISSION OF BIDS
1. Bidder should log into the site well in advance for bid submission so that they can upload the bid in time
i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.
2. The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender
document.
3. Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the
instrument.
4. Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be
posted/couriered/given in person to the concerned official, latest by the last date of bid submission or as specified in
the tender documents. The details of the DD/any other accepted instrument, physically sent, should tally with the
details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will
be rejected.
5. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no
other format is acceptable. If the price bid has been given as a standard BoQ format with the tender document, then
the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BoQ file, open
it and complete the white coloured (unprotected) cells with their respective financial quotes and other details (such as
name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save
it and submit it online, without changing the filename. If the BoQ file is found to be modified by the bidder, the bid will
be rejected.
6. The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing
the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during
bid submission.
7. All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the
secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The
confidentiality of the bids is maintained using the secured Socket Layer 136 bit encryption technology. Data storage
encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to symmetric
encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using
buyers/bid openers public keys. Overall, the uploaded tender documents become readable only after the tender
opening by the authorized bid openers.
8. The uploaded tender documents become readable only after the tender opening by the authorized bid openers.
9. Upon the successful and timely submission of bids (i.e after Clicking “Freeze Bid Submission” in the portal), the portal
will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time
of submission of the bid with all other relevant details.
10. The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This
acknowledgement may be used as an entry pass for any bid opening meetings.
ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to
the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be
directed to the 24x7 CPP Portal Help-desk.
Contractor DC (W)
8
INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERS
a. The tenderers should read all the instructions terms & conditions, contract clauses, nomenclature of Items, specifications
etc. contained in the tender documents very carefully, before quoting the rates. The tenderer should also read the general
conditions of contract for CPWD works 2022 with up to date correction slip available with M/s. Jain Book Agency,
Connaught Palace, New Delhi, which will form a part of the Agreement with up to date correction slips.
b. Tenderer should sign and witnessed at appropriate page of tender documents indicating full address of witness and the
names of signatories.
c. Any person who submits a tender shall fill up to usual printed form, stating at what item rate he is willing to undertake the
work. Tenderer, who propose any alteration in the work specified in the said form of invitation to tenders, or in the time
allowed for carrying out the work, or which contain any other condition of any sort including conditional rebates, will be
summarily rejected.
d. The contractor shall quote his rates keeping in mind the specifications terms & conditions, additional conditions and
special conditions etc. and nothing shall be payable extra whatsoever unless otherwise specified.
e. In the event of the tender being submitted by a firm, it must be signed separately by each partner thereof or in the event
of the absence of any partner, it must be signed on his behalf by a person holding a power of attorney authorizing him to
do so. Such power of attorney should be produced with the tender and it must be disclosed that the firm is duly registered
under the India partnership act, 1952.
f. Income tax, Excise duty, GST, Labor Cess, any taxes of state Govt etc. as applicable shall be paid by the contractor himself.
The department shall deduct from the R/A bills, the TDS as applicable, labor cess and other tax & cess as applicable. The
contractor shall quote his rates considering all such Taxes and cess. However regarding the Service Tax the department on
proof of production of payment if payable and if actually paid by the contractor shall reimburse Service Tax.
g. Letter of recommendation for exemption of Octroi shall be issued by the department on demand. However, the
department is not liable to reimburse the Octroi duty in case such exemption certificates are not honored by the
concerned authorities.
h. The agencies shall get registered with works contract cell of GST of appropriate State/center Govt. and submit valid
registration certificate from works contract cell of Sales Tax Department preferable at the time of tendering.
i. The tender, which is not duly signed by authorized signatory or is conditional shall be treated as non-responsive and shall
be summarily rejected.
j. The tenderer is required to quote the item rate/percentage rate as prescribed in CPWD-7/8.
Contractor DC (W)
9
C.P.W.D.-6
BORDER SECURITY FORCE NOTICE INVITING TENDER
Percentage Rate tenders are invited on behalf of the President of India from approved and eligible contractors of CPWD and
those of appropriate list of M.E.S, BSNL, Railways and PWD of State MP through e- Tendering for the work: NAME OF WORK:
CONSTRUCTION OF URINAL POINTS AT VARIOUS PLACES OF TRANING AREA AND REOTI RANGE OF STC BSF INDORE (MP)( 2ND
CALL) The enlistment of the contractors should be valid on the last date of receipt of tender. In case only the last date of receipt
of tender is extended, the enlistment of contractor should be valid on the original date of receipt of tender.
1.1 The work is estimated to cost Rs. 8,23,489/-. This estimate, however, is given merely as a rough guide.
1.2 Tender documents shall be considered valid of only contractors who will upload and submit the following documents
within the prescribed date & time:
i. “The physical Original EMD has been deposited by me/us in the Office of DDO/ Account Officer STC BSF or any DDO/
Account Officer office of BSF, and scan copy of receipt is uploaded in the tender documents within bid submission closing
date of this tender otherwise not deposited by me, department may reject the tender an also take action to withdraw
my/our enlistment.”
ii. Undertaking for site inspection (Intending bidders must upload undertaking that they have inspected and examined the
site and its surrounding before submitted their bids), as per (ANNEXURE –E) at page no 45 of this NIT.
(C) Scanned copy of an Affidavit mentioning the name of work “CONSTRUCTION OF URINAL POINTS AT VARIOUS PLACES
OF TRAINING AREA AND REOTI RANGE OF STC BSF INDORE (MP) ( 2ND CALL)” as under (i, ii, iii & iv) on 100/- stamp
paper: -
i) I/We undertake and confirm that I/we has/have not been blacklisted/banded by any other department, further that, if
such a violation comes to the notice of Department, then I/we shall be debarred for tendering in BSF in future forever.
Also, if such a violation comes to the notice of Department before/after/any stage / date of start of work, the Engineer-in-
Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. (Scanned copy of
certificate to be uploaded at the time of submission of bid).
ii) I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another contractor on
Contractor DC (W)
10
back-to-back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred for
tendering in BSF in future forever. Also, if such a violation comes to the notice of Department before date of start of work,
the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.
(Scanned copy to be uploaded at the time of submission of bid).
iii) I/we have undertaken & confirm that all the terms & conditions mentioned in the NIT has been read/understood by me/us
and I am submitting my tender as per terms & Conditions mentioned in NIT.
iv) Undertaking on structured stability and sounded as per prescribed format (ANNEXURE –F) as per NIT page No 46
The original EMD should be deposited in the office of DDO/ Account Officer STC or any DDO/ Account Officer office of BSF,
within the period of bid submission and uploading the mandatory scanned documents BSF Indore with in the period of
bid submission. The EMD receiving officer shall issue a receipt of deposition of earnest money deposit to the bidder in a
prescribed format (enclosed) as (ANNEXURE –D) at page no 44 of this NIT, the receipt shall also be uploaded to the e-
tendering website by the intending bidder latest by specified bid submission date and time.
Financial bid submitted by intending bidders shall be opened only of those tenderers, who have uploaded the scanned
copies of the required document and if these documents are found in order.
Earnest money of Rs 16,470/- to be deposited in the form of Receipt Treasury Challan/Deposit at Call receipt of a
scheduled bank/fixed deposit receipt of a scheduled bank/demand draft of a scheduled bank issued in favor of IG, STC BSF
Indore
The tenders can be uploaded on website on 26/09/2024 hrs upto 1100 hrs The Technical and financial part will be
opened online on 27/09/2024 from 1130 hrs onwards by the Board of Officers. The tender will be displayed on the
website www.bsf.nic.in /eprocure.gov.in which can be seen by all the contactors who participated in the Tenders.
2. Agreement shall be drawn with the successful tenderer on prescribed Form No. C.P.W.D. 7 which is available as a Govt. of
India Publication and also available on web site www.bsf.nic.in /eprocure.gov.in Tenderer 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 120 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 tender
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
The architectural and structural drawings shall be made available in phased manner, as per requirement of the same as
per approved program of completion submitted by the contractor after award of the work.
5. Tender documents consisting of plans, specifications, the schedule of quantities of the various classes of work to be done
and the set of terms & conditions of contract to be complied with by the contractor and other necessary documents are
uploaded. Standard General Condition of Contract Form can be seen on CPWD website 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) any number of times (he need not
re-enter rate of all the Items) but before last time and date of submission of bid as notified.
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 of Rs. 16,470/-in the form of Treasury Challan or Demand Draft or Pay order or Banker’s Cheque or
Contractor DC (W)
11
Deposit at call Receipt of Fixed Deposit Receipt drawn in favor of IG STC BSF Indore Shall be scanned and uploaded to the
e-Tendering website within the period of bid submission.
10. A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50% of total Earnest Money or Rs.
20 lakhs, 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 scanned and uploaded by the intending bidders.
Copy of Enlistment Order and certificate of work experience and other documents as specified in the tender documents
shall be scanned and uploaded to the e-Tendering website within the period of bid submission. Online bid documents
submitted by intending bidders shall be opened only of those tenderers, whose Earnest Money Deposit and other
documents scanned and uploaded and those physically submitted are found in order.
13. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before
submitting their bids as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site,
the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary
information as to risks, contingencies and other circumstances which may influence or affect their tender. 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 bidders
implies that he has read this notice and all other contract documents and has made himself aware of the scope and
specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him
by the Government and local conditions and other factors having a bearing on the execution of the work.
14. The competent authority on behalf of the President of India does not bind itself to accept the lowest or any other tender
and reserves to itself the authority to reject any or all the tenders received without the assignment of any reason. All
tenders 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.
15. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the tenders submitted by
the contractors who resort to canvassing will be liable to rejection.
16. The competent authority on behalf of President of India reserves to himself the right of accepting the whole or any part of
the tender and the bidders shall be bound to perform the same at the rate quoted.
17. The contractor shall not be permitted to bid for works in the BSF responsible for award and execution of contracts, in
which his near relative is posted a Divisional/Senior 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
Contractor DC (W)
12
working with him in any capacity or are subsequently employed by him and who are near relatives to any gazette officer in
the Border Security Force or in the Ministry of Home Affairs. Any breach of this condition by the contractor would render
him liable to be removed from the approved list of contractors of this Department.
18. 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 tender or engagement in the contractor’s
service.
19. The tender for the works shall remain open for acceptance for a period of Ninety (90) days from the date of opening of
tender. If any tenderer withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier, or
makes any modifications in the terms and conditions of the tender 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 tenderer shall not be allowed to participate in the re-tending process of the work.
20. This notice inviting Tender shall form a part of the contract document. The successful bidders/contractor, on acceptance of
his bid by the Accepting Authority, shall, within 15 days from the stipulated date of start of the work, sign the contract
consisting of:-
(a) The Notice Inviting tender, all the documents including additional conditions, specifications and drawings, if any, forming
part of the tender as uploaded at the time of invitation of bid and the rates quoted online at the time of submission of bid
and acceptance thereof together with any correspondence leading thereto.
(b) Standard CPWD Form –7 or other Standard C.P.W.D. form as applicable.
21. The contractor shall quote his rates keeping in mind the specifications; terms & conditions, particular specifications and
special conditions etc. and nothing shall be payable extra whatsoever unless otherwise specified.
22. In case of any difference / ambiguity between English & Hindi versions, English version shall prevail.
23. The department shall deduct Income Tax on the value of work done from each bill of the contractor as per prevailing
Government instructions/orders. In lieu, the department shall issue a certificate of deduction of the tax at source to the
contractor, in relevant form.
24. Engineer-in-Charge shall deduct TDS and GST as per prevailing Government instructions/orders from the total payment
made to contractor in pursuance of this contract. This TDS shall also be deducted on advance payment to be adjusted in
future bills and on the amount of cost escalation. The TDS certificate shall be issued by the DDO, STC BSF Indore to the
contractor in prescribed forms.
25. The department shall deduct Labour cess @1% on the value of work done from each bill of the contractor as per prevailing
Government instructions/orders. In lieu, the department shall issue a certificate of deduction of the tax at source to the
contractor, in relevant form.
26. Those contractors not registered on the website mentioned above, are required to get registered beforehand. If needed
they can be imparted training on online tendering process as per details available on the website. The intending bidder
must have valid class-III Digital signature to submit the bid.
27. Wherever Chief Engineer has been referred in ‘General conditions of contract for CPWD works -2023’, it may be
read as ‘IG (works) of BSF’.
-Sd-23/08//2024-
Deputy Commandant (Works)
Contractor DC (W)
13
CSWT BSF Indore
Contractor DC (W)
14
LIST OF DOCUMENTS TO BE SCANNED AND UPLOADED WITHIN THE PERIOD OF BID SUBMISSION
i. “The physical Original EMD has been deposited by me/us in the Office of DDO/ Account Officer STC BSF or any DDO/
Account Officer office of BSF, and scan copy of receipt is uploaded in the tender documents within bid submission closing
date of this tender otherwise not deposited by me, department may reject the tender an also take action to withdraw
my/our enlistment.”
ii. Undertaking for site inspection (Intending bidders must upload undertaking that they have inspected and examined the
site and its surrounding before submitted their bids), as per (ANNEXURE –E) at page no 45 of this NIT.
C)Scanned copy of an Affidavit mentioning the name of work “CONSTRUCTION OF URINAL POINTS AT VARIOUS PLACES OF
TRAINING AREA AND REOTI RANGE OF STC BSF INDORE (MP)” as under (i, ii, iii & iv) on 100/- stamp paper: -
i. I/We undertake and confirm that I/we has/have not been blacklisted/banded by any other department, further that, if
such a violation comes to the notice of Department, then I/we shall be debarred for tendering in BSF in future forever.
Also, if such a violation comes to the notice of Department before/after/any stage / date of start of work, the Engineer-in-
Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. (Scanned copy of
certificate to be uploaded at the time of submission of bid).
ii. I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another contractor on
back-to-back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred for
tendering in BSF in future forever. Also, if such a violation comes to the notice of Department before date of start of work,
the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.
(Scanned copy to be uploaded at the time of submission of bid).
iii. I/we have undertaken & confirm that all the terms & conditions mentioned in the NIT has been read/understood by me/us
and I am submitting my tender as per terms & Conditions mentioned in NIT.
iv. Undertaking on structured stability and sounded as per prescribed format as per (ANNEXURE –F) as per NIT page No 46
Contractor DC (W)
15
CPWD – 7
GOVERNMENT OF INDIA BORDER SECURITY FORCE
STATE : MP CIRCLE : Commandant (W) FHQ BSF New Delhi
Tender for the work of : CONSTRUCTION OF URINAL POINTS AT VARIOUS PLACES OF TRANING AREA AND REOTI RANGE
OF STC BSF INDORE (MP)( 2ND CALL)
(ii) To be opened in presence of tenderers who may be present either at the place of opening of tenders (physically) or can
visualize the process online at 1130 hours on 27/09/2024 in the office of STC BSF Indore
Released to website:
www.bsf.nic.in /eprocure.gov.in.at Tender I.D. No. _______________________
TENDER
I/We have read and examined the notice inviting tender, schedule A,B,C,D,E & F, applicable specifications, 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 condition of contract and all other contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule "F",
viz., schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing
referred to in Rule-1 of General Rules and Directions and in Clause-11 of the Conditions of contract and with such materials as are
provided for, by, and in respects in accordance with, such conditions so far as applicable.
I/We agree to keep the tender open for Ninety (90) days from the due date of its opening and not to make any modifications in
its terms and conditions.
Contractor DC (W)
16
A sum of Rs. 16,470/-* in the shape of TDR/FDR, 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 the work as specified, I/We agree that President of India or his 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 therein and to
carry out such deviations as may be ordered, upto 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 tender 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-tendering process of the work.
I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another contractor on back to
back basis. Further that, if such a violation comes to the notice of Department, then I/We shall be debarred for tendering in BSF in
future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer-in-Charge
shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.
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.
I/we have undertaken & confirm that all the terms & conditions mentioned in the NIT has been read/understood by me/us and I am
submitted my tender as per terms & Conditions mentioned in NIT.
Contractor DC (W)
17
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: - i)
ii) **
iii) For & on behalf of the President of India
Dated…………………………….**
Signature……………………………………….. **
.
** To be filled in by Deputy Commandant (Works)
Contractor DC (W)
18
PERFORMA OF SCHEDULES
SCHEDULE 'A'
SCHEDULE 'D'
Extra schedule for specific requirements/documents for the work, if any.
General conditions, Additional Conditions, Special conditions of cement & steel, general specifications, Particular Specifications &
Special Conditions of this work, tentative drawing, Performance Guarantee, bank guarantee bond etc.
SCHEDULE 'E'
Reference to General conditions of contract :-General conditions of contract for CPWD works-2020 with
Amendments issued up to the last date of receipt of tender. Amendment in some clauses have been made, which shall be
applicable. These amendments are mentioned in tender documents.
NAME OF WORK: -CONSTRUCTION OF URINAL POINTS AT VARIOUS PLACES OF TRAINING AREA AND REOTI RANGE OF STC BSF
INDORE (MP)
Earnest Money : Rs. 16,470/- (to be returned after receiving performance guarantee)
SCHEDULE 'F'
2(x) Percentage on cost of materials and labour : 15% to cover all overheads and profits.
9(ii) Standard CPWD contract Form : CPWD form -7 (2020 edition) as modified and GCC 2023
maintenance work Corrected upto the last date prescribed for submission of tender.
Clause 1
i) Time allowed for submission of : 7 days
Contractor DC (W)
19
(iii) Shifting of date of start incase : Commandant (Works), FHQ BSF, New Delhi.
of delay in handing over of site
PERFORMA OF SCHEDULES
Clause 5 Schedule of handing over of site
Contractor DC (W)
20
Clause 10B(ii)
Whether clause 10 B (ii) shall be applicable? : No
Clause 10 C
Component of labour expressed as percent of value of work : Not Applicable
Clause 10CA : Not Applicable
Clause 12
Authority to decide deviation upto : As per CPWD Manual
1.5 times of tendered amount
12.2 & 12.3
Deviation limit beyond which clauses
12.2 & 12.3 shall apply for building work.
12.5 Deviation Limit beyond which clauses 12.2. & 12.3 shall apply for foundation work. : As per CPWD Manual
: 100%Clause 16
Competent Authority for deciding reduced rates : Commandant (Works), FHQ, BSF Prior approval of IG (Works) is
required in case the total value of quantities of sub-standard items at
agreement rate exceeds 5% of Contract value.
Clause-18:- List of mandatory machinery, Tools & Plants to be deployed by the contractor at site.
1. Concrete mixer machine. 2. Steel Shuttering 3. Needle Vibrators
4. Welding machine 5. Plate Vibrators 6. Stone cutting machine
7. Bar biding Machine 8. Bar cutting Machine 9. TDS Meter.
Clause 19 C
Engineer in Charge authority to decide penalty for each default.
Clause 19 D
Engineer in Charge authority to decide penalty for each default.
Clause 19 G
Engineer in Charge authority to decide penalty for each default.
Clause 19 K
Engineer in Charge authority to decide penalty for each default.
Clause 25
Constitution of Dispute Redressal Committee (DRC) for total claims more than Rs. 25 Lacs:
1. Chairman –IG(Works)FHQ, New Delhi
2. Member –Concerned IG
3. Member- Any nominated officer by IG (Adm)
Contractor DC (W)
21
IG (Works), FHQ BSF, New Delhi is competent to appoint DRC in both cases. Clause 32
“Requirement of Technical representative and recovery rate”
“Requirement of Technical Representative(s) and Recovery Rate”
S.No Minimum Designation Rate at which recovery shall be
Discipli Minimum Nu
Qualification of (Principal made from the contractor in
ne experience m
Technical Technical/ the event of not fulfilling
be
Representative Technical provision of
r
representative) Clause 36(i)
Figure Words
1. Graduate Engineer Civil Principal Technical 02 years 1 15,000/- Fifteen Thousand
OR Representative OR Per Month per month
Diploma Engineer (Project 05 years
Planning/site/ respectively
billing Engineer)
“Assistant Engineers retired from Government services that are holding Diploma will be treated at par with Graduate Engineers.”
Clause-38 :-
(i) (a) Schedule/statement for determining Theoretical quantity of cement & bitumen on the basis of Delhi Schedule Of
Rates-2022 Printed by CPWD with correction slips issued up to the last date prescribed for uploading of bids.
(ii) Variations permissible on theoretical quantities:
(a) Cement- For works with estimated cost put to tender 3% plus / minus.
not more than Rs. 5 lakh
For works with estimated cost put to tender more than Rs.5 lakh. : 2% plus/minus.
b) Bitumen-All Works : 2.5% plus/minus
c) Steel Reinforcement and structural steel : 2.5% plus side only & nil on minus side.
d) All other materials. : Nil
S.No Description of Item Rates in figures and words at which recovery shall be made from the
Contractor
Excess beyond Permissible Less used beyond the permissible variation
Variation
1 2 3 4
To be arranged by
contractor.
1. Cement Nil Rs. 6500/- per Tonne
(Rupees Six Thousand Five Hundred Only)
2. Steel reinforcement Nil Nil
3. Structural sections Nil Nil
Contractor DC (W)
22
GENERAL CONDITIONS
1. Scope of work
The quoted rates of the contractor include all the following activities, except otherwise specified
i) The scope of work also includes Preliminary works like setting and maintenance of permanent bench marks reference
points, central line of the carriageway etc. It shall also include making adjustment in the layout if required as per site
conditions and as directed by the Engineer-in-Charge. The layout shall be got approved from the Engineer-in-charge
before starting actual work. Existing levels of the area under the scope of work shall also be recorded.
ii) Clearing of site for construction of the work and all activities connected therewith before commencement of work to the
satisfaction of the Engineer-in-Charge.
iii) Maintenance of all works during construction till handling over to the Department.
vi) Identification of services like sewer lines, water supply lines, electric and telephone cables etc. well in advance of actual
execution.
vii) It may be noted that all the safety requirements as may be felt necessary by the Engineer- in-Charge, shall have to be
provided for allowing the traffic to pass underneath the superstructure at all times during the construction period.
viii) In case of defective construction by the contractor or on account of any other reason attributable to the contractor if the
consultants appointed by the department, submit additional claims for re-designing on account of additional input by
them, due to such reasons, the same shall also be borne by the contractor. The opinion of the Engineer-in-charge in
these matters shall be final and binding.
ix) All ancillary and incidental facilities required for execution of the work i.e. labour camps, stores, offices for contractors,
work shop facilities, watch and ward, temporary structure for plants and machinery, well equipped, site laboratory as
mentioned in the tender document, water storage structure, tube wells, electric /telephone installation and charges,
liaison work, protection work during execution and not included in the main Items, any other Item /activity contained
elsewhere in the tender documents which is necessary for execution of work in the opinion of the Engineer-in-Charge.
xi) It is also made clear that intending tenderer should visit the sites of work including contractor's compound and physically
assess the activities which are involved for completing the work, including the quantum of work besides the information
supplied in the tender document. No claim whatsoever shall be entertained on this account.
xii) The construction agencies shall make arrangement for a regular fortnightly or other frequency as desired by Engineer-in-
Charge for the documentation of the progress of work.
(xiii) Activities related to setting of various Items such as permanent bench-marks, reference points, central line of carriageway,
layout of foundations and bearings etc. shall be performed by total station survey.
(xiv) The contractor shall provide barricading along the length of road if required and suitable light shall be provided with
barricading, if required. Contractor shall not be paid anything extra for the barricading. In case the Agency fail to provide
barricading as per direction of Engineer In-charge. The same shall be provided by the department at his risk and cost.
(xv) Services like water supply lines, sewer lines, storm water drains, electricity lines, telephone lines overhead and
underground cables /structure, if any falling in the alignment of the work, (which are required to be removed or shifted in
the opinion of the Engineer-in-Charge) shall be removed /shifted by the department if found necessary by the Engineer-in-
charge. Time taken for its shifting, removal, and diversion shall be accounted for towards according extension of times if it
actually causes hindrance in execution as per the discretion of the Engineer-in- Charge. No claim for delay or otherwise
due to above reasons shall be entertained on this account.
2. Samples of Material:-
Contractor DC (W)
23
Sample of materials and other articles required for execution of work shall be got approved from the Engineer-in- Charge
before use in the work. The quantity of samples brought by the contractor shall be judged by standards laid down in the
relevant BIS specifications.
2.1 All materials and fittings brought by the contractor to the site for use shall conform to the samples approved by the
Engineer-in-charge which shall be preserved till the completion of the work. If a particular brand of material is specified in
the Item of work in Schedule of Quantity, the same shall be used after getting the same approved from Engineer-In-
Charge. Wherever brand / quality of materials is not specified in the Item of work, the contractor shall submit the samples
as per suggestive list of brand names given in the tender document / particular specifications for approval of Engineer-in-
Charge. For all other Items, materials and fittings carrying BIS Mark shall be used with the approval of Engineer-in-Charge.
Wherever BIS Marked material / fittings are not available, the contractor shall submit samples of materials / fitting
manufactured by firms of repute conforming to relevant specifications or IS codes and use the same only after getting the
approval of Engineer-In-Charge. To avoid delay, contractor should submit samples as stated above well in advance so as to
give timely orders for procurement. If any material, even though approved by Engineer-In-Charge is found defective or not
conforming to specifications shall be replaced / removed by the contractor at his own risk & cost.
2.2 The contractor shall ensure quality construction in a planned and time bound manner. Any sub-standard material / work
beyond set-out tolerance limit shall be summarily rejected by the Engineer-In-Charge & contractor shall be bound to
replace / remove such sub-standard / defective work immediately.
2.3 BIS marked materials except otherwise specified shall be subjected to quality test besides testing of other materials as per
the specifications described for the Item / material. Wherever BIS marked materials are brought to the site of work, the
contractor shall furnish manufacturer’s test certificate or test certificate or test certificate from approved testing
laboratory to establish that the material produced by the contractor for incorporation in the work satisfies the provisions
of BIS codes relevant to the material and / or the work done.
2.4 BIS marked Items (except cement & steel) required on the work shall be got tested. Only important tests, which govern the
quality of the product, shall be carried out. The frequency of such tests shall be 25% of the frequency specified in the
CPWD Specifications 2019 Vol I to II with up to date correction slips.
For certain Items, if frequency of tests is not mentioned in the CPWD Specifications then relevant IS code shall be followed and
tests shall be carried out @25% of the frequency specified therein.
3. Samples for Testing:-
3.1 The contractor shall provide samples of material required for testing free of charge. The cost of tests shall be borne by
the contractor.
3.2 All necessary tests as per the NIT/CPWD specifications / relevant BIS codes/MORTH Specifications shall be carried out
on all the materials whether ISI marked or otherwise. Wherever NIT/CPWD specifications / relevant BIS codes
do not specify the frequency of tests, the same shall be carried out as per the directions of the Engineer-in- Charge.
Nothing extra whatsoever shall be payable on this account.
Testing at Manufacturer’s place – All materials which are specified to be tested at the manufacturer’s works shall satisfactorily
pass the tests in presence of the authorized representative of Engineer-in-Charge before being used
in the work. In case all requisite testing facilities are not available at the manufacturer’s premises, such testing shall be conducted
at laboratory approved by the Engineer-in-Charge. The charges for such testing shall be borne by the contractor.
3.3 The contractor has to establish field laboratory at site including all necessary equipment (conforming to BIS) as per
Annexure attached and skilled manpower for field tests at his own cost.
3.4 Testing of the building& other material will be done as per the following priority.
Contractor DC (W)
24
4.1 The contractor shall ensure quality control measures on different aspects of construction including materials,
workmanship and correct construction methodologies to be adopted. He shall have to submit brief quality assurance
program within two weeks of the award of the work. The quality assurance program should include the name of the
Engineers and make of materials proposes to be used in the work.
4.2 The contractor shall get the source of various raw materials namely aggregate, cement, sand, steel, water etc. to be
used on the work, approved from the Engineer-in-Charge and trial mixes for controlled concrete shall be done using
the approved materials. The contractor shall stick to the approved source unless it is absolutely unavoidable. Any
change shall be done with the prior approval of the Engineer-in-Charge for which tests etc. shall be done by the
contractor at his own cost.
4.3 Lists of approved makes and brands of materials for work are annexed hereto. Makes and brands of Materials specified
therein shall only be used on the work. The contractor shall submit brand / make of various materials to be used for
the approval of the Engineer-in-Charge along with sample.
4.4 The contractor shall submit shop drawings of staging and shuttering arrangement for approval of Engineer-in- Charge.
The contractor shall also submit bar bending schedule for approval of Engineer-in-Charge before execution.
4.5 All material shall be brought at site as per program finalized with the Engineer-in-Charge. Any pre-delivery of the
material, not required for immediate consumption shall not be accepted and thus not paid for.
4.6 Except for the Items, for which particular specifications are given or where it is specifically mentioned otherwise in the
description of the Items in the schedule of quantities, the work shall generally be carried out in accordance with the
MORTH specification 2001 and “CPWD Specifications 2019 Vol I to II with up to date correction slips
(Hereinafter to be referred to as CPWD Specifications) and instructions of Engineer-in-Charge. Wherever CPWD Specifications are
silent, the latest IS Codes / Specifications shall be followed.
4.7 A reference made to any Indian Standard Specifications in these documents, shall imply to the latest version of that
standard, including such revisions / amendments as issued by the Bureau of Indian Standard, up to last date of receipt
of tenders. The contractor shall keep at his own cost all such publications of relevant Indian Standard applicable to the
work at time.
4.8 Sample including brand / quality of materials and fittings to be used in the work shall be got approved from the
Engineer-in-Charge, well in advance of actual execution and shall be preserved till the completion of the work.
4.9 Unless otherwise specified in the schedule of quantities, the rates tendered by the contractor shall be all inclusive and
shall apply to all lifts & all heights, floors including terrace, leads and depths and nothing extra shall be payable on this
account.
4.10 The rates for all Items of work shall, unless clearly specified otherwise, include cost of all labour, material, tools and
plants and other inputs involved in the execution of the Item and nothing extra shall be payable on this account.
5. The contractor(s) shall quote all-inclusive rates against the Items in the schedule of quantities and nothing extra shall be
payable for any of the conditions and specifications mentioned in the tender documents unless specifically specified
otherwise.
6. Unless otherwise specified in the schedule of quantities, the rates for all Items shall be considered as inclusive of
pumping / bailing out water, wherever necessary for which no extra payment shall be made.
7. The rate for all Items, in which the use of cement is involved, is inclusive of charges for curing.
8. The foundation trenches shall be kept free from water while works below ground level are in progress.
9. The work shall be executed and measured as per metric dimensions given in the schedule of quantities, drawings etc.
(FPS units wherever indicated are for guidelines only).
10. Any legal or financial implications resulting out of disposal of earth shall be sole responsibility of the contractor.
Nothing extra shall be paid on this account.
11. All the hidden Items such as water supply lines, drainage pipes, conduits, sewers etc. are to be properly tested as per the
Contractor DC (W)
25
design conditions before covering.
12. The contractor shall indemnify the Govt. against any claims or obligations arising out of any damage to adjacent
property, structure or to building work done by him.
13. Licenses
13.1 The contractor shall pay to the municipal, police or other authorities all the fees etc. if required for execution of work,
obtain requisite licenses for temporary constructions, enclosures, and pay all fees, taxes and charges which shall be
livable on account of their observations in executions of the contract. No extra claim will be entertained on this account.
However, department shall provide necessary assistance by way of forwarding the applications of the contractor.
13.2 All license fees, royalty charges shall be paid by the contractor direct to the authorities concerned. No extra claim will be
entertained on this account.
14. In case services are encountered during excavation / earth work and such services are required to be shifted, the
contractor is bound to carry out the shifting operation as per guidance / instructions and with the approval of the
Engineer-in-Charge. However, necessary payments shall be made in this regard as per provision of the agreement.
15. Many other agencies would be executing work simultaneously at site. The contractor shall maintain proper co-
ordination with other agencies in maintaining progress of work. In case of any dispute, the decision of the Engineer-in-
Charge shall be final and binding.
16. The contractor shall be required to comply with the provisions of Delhi labour welfare fund notified by the Delhi Govt. on
13.07.04 as per which if the contractor employs directly or through other persons, five or more than five persons on any
working day during the preceding 12 months, owes a statutory obligation to deposit:-
As per the provision of the above said Act. All employees are covered, except managerial and supervisory staff drawing as wages
Rs.2, 500/- per month or more, engaged in different establishments and if any employ fails to deposit the amount payable under
the provisions of the said Act., penal interest would be charged @1% P.M. for first three months and thereafter penal interest
would be charged @1.5% P.M. and the arrears are recoverable as arrears of “Land Revenue”.
17. The contractor shall have to make his own arrangement for housing facility for staff and labour away from
construction site and shall have to transport the labour to and fro between construction site and labour camp at site own cost. No
labour huts will be allowed to be constructed at the project site except a few temporary sheds for Chowkidars and Storekeeper.
The decision about how many huts can be allowed for Chowkidars and Storekeeper at project site shall rest with the Engineer-in-
Charge and the contractor shall have no claim on this account.
18. Labour cess @1% of the gross value of the work done will be deducted from each running & final bill as per Govt. of
Delhi notification.
19. Maintenance of Register of Tests
i) All the registers of tests carried out at construction site or in outside laboratories shall be maintained by the contractor
which shall be issued to the contractor by Engineer-in-Charge in the same manner as being issued to BSF field staff.
ii) All samples of materials including cement concrete cubes shall be taken jointly with contractor by JE and out of this at
least 50% samples shall be taken in presence of AE in charge. If there is no JE, all samples of materials including cement
concrete cubes shall be taken by AE jointly with contractor. All the necessary assistance shall be provided by the
contractor. Cost of samples materials is to be borne by the contractor and he shall be responsible for safe custody of
samples to be tested at site.
iii) All the tests if field lab setup at construction site shall be carried out by the Engineering staff deployed by the contractor
which shall be 100% witnessed by JE and 50% of tests shall be witnessed by AE –in-Charge. At least 10% of the tests are
to be witnessed by the Executive Engineer.
Contractor DC (W)
26
iv) All the entries in the registers will be made by the designated Engineering Staff of the contractor and same should be
regularly reviewed by JE/AE/EE.
v) Contractor shall be responsible for safe custody of all the test registers.
vi) Submission of copy of all test registers, Material at site register and hindrance register along with each alternate Running
Account Bill and Final Bill shall be mandatory. These registers should be duly checked in division office and receipts of
registers should also be acknowledged by Accounts Officer by signing the copies and register to confirm receipt in
Division office.
If all the test registers and hindrance register is not submitted along with each alternate R/A Bill & Final Bill than no payment shall
be released to the contractor.
The Contractor shall prepare a programme chart for the execution of work, showing clearly all activities from the start
of work to completion within the stipulated period and submit the same for approval of the Engineer-In- Charge within
two weeks of the award of the contract.
22. Normally contractors shall not be allowed to work at night. Work at night shall, however, be allowed if the site
conditions / circumstances so demand. However, if the work is carried out in more than one shift or at night, no claim
on this account shall be entertained
The contractor shall be bound to follow the instruction and restrictions imposed by the Administration/Police
authorities on the working and/or movement of labour, materials etc. and nothing extra shall be payable on this
account or due to less/restricted working hours or suspension of work or any detours in movement of vehicles due to
stated instructions and restrictions.
23. The contractor shall also be required to follow the rules & restrictions imposed on working /movement/stacking of
materials by the local competent authority at all times. Nothing extra shall be payable on this account.
24. The contractor should remove from site, the net surplus earth only. If he disposes earth more than the surplus quantity
and earth is required later to be brought from outside, the contractor shall be liable to supply at site the such required
quantity of earth of required quality at his own cost and nothing shall be paid on the account. The quantity of the
surplus earth to be disposed off from the site shall be worked out on the basis of levels to be taken before and after
the excavation. The decision of the Engineer-in-charge regarding the quantity of net surplus earth shall be final &
binding. Nothing extra shall be payable to the contractor for stacking the excavated earth.
25. SITE CONDITIONS
Site conditions given hereunder and elsewhere are given as guidelines and contractor shall satisfy himself regarding all
aspects of site conditions and no claim will be entertained on the plea that the information supplied by the department
is erroneous or insufficient.
26. Location
As mentioned in the name of work.
Contractor DC (W)
27
work. The contractor will have to carefully plan his sequence of operations so that the traffic moves unhindered at all
times. The traffic diversion plan evolved by the contractor for execution of the work at all locations will require
approval of Delhi Traffic Police and of the department. Modifications suggested by the Traffic Police and also by the
department shall be implemented by the contractor during execution of the work
30. It shall be deemed that the contractor has satisfied himself as to the nature and location of the work, general and local
conditions and particularly those pertaining to transport, handling and storage of materials, availability of labour,
weather conditions at site and general ground / sub soil conditions and the contractor has to estimate his cost
accordingly.
31. The BSF will bear no responsibility for the lack of such knowledge and also the consequence thereof to the contractor.
The information and site data shown in the drawings and mentioned herein and elsewhere in these tender documents
are furnished for general information and guidance only. The Engineer-in-charge in no case shall be held responsible
for the accuracy thereof or / and whatsoever, interpretations or conclusions drawn therefrom/ by the contractor and
no claim shall be entertained whatsoever if the site conditions/ information is different or otherwise incorrect as it is
presumed that the contractor has satisfied himself for all possible contingencies, situations, bottlenecks and acts of
coordination which may be required between the different agencies.
32. In case of flooding of site on account of rain or any other cause, or any other damage whatsoever, no claim Financially
or otherwise shall be entertained, not with stand any other provisions elsewhere in the tender documents.
33. The contractor shall remove the malba on regular basis to keep the site neat and clean during the execution of the
work. In case the Agency fails to remove the malba, the same shall be removed by the department at his risk and cost.
Contractor DC (W)
28
SPECIAL CONDITIONS FOR CEMENT
1. The contractor shall, at his own expense procure and provide all materials including cement and steel required for the
work.
2. The contractor shall procure all the materials in advance so that there is sufficient time to testing and approving of the
materials and clearance of the same before use in work.
3. All materials brought by the contractor for use in the work shall be got checked from the Engineer-In-Charge or his
authorized representative of the work on receipt of the same at site before use.
4. The contractor shall also employ necessary watch and ward establishment for the safe custody of materials at his own
cost. The contractor shall be fully responsible for the safe custody of materials brought by him/ issued to him
even though the materials may be under double lock and key system.
5. Contractor has to produce manufacturers test certificate for each lot of cement & steel procured at site.
6.1 The contractor shall procure 43 grade ordinary Portland Cement conforming to IS 8112/ Portland Pozzolana cement
conforming to IS 1489 (Part-I), as required in the work, from reputed manufacturers of cement such as ACC, Ultra Tech,
Vikram, Shree Cement, Ambuja, Jaypee Cement, Century Cement & J.K. Cement or from any other reputed cement
Manufacturer having a production capacity not less than one million tones per annum as approved by ADG for that sub
region. The tenderers may also submit a list of names of cement manufacturers which they propose to use in the work.
The tender accepting authority reserves right to accept or reject name(s) of cement manufacturer(s) which the
tenderer proposes to use in the work. No change in the tendered rates will be accepted if the tender accepting
authority does not accept the list of cement manufacturers, given by the tenderer, fully or partially. The supply of
cement shall be taken in 50 kg. bags bearing manufacturer’s name and ISI marking. Samples of cement arranged by the
contractor shall be taken by the Engineer-in-charge and got tested in accordance with provisions of relevant BIS codes.
In case the test results indicate that the cement arranged by the contractor does not conform to the relevant BIS
codes, the same shall stand rejected, and it shall be removed from the site by the contractor at his own cost within a
week’s time of written order from the Engineer- in-charge to do so.
6.2 The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the Engineer- in-
charge. The cement godown of the capacity to store a minimum of 2000 bags of cement shall be constructed by the
contractor at site of work or which no extra payment shall be made.
6.3 Double lock provision shall be made to the door of the cement godown. The keys of one lock shall remain with the
Engineer-in-Charge or his authorized representative and the keys of the other lock shall remain with the contractor.
The contractor shall be responsible for the watch and ward and safety of the cement godown. The contractor shall
facilitate the inspection of the cement godown by the Engineer-in-Charge at any time.
6.4 The cement shall be got tested by the Engineer-in-charge and shall be used on the work only after satisfactory test
results have been received. The contractor shall supply free of charge the cement required for testing including its
transportation cost to testing laboratories. The cost of tests shall be borne by the contractor/Department in the
manner indicated below:
(a) By the contractor, if the results show that the cement does not conform to relevant BIS codes.
(b) By the Department, if the results show that the cement conforms to relevant BIS codes.
6.5 The actual issue and consumption of cement on work shall be regulated and proper accounts maintained as provided
in clause 10 of the contract. The theoretical consumption of cement shall be worked out as per procedure prescribed
in clause 42 of the contract and shall be governed by conditions laid therein. In case the cement consumption is less
than theoretical consumption including permissible variation, recovery at the rate so prescribed shall be made. In case
of excess consumption, no adjustment need to made.
Contractor DC (W)
29
6.6 The cement brought to the site and the cement remaining unused after completion of the work shall not be removed
from site without the written permission of the Engineer-in-charge.
6.7 The damaged cement shall be removed from the site immediately by the contractor on receipt of a notice in writing
from the Engineer-in-charge. If he does not do so within 3 days of receipt of such notice, the Engineer-in- charge shall
get it removed at the cost of the contractor.
6.8 The cement in bags shall be stacked by the contractor in two go downs one for fresh arrival to be tested for quality and
another already tested in use having weather proof roof and walls and on a proper floor consisting of two layers of dry
bricks laid on well consolidated earth at a level at least 30 cm above the ground level. These stacks shall be in rows of
two bags deep and 10 bags high with a minimum of 60 cm. clear space all round. The bags should be placed
horizontally continuous in each line as per sketch given in CPWD Specification – 2019. The sketch is only for guidance.
Actual size / shape of go downs shall be as per site requirement. The decision of Engineer-in-Charge regarding the
capacity needed will be final and nothing extra shall be paid on this account.
6.9 Cement register for the cement shall be maintained at site. The account of daily receipts and issue of cement shall be
maintained in the register by the authorized representative of the Engineer-in-charge and signed daily by contractor or
his authorized agent.
6.10 Cement, which is not used within 1 20 days from its date of manufacture, shall be tested at Govt. laboratory. Until the
results of such tests are found satisfactory, it shall not be used in any work.
6.11 Due to adverse weather conditions at site, Portland slag cement will be used by contractor instead of OPC/PPC, for
which no extra payment shall be paid to contractor.
Dat Quantit Prog Dat Qua Item of Quantity Progressiv Daily Initials Sign Initials initial Periodi
e y ress e ntit work returned e/ total Balan of of of JE s of cal
of receive ive of y for at the end q ce in Contr. Site A.E./ Check
rec d Tota iss issu which of the day uantity hand or his NCO E.E
eip l ue ed issued issued rep.
t
1 2 3 4 5 6 7 8 9 10 11 12 13 14
1.1 The contractor shall procure TMT bars of Fe500 grade from primary producers such as SAIL, Tata Steel Ltd., RINL,
Jindal Steel & Power Ltd. and JSW Steel Ltd. or any other producer as approved by CPWD who are using iron ore as the
basic raw material/input and having crude steel capacity of 2.0 Million tons per annum and above.
In case of non-availability of steel from primary producers the NIT approving authority may permit use of TMT
reinforcement bars procured from secondary producers having Integrated Steel Plants (ISPs) using iron ore as the basic
Contractor DC (W)
30
raw material for production of crude steel which is further rolled into finished shapes in-house Having crude steel
capacity of 0.5 Million tonne per annum and more.
In case of non-availability of steel from primary producers as well as ISPs then the NIT approving authority may also permit use of
TMT reinforcement bars procured from secondary producers in such cases following conditions are applicable.
(a) The grade of the steel such as Fe500 grade to be procured is to be specified as per BIS 1786-2008.
(b) The secondary producers must have valid BIS licence to produce HSD bars conforming to IS 1786 : 2008. In addition to
BIS licence, the secondary producer must have valid licence from either of the firms Tempcore, Thermex, Evcon Turbo
& Turbo Quench to produce TMT Bars.
(c) The TMT bars procured from primary producers & ISP shall conform to manufacture’s specifications.
(d) T bars procured from secondary producers shall conform to the specifications as laid by Tempcore, Thermex, Evcon
Turbo & Turbo Quench as the case may be.
(e) TMT bars procured either from primary producers ISP or secondary producers, the specifications shall meet the
provisions of IS 1786: 2008 pertaining to Fe 500 grade of steel as specified in the tender
The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge in respect of all supplies of steel brought
by him to the site of work.
1.2 Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in this regard in relevant BIS
codes. In case the test results indicate that the steel arranged by the contractor does not conform to the specifications
as defined under para (1) (d) & (1)(e) above, the same shall stand rejected, and it shall be removed from the site of
work by the contractor at his cost within a week time or written orders from the Engineer-in-Charge to do so.
1.3 The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes or more, or as decided by the
Engineer-in-charge.
1.4 The steel reinforcement bars shall be stored by the contractor at site of work in such a way as to prevent their
distortion and corrosion, and nothing extra shall be paid on this account. Bars of different sizes and lengths shall be
stored separately to facilitate easy counting and checking.
1.5 For checking nominal mass, tensile strength, bend test, re-bend test etc. specimens of sufficient length shall be cut
from each size of the bar at random, and at frequency not less than that specified below:
Size of bar For consignment below 100 For consignment above 100
Tonnes Tonnes
Under 10 mm dia bars One sample for each 25 tonnes One sample for each 40 tonnes
or part thereof or part there of
10 mm to 16 mm dia bars One sample for each 35 tonnes One sample for each 45 tonnes
or part there of or part there of
Over 16 mm dia bars One sample for each 45 tonnes One sample for each 50 tonnes
or part there of or part there of
1.6 The contractor shall supply free of charge the steel required for testing including its transportation to testing
laboratories. The cost of tests shall be borne by the contractor/Department in the manner indicated below:
(a) By the contractor, if the results show that the steel does not conform to relevant BIS codes.
(b) By the Department, if the results show that the steel conforms to relevant BIS codes.
1.7 The actual issue and consumption of steel on work shall be regulated and proper accounts maintained as provided in
clause 10 of the contract. The theoretical consumption of steel shall be worked out as per procedure prescribed in
clause 42 of the contract and shall be governed by conditions laid therein. In case the consumption is less than
theoretical consumption including permissible variations recovery at the rate so prescribed shall be made. In case of
excess consumption no adjustment need to be made.
Contractor DC (W)
31
1.8 The steel brought to site and the steel remaining unused shall not be removed from site without the written
permission of the Engineer-in-charge.
1.9 Contractor shall be permitted to use TMT reinforcement bars procured from secondary producers subject to rate of
providing & laying TMT reinforcement bars as quoted by the contractor in the tender shall also be reduced by Rs.4.85
per kg. (Which includes Contractor’s Profit and Over Heads as applicable)?
1.10 In case the contractor bring surplus quantity of steel the same after completion of the work will be removed from the
site by the contractor at his own cost after approval of the Engineer-in- Charge.
1.11 The mild steel and medium tensile steel bars to be used shall conform to latest version of IS: 432 and cold twisted bars
and TMT bars shall conform to the latest version of IS: 1786.
1.12 i) Reinforcement including authorized spacer bars and lappages shall be measured in length of different diameters as
actually (not more than as specified in the drawings) used in the work nearest to a centimeter. Wastage and un-
authorized overlaps shall not be measured.
ii) The standard sectional weights referred to as in Table 5.4 in para 5.3.4 in CPWD Specifications (Vol-I) 2019 for Cement
Mortar, Cement Concrete and RCC Works will be considered for conversion of length of various sizes of M.S. Bars and
T.M.T. bars into Standard Weight.
iii) Records of actual Sectional weights shall also be kept dia-wise and lot-wise. The average sectional weight for each
diameter shall be arrived at from samples from each lot of steel received at site. The decision of the Engineer-in-
Charge shall be final for the procedure to be followed for determining the average sectional weight of each lot.
Quantity of each diameter of steel received at site of work each day will constitute one single lot for the purpose. The weight of
steel by conversion of length of various sizes of bars based on the actual weighted average sectional weight shall be termed as
Derived Actual Weight.
iv) If the Derived Weight as in sub-para (iii) above is lesser than the Standard Weight as in Sub-para (ii) above then the
Derived Actual Weight shall be taken for payment.
v) If the Derived Actual Weight is found more than the Standard Weight, the Standard Weight as worked out in sub-para
(ii) above shall be taken for payment. In such case nothing extra shall be paid for the difference between the Derived Actual
Weight and the standard Weight.
Contractor DC (W)
32
ADDITIONAL CONDITIONS
1. The work shall be carried out in such a manner so as not to interfere or affect or disturb other works, being executed by
other agencies, if any.
2. Any damage done by the contractor to any existing work shall be made good by him at his own cost.
3. The work shall be carried out in the manner complying in all respects with the requirement of relevant byelaws of the
local bodies under the jurisdiction of which the work is to be executed and nothing extra shall be paid on this account.
4. The contractor shall make his own arrangement for obtaining electric connection (s) if required, and make necessary
payment directly to the department concerned. The department will however make all reasonable recommendations to
the authority concerned in this regard.
5. The Contractor or his authorized representative should always be available at the site of work to take instructions from
departmental officers, and ensure proper execution of work. No work should be done in the absence of such authorized
representative.
6. The structural and other drawings for the work shall at all times, be properly correlated before executing any work and
no claim whatsoever shall be entertained in his respect.
7. The contractor shall maintain in good condition, all works executed till the completion of entire work allotted to the
contractor.
8. Royalty at the prevalent rates and all other incidental expenditure shall have to be paid by the contractor on all the,
metal shingle, earth sand, bajri etc. collected by him for the execution of the work direct to the concerned Revenue
Authority of the State or Central Govt. His rates are deemed to include all such expenditure and nothing extra shall be
paid.
9. If the contractor fails to produce NOC regarding royalty paid materials, royalty & DFMT at prevailing rates will be
recovered from the work bills.
10. The contractor have to submit stamp duly on amount or value of the works contract as per the MP Govt Notification
No.F.2(13)FD/TAX/2019-253 dated 06.11.2020 as issued by State Govt time to time.
11. Themalba / garbage, removed from the site shall be disposed off by the contractor at any suitable place as directed by
the Engineer-in-Charge.
12. All work and materials brought and left upon the ground by the contractor or by his order for the purpose of forming
part of the works, are to be considered to be the property of the President of India and the same are not to be removed
or taken away by the contractor or any other person without special license and consent in writing of the Engineer-in-
Charge, but the President of India is not to be in any way responsible for any loss or damage which may happen to or in
respect of any such work or materials either by the same being lost or damaged by weather or otherwise.
13. Unless otherwise provided in the schedule of quantities the rates, tendered by the contractor shall be all- inclusive and
shall apply to all heights, depths, leads and lifts.
14. The contractor shall construct suitable godown at the contractor’s compound for storing the materials safe against
damage due to sun, rain dampness, fire, theft etc. He shall also employ necessary watch and ward establishment for the
purpose and no extra claim whatsoever shall be entertained on this account.
15. Material shall be kept in joint custody of the contractor and the representative of the Engineer-in- charge. The empty
containers shall not be removed from the site of work till the relevant Item of work has been completed and permission
obtained from the Engineer-in-Charge.
16. The area shall be kept dry when the work is in progress even below water table. Nothing extra shall be paid for removal
of slush / sludge, bailing out water due to sub-soil condition, rains, spring etc.
17. The temporary warning lamps shall be installed at all barricades during the hours of darkness and kept lit at all times
during these hours.
Contractor DC (W)
33
Failure to comply with the requirements mentioned above shall be deemed to be breach of the contract on the part of the
contractor for which the contractor shall be liable to action under relevant clauses/conditions of the agreement. The Engineer-in-
Charge shall give notice to the contractor for such default and the contractor shall comply with the same within one day of such
notice failing which the Engineer-in-Charge will get the barricading set right in accordance with above provisions at risk and cost
of the contractor in addition to the compensation payable by the contractor for default.
18. For taking the permission to execute the work, if any required from any Government Department like Traffic Police,
local body etc. the contractor will associate themselves with the department.
19. The bitumen content in bituminous mix shall be checked by conducting the bitumen extraction test conforming to IRC:
SP: 11 at regular interval during progress of work. The actual consumption of bitumen shall be worked out based on
such test results. The theoretical consumption shall be worked out based on the approved design mix formula. The
actual consumption (based on extraction test as well as MAS account) if found less than theoretical one, the recovery
shall be made from contractor for bitumen of grade 80/100, VG-30, etc. as appropriate at the rate as mentioned under
Clause 42 in Schedule- ‘F’ for less use of bitumen. The work found executed with bituminous mix having bitumen
content lesser than permissible variation of (-) 0.3% (by weight on similar basis as of design mix) shall be considered as
sub-standard work and hence shall be liable for rejection. However, nothing extra shall be paid if actual consumption
so worked out is higher than theoretical consumption. This is without prejudice to action under other relevant clauses
of the agreement.
20. The Final bill shall be prepared only after finalization of board proceeding and any defect pointed out by BOO shall be
rectified by agency.
21. For Royalty & DMFT charges on works department will follow rules of mining department Govt of MP.
22. For Agreement of work firm has to submit Non-Judicial stamp paper as per latest act of Govt of MP.
Contractor DC (W)
34
GENERAL SPECIFICATIONS
1. The work, in general, shall be executed as per the description of Item, and CPWD specifications 2019 Vol, I & II with
correction slips up to the date of receipt of tender.
2. All the works unless otherwise specified hereinafter or permitted by Engineer-in-Charge shall be done in accordance with
the latest editions of IRC codes as on the date of receipt of tenders or any other specified code. In addition, relevant IS
Codes. (Latest revision), and CPWD Specifications 2019 Vol, I & II with up to date correction slips shall also be applicable.
Any additional standard specifications or criteria published by the IRC/BIS or other foreign standard and in
practice on the date of receipt of tenders shall also be taken into account. In the absence of any definite provisions on any
particular issue in the above mentioned specifications, the design and construction shall be in conformity with the Sound
Engineering Practice and in all such matters the decision of the Engineer-in-Charge shall be final and binding on the
contractor and nothing shall be paid extra.
In case of any discrepancy or contradiction amongst the specified standards the following order of preferences
shall Generally prevail.
iii) Particular Specifications, Special Conditions, Special Conditions for Cement & steel and additional conditions if any.
vi) MORTH / CPWD specifications, 2019 Vol I & II with upto date correction slips.
If there are varying or conflicting provisions made in any document forming part of the contract, the Engineer-in-Charge shall
be the deciding authority with regard to the Intention / interpretation of the document and his decision shall be binding without
any reservations.
3. The contractor shall ensure quality control measures on different aspects of construction materials, workmanship and
correct construction methodologies to be adopted. He shall have to submit brief quality assurance programme within
two weeks of the award of the work detailing list of Engineers and make of different materials to be used in the work.
3.1 The contractor shall submit brand/make of various materials to be used for the approval of the Engineer-in- Charge
along with samples and once approved, he shall stick to it.
3.2 The contractor shall submit shop drawings of staging and formwork arrangement etc. for the approval of Engineer-in-
Charge. The contractor shall also submit bar bending schedule for approval of Engineer-in- Charge before execution.
3.3 The contractor shall get the water tested with regard to its suitability for use in the works and get written approval from
the Engineer- in-Charge before he proceeds with the use of same for execution of works. If the tube well water is not
suitable, the contractor shall arrange Municipal water at his own cost and nothing extra shall be paid to the contractor
on this account. Water charges shall not be recovered in case arrangement of water is made at his own by the
contractor.
3.4 Wherever any reference to any Indian Standard Specifications and other relevant codes occur in the documents relating
to this contract same shall be inclusive of all amendments issued thereto or revision thereof, if any, upto date of receipt
of the tender.
Contractor DC (W)
35
3.5 All the drawings shall at all times be properly correlated by the contractor before executing the work and no claim what
so ever shall be entertained for failing to do so. In case of any discrepancy in the specifications, schedule of quantity and
drawings, the decision of the Engineer-in-charge shall be final, conclusive and binding on the contractor.
3.6 Rates for the Items are inclusive of all labour, materials, T&P, incidental charges, contractors profit and overheads etc.
unless, otherwise, specified. The contractors shall quote the rates accordingly).
3.7 The work shall be done as per MORTH/CPWD specifications. Cost of all tests shall be borne by the contractor. Job mix
formula shall be carried out by contractor from laboratory approved by engineer in charge . Cost of job mix formula etc.
shall be borne by the contractor.
Contractor DC (W)
36
1. EARTH WORK
The work shall be done in accordance with CPWD Specifications using mechanical equipment’s and machinery as per site condition and
without any damage to nearby structure.
The rates of earthwork in excavation, wherever required, shall be inclusive of carrying out the work for all lifts, depths, heights and lead
with the plot.
Wherever required, the contractor shall carry out close/opening timbering, including strutting, shoring and packing etc, at its own cost.
Rates for the earthwork items shall include the cost of all elements of close/open timbering, including strutting, shoring and packing etc,
and nothing shall be payable on this account.
Rates for earthwork shall include cost of the elements for working in or under water/ liquid mud including pumping of water / liquid
mud, nothing extra shall be payable on this account.
De-watering shall be done conforming to BIS Code: 9759 (guidelines for de-watering during construction) and / or as per the
specifications approved by the Engineer-in-charge. The contractor shall also ensure that there is no danger to the nearby properties and
installations on account of such lowering of water table.
The rate for the item includes all operations and labour and nothing extra will be paid on this account. Therefore, the contractor shall
quote his rates after studying site conditions.
2. CONCRETE WORK
The concrete work shall be done in accordance with CPWD Specifications.
3. RCC WORK
RCC work shall be of grade or mix and cement content as specified in the schedule of quantities. Provision shall be made in the mould to
accommodate fixing devices such as hook, flats etc and forming of notches and holes. Work shall be cast in one operation. A sample such
work shall be got approved from Engineer-in-charge before taking up the work. The compaction of the concrete shall be done by needle
vibrator or external vibrator, as approved by Engineer-in-charge. The rate quoted for the Item shall include the element for framework
and mechanical vibration. Rate for Item includes cost of all materials, shuttering, reinforcement, M.S Sheet, labour and all operations
involved. Cost of M.S. frames, lugs including their welding is also included.
4. SHUTTERING:-
The contractor shall use steel shuttering as approved by the Engineer-in-charge. Minimum size of shuttering plates shall be 600 mm x
900 mm except for the case when closing pieces required completing the shuttering panels. Dented, broken, cracked, twisted or rusted
shuttering plates shall not be allowed for use on the work.
The shuttering plates shall be cleaned and repaired properly before use to remove any cement slurry or cement mortar, rust and to avoid
stains, honey combing and seepage through joints. Proper shuttering oil order-bonding compound shall be applied on the surface of the
shutter plates in the requisite quantity before assembly of steel reinforcement.
Contractor DC (W)
37
Work shall be executed as per CPWD specifications and materials to be used in work should be approved prior by the Engineer-in-charge
before placing supply order. All finished materials shall be well and cleanly rolled to the dimensions, sections and masses specified.
Minor defects may be removed by supplier/manufacturer. After complete removal of defects and before welding the thickness of the
items should not be reduced by more than 20% at any place, welding is carried out by procedure approved by competent authority with
approved electrodes.
All the materials required to be tested shall be tested as per provisions of the relevant IS codes. Should there be any difference between
acceptance CRITERIA given in the IS codes, CPWD specifications and special conditions, the acceptance criteria should be in the following
order of precedence:-
a. Special conditions
b. CPWD Specifications
c. IS Codes
The contractor rates for the items involving the use of materials shall be deemed to cover the cost of samples. The cost of packing,
sealing, transportation, loading unloading etc should be borne by the contractor. Testing charges for the first sample shall be borne by
the department, in case the same does not satisfy the provisions specified the cost of packing, transportation and testing charges of
subsequent samples shall be borne by the contractor.
The SCI pipe and GI/CPVC pipe wherever necessary shall be fixed to RCC columns beams etc with rawl plugs and nothing extra shall be
paid for this.
The preparation of surface and laying, finishing and curing and measurement shall conform to CPWD specifications. The rate shall include
cost of all material and labour involved in all operations to achieve the finished item of work. Edges shall be mitred and joints shall be
thin. Unless otherwise permitted wall and floor joints shall match. No staging of joints shall be allowed. Sizes of tiles shall be as per
architectural drawing.
Contractor DC (W)
37
ANNEXURE-A
LIST OF PREFERRED MAKES
Note:
1. The contractor shall obtain prior approval from the Engineer-in-Charge before placing order for any specific material or
engaging any of the specialized agencies. The contractor shall make a detailed submittal with catalogues and highlighted
proposed specification as well as full details of the works executed by the specialized agencies, as specified.
2. Wherever applicable, the Engineer-in-Charge may obtain prior approval from TS authority for any material equivalent to that
specified in the tender subject to proof being offered by the contractor for equivalence to his satisfaction.
3. Unless otherwise specified, the brand / make of the material as specified in the item nomenclature, in the particular
specification and in the list of preferred make attached in the tender, shall be used in the work.
4. In case of non-availability of the brand specified in the contract, the contractor shall be allowed to use alternate equivalent
brand of the material subject to submission of documentary evidence of non-availability of the specified brand. The
necessary cost adjustments on account of above change shall be made for the material.
5. The materials of first/standard quality from the following approved makes are to be used in case it is established that the
brands specified below are not available in the market, contractor shall submit alternative proposal for the approval of
Engineer-in-charge/Authorized representative.
6. The following brands shall be used if not otherwise mentioned in the items:-
MATERIALS BRAND/MAKE
1 OPC/PPC CEMENT :- ULTRA TECH CEMENT, SHREE CEMENT, ACC CEMENT,
AMBUJA CEMENT, J.K CEMENT, J.K LAXMI CEMENT,BIRLA
GOLD,VIKRAM OR ANY OTHER PRODUCER AS APPROVED BY
CPWD
SULPHATE RESISTANT CEMENT :- SHREE CEMENT, ACC CEMENT, AMBUJA CEMENT, BIRLA, OR
ANY OTHER PRODUCER AS APPROVED BY CPWD
2 REINFORCEMENT BARS /STEEL REINFORCEMENT :- TATA STEEL(TISCON), SAIL, RINL (VIZAG), JINDAL STEEL &
POWER LTD, JSW STEEL LTD
3 STRUCTURAL STEEL INCLUDING DOOR :- SAIL, TATA, RINL, JINDAL, JSW, APL APOLLO OR ANY OTHER
PRODUCER AS APPROVED BY CPWD
4 MILD STEEL TUBES/PIPE :- TATA, SAIL, JSW, JINDAL OR ANY OTHER PRODUCER AS
APPROVED BY CPWD
5 PP-R PIPE AND FITTING :- PRINCE, FINOLEX SUPREME, SFMC, VECTUS, POINEER
INDUSTRIES, SFMC, SAFE OR ANY OTHER PRODUCER AS
APPROVED BY CPWD
6 ALUMINIUM :- JINDAL, HINDALCO, BHARAT ALUMINUM COMPANY
LIMITED (BACL), OR ANY OTHER PRODUCER AS
APPROVED BY CPWD
7 ALUMINUM COMPOSITE PANEL :- ALPOLIC, ALUCO BOND, REYNOBOND, EURO BOND,
ALSTRONG ALUDECOR, GLAZETECH, VIVA, WONDER ALU
BOARD OVERSEAS, OR ANY OTHER PRODUCER AS
APPROVED BY CPWD,
8 WELDING ELECTRODES :- ESAB, ADVANI-ORLIKON, WELD ALLOY
9 STAINLESS STEEL :- JINDAL, SAIL, SALEM OR ANY OTHER PRODUCER AS
APPROVED BY CPWD
10 READY MIX CONCRETE RMC PLANT :- ACC, L&T, LAFARGE, ALCHON, GRASIM, ULTRATECH AS
APPROVED BY ENGINEER-IN-CHARGE
11 STRUCTURAL SILICON SEALANT :- DOW, SIKA, HENKEL, HUNTSMEN, WACKER, PIDILITE,
Contractor DC (W)
38
TUFFSEAL, FOSROC OR ANY OTHER PRODUCER AS
APPROVED BY CPWD
12 SUPERPLASTICIZER :- MC BAUCHEME, SIKA, FOSROC, PIDILITE, CHOUKSEY
CHEMICALS, BASF.
13 SYNTHETIC ENAMEL PAINTS :- ASIAN, ICI DULUX, NEROLAC, BERGER
14 CEMENT PAINT, ACRYLIC DISTEMPER :- ICI DULUX, NEROLAC, ASIAN PAINT, BERGER
15 EXTERIOR PAINT :- NEROLAC, ASIAN PAINTS(Apex), BERGER, DULUX
16 WHITE CEMENT :- JK, BIRLA,GRASIM.
17 CEMENT BASED PUTTY :- BIRLA WHITE, J.K. WHITE ASIAN, SARAPUTTY.
18 EPOXY PRIMER & PAINTS :- ICI DULUX, ASIAN, NEROLAC, PIDILITE, BERGER, CICO, BASF,
SIKA.
19 PRIMER :- ASIAN, ICI DULUX, NEROLAC, BERGER
20 TEXTURED EXTERIOR WALL :- ASIAN, ICI, NEROLAC, BERGER
21 MELAMINE POLISH :- ASIAN PAINT, PIDILITE, ICI DULLEX, NEROLAC, BERGER
22 WATER PROOFING COMPOUND :- DR. FIXIT , SIKA, ASIAN,FOSROC., IMPERMO BY SNOWCEM
INDIA, CICO, BASF, KRYTON BUILDMAT .CO.PVT. LTD,ARDEX
ENDURA OR ANY O THER PRODUCER AS APPROVED BY
CPWD
23 SANITARY WARES :- PARRYWARE, PLUMBER, HINDWARE, CERA, JOHNSON,
PRAYAG, JAQUAR, KOHLER, GROHE, TOTO, CERA.
24 GI FITTINGS :- JINDAL, UNIK, , KS, RM, ICS, TATA, ZENITH, PRAKASH SURYA,
SWASTIK OR ANY OTHER PRODUCER AS APPROVED BY
CPWD (MEDIUM)
25 GI PIPES :- TATA, ZENITH, JINDAL, SWASTIK, PRAKASH SURYA OR ANY
OTHER PRODUCER AS APPROVED BY CPWD (MEDIUM)
26 STONEWARE PIPES & GULLY TRAP :- PERFECT, BURN, PARRY WARE AND OR ANY OTHER
PRODUCER AS APPROVED BY CPWD
27 C.I. MANHOLES WITH FRAME :- B.C., R.I.F., NECO, SKF, BIC, HEPCO, KAPILANSH AS PER
APPROVED SPECIFICATION
28 RCC PIPES :- ISI MARKED AS PER CPWD SPECIFICATION
29 WATER TANK :- SINTEX, PLASTO, WATER WELL, VECTUS.
30 BEVELLED EDGE MIRROR WITH PVC :- ATUL, JOLLY, MODI GUARD,MODI FLAOT, SAINT GOBAIN,
ASAHI.
31 SOLID PLASTIC SEAT COVER FOR EWC :- PERRYWARE, HINDWARE, CERA, JOHNSON PEDDER,
COMMANDER
32 WASH BASIN AND EWC, WATER :- PARRYWARE, HINDWARE, PLUMBER, CERA, JAQUAR,
CLOSETS INDIAN / (ORRISA PAN) KOHLER, GROHE, TOTO.
33 FLUSH VALVES :- JAQUAR, AKOI, PARYAG AQUEL, MARC, L&K OR
EQUIVALENT.
34 C.P. ACCESSORIES :- ESSE, AKOI, PARYAG, JAGUAR, PLUMBER, KINGSTON, MARC
(ORIENTAL SERIES), KOHLER, GROHE OR OTHER PRODUCER
AS APPROVED BY CPWD
35 GUNMETAL VALVES (FULLWAY CHECK :- LEADER, SANT, ZOLOTO OR OTHER PRODUCER AS
APPROVED BY CPWD
36 C.I. DOUBLE FLANGED SLUICE VALVES :- KIRLOSKAR, IVC, BURN, SANT, KARTAR, ZOLOTO, VENUS OR
OTHER PRODUCER AS APPROVED BY CPWD
37 C.I. DOUBLED FLANGED NON- RETURN :- KIRLOSKAR, SANT, KARTAR OR ANY OTHER APPROVED
VALVES BY THE CPWD
Contractor DC (W)
39
38 CENTRIFUGAL CAST IRON PIPES :- NECO, RIF, HIF, HEPCO, SKF, KAPILANSH. AND ITS
ACCESSORIES/FITTINGS, BIC, ELECTROSTEEL OR OTHER
PRODUCER AS APPROVED BY CPWD
39 BALL VALVES :- ZOLOTO, IBP, ARCO OTHER PRODUCER AS APPROVED BY
CPWD
40 WATER PUMPS :- KIRLOSKAR, KSB, HARRISON, CROMPTON OTHER
PRODUCER AS APPROVED BY CPWD
41 FLOAT VALVES :- IVC, LEADER, PRAYAGRAJ OTHER PRODUCER AS APPROVED
BY CPWD
42 HDPE PIPES & FITTINGS :- POLYCON, RELIANCE, KISAN, VICTUS, EMCO, POLYFINE,
PIONEER, PLYFAB.
43 UPVC PIPE, CPVC PIPE, PVC PIPE AND FITTINGS :- PRINCE, SUPREME, ASTRAL, ASHIRVAD, FINOLEX, PRAYAG,
KISAN, WATERFLO, FLOW GUARD, VECTUS.
44 PTMT BALL COCK :- PRAYAG AND ANY ORTHER OR AS APPROVED BY ENGINEER-
IN-CHARGE., POLYTUF, PEARL, MELLENIUM.
45 VITREOUS CHINA LABORATORY SINK :- HINDWARE, PERRYWARE, JOHNSON PEDDER, CERA,
PLUMBER OR AS APPROVED BY ENGINEER-IN-CHARGE.
46 STAINLESS STEEL SINK WITH OR WITHOUT :- NIRALI, NEELKANTH, HINDWARE, FRANKEE, COBRA,
DRAINING BOARD. PRAYAG, ALLEX OR ANY OTHER PRODUCER AS APPROVED
BY CPWD
47 VITREOUS CHINA HALF STALL URINAL :- HINDWARE, PERRYWARE, JOHNSON PEDDER, CERA. OR ANY
OTHER PRODUCER AS APPROVED BY CPWD
48 DUAL FLUSH FLUSHING CISTERN :- HINDWAR, PERRYWARE, COMMANDER, CERA, JINDAL OR
ANY OTHER PRODUCER AS APPROVED BY CPWD.
49 LOW LEVEL PVC CISTERN SINGLE FLUSH :- HINDWARE, PLUMBER, PARRYWARE, COMMANDER, CERA,
STEEL BIRD, JINDAL, PRAYAG, SEABIRD OR ANY OTHER
PRODUCER AS APPROVED BY CPWD
50 PVC RAIN WATER PIPE & FITTING :- PRINCE, SUPREME, ASTRAL, ASHIRVAD, FINOLEX, PRAYAG,
KISAN, WATERFLO, KASTA, VICTUS.
51 PE-AL-PE PIPES :- KITEC, SHIMA, RELIANCE, K-SERA, OR ANY OTHER
PRODUCER AS APPROVED BY CPWD
52 CHEQURERED TILES, TERRAZO TILES :- NITCO, GEM, MODERN, HINDUSTAN(PRECAST), DURA,
EUROCON, JOHNSON, EAVISON OR ANY OTHER PRODUCER
AS APPROVED BY CPWD
53 VITRIFIED TILES, CERAMIC GLAZED WALL :- KAJARIA, SOMANY, NITCO, SIMPOLO, JOHNSON ,
VERMORA, ORIENT BELL LTD, MARBONITE, RAK OR ANY
OTHER PRODUCER AS APPROVED BY CPWD
54 GLASS MOSAIC TILES :- SPARKLES GLASS, KHETAN TILES, MRIDUL, BISSAZZA, SAON,
ITALIA, PALLADIO OR ANY OTHER PRODUCER AS APPROVED
BY CPWD
55 PAVING TILES/PAVER BLOCK, CC KERB :- NITCO PREFAB, ULTRA KK MANHOLE, STONE TERRAFIRMA,
UNISTONE, DALAL TILES, KJS CONCRETE, HINDUSTAN,
DURACRETE, MEHTAB TILES, KAPTIM
56 ADMIXTURE FOR CONCRETE :- CICO, SIKA, PIDILITE, ASIAN, FOSROC, CHOUKSEY
CHEMICALS, BASF.
57 POLYMER MODIFIED CEMENTITIOUS GROUT :- BAL ENDURA, PIDILITE, LATRECATTE OR EQUIVALENT.
58 HARDENER :- PIDILITE, CECO, HARD CRETE OF SNOWCEM INDIA OR AS
APPROVED BY ENGINEER-IN-CHARGE.
59 NON ASBESTOS HIGH IMPACT POLYPROPYLENE :- EVEREST, SHALIMAR, CHARMINAR OR EQUIVALENT
Contractor DC (W)
40
REINFORCED CEMENT SHEET
60 FLUSH DOORS :- DOORMAT, GREENPLY WOODEN DOORS, CENTURY PLY,
SHATABDI PLY, SUPREME INDUSTRIES, MANGALAM
TIMBERS, PURE WOOD DOORS, MAXON DOORS, MIKASA
DOORS, KITLAM ARCHID MARIO, DURO, JAYNA, GUJCON,
DURCIAN, A-1 FLUSH DOOR.
61 FACTORY MADE PANELED / WIRE GAUGE DOOR :- A-1 TEAK PRODUCTS, MP WOOD PRODUCTS, JYNA DOOR
SHUTTERS OR WINDOWS INDUSTRIES OR ANY OTHER FIRM AS APPROVED BY
ENGINEER-IN-CHARGE.
62 FRP SHUTTERS :- AASHOO MODEL,FIBREWAYS TECHNOLOGY, SHIVSHAKTI
FIBRE UDYOG, BHATT FRP, CAPPELLO, JAYNA, SHIV SHAKTI.
63 PVC SHUTTER :- RAJSHRI
64 PLY WOOD :- ARCHID, KITPLY, GREEN PLY, CENTURY, BLACK COBRA,
DURO OR ANY OTHER PRODUCER AS APPROVED BY CPWD
65 PRE-LAMINATED PARTICLE BOARD :- NOVAPAN, KITLAM, ECOBOARD, BHUTAN, DECO, ACTION
TESA, DURO, CENTURY PLY, GREENLAM OR ANY OTHER
PRODUCER AS APPROVED BY CPWD
66 LAMINATE :- MARINO, GREENLAM, DECOLAM, CENTURY, FORMICA,
FORMICA, KITLAM OR ANY OTHER PRODUCER AS
APPROVED BY CPWD.
67 HYDRAULIC DOOR CLOSER / FLOOR SPRING :- HARDWYN, GODREJ, DORMA, HETTICH, HAFELE, GEZE OR
ANY OTHER PRODUCER AS APPROVED BY CPWD.
68 FLOAT GLASS :- MODI FLOAT, SAINT GOBAIN, ASAHI, SEJAL
69 BRASS / CP BRASS FITTINGS :- PARRYWARE, JAQUAR, HINDWARE, MARC, KOHLER, GROHE
OR OTHER PRODUCER AS APPROVED BY CPWD.
70 CP BRASS SHOWER ROSE :- JAQUAR, KOHLER, GROHE OTHER PRODUCER AS APPROVED
BY CPWD.
71 CP BRASS TOWEL RAIL :- JAQUAR, KOHLER, GROHE, MARC OR OTHER PRODUCER AS
APPROVED BY CPWD.
72 CP BRASS, FLUSH VALVE :- JAQUAR, ZOLOTO.KOHLER, GROHE OTHER PRODUCER AS
APPROVED BY CPWD.
73 CP BRASS WASTE COUPLING :- JAQUAR, KOHLER, GROHE OTHER PRODUCER AS APPROVED
BY CPWD.
74 FLY PROOF STAINLESS STEEL GRADE :- SAMPLE SHALL BE APPROVED BY ENGINEER-INCHARGE
304 WIRE GAUGE BEFORE EXECUTION OF WORK.
75 UPVC SECTION & WINDOWS :- FENESTA (FENESTA BUILDING SYSTEM GURGAON, ALUPAST
(GREEN FUTURE WINDOWS GHAZIABAD), KOMMERLING,
DURAPLAST, NCL, WINTECH.
76 FLY PROOF STAINLESS STEEL GRADE 304 WIRE :- SAMPLE SHALL BE APPROVED BY ENGINEER-INCHARGE
GAUGE BEFORE EXECUTION OF WORK IN WRITING.
77 BELA STONE :- SAMPLE SHALL BE APPROVED BY ENGINEER-INCHARGE
BEFORE EXECUTION OF WORK
78 EPDM GASKET : HANU/ANAND, LESCUYER
79 DASH/ANCHORING : HILTI, BOSCH FISCHER
80 NUTS/BOLTS & SCREW : GKW, ATUL
81 STEEL FIBER REINFORCED CONCRETE MANHOLE :- K.K. MANHOLES, PRAGATI CONCRETE.
COVER AND GRATING
82 SYNTHETIC POLYMERRIC RUBBER COMPOUND :- VIDOFLEX, SUPERLON ARMSTONG,
83 APP SHEET :- ASIAN PAINTS, SIKA, DR. FIXIT.
Contractor DC (W)
41
84 PRECOATED PROFILE SHEET :- TATA, JINDAL, BHUSHAN etc.
85 SNOWCEM :- Approved by Engineer In Charge
86 WASTE PIPE :- KAMAL, VIKING, JAQUAR
-Sd-23/08//2024-
Deputy Commandant (Works)
CSWT BSF Indore
ANNEXURE- B
1. 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 _
_
_(hereinafter called “the said agreement”) having agreed to production of an irrevocable Bank
Guarantee for Rs. (Rupees only) as a
Contractor DC (W)
42
security/guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and conditions in the
said agreement,
We _ _ (indicate the name of the Bank)
(hereinafter referred to as “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
(indicate the name of the Bank)
pay the amounts 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 regards the amount due and payable by the bank under this Guarantee. However, our
liability under this guarantee shall be restricted to an amount not exceeding Rs. _/-(Rupees only).
3. We, the said bank further undertake to pay to the Government any money so demanded notwithstanding 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 a valid discharge of our liability for payment thereunder and the
contractor(s) shall have no claim against us for making such payment.
5. We further agree with the Government that (indicate the name of the
Bank)
the Government shall have the fullest liberty without our consent and without affecting in any manner 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 forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be
relieved from our liability by reason of any such variation, or extension being granted to the said contractor(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.This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor(s).
6. We_ lastly undertake not to (indicate the name of
bank)
revoke this guarantee except with the previous consent of the Government in writing.
7. This guarantee shall be valid upto _ unless extended on demand by Government. Notwithstanding
anything mentioned above, our liability against this Guarantee is restricted to Rs. _ /-
(Rupees only) and unless a claim in writing is lodged with us within 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)
Contractor DC (W)
43
ANNEXURE-C
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 ................. 20... .
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 demand the Engineer-in- Charge will note that the
amount claimed by his is due to him owing to the occurrence of one or any of the above conditions, specifying the occurred
condition or conditions.
This Guarantee will remain in force up to and including the date*………………………after the deadline for submission of 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.
Contractor DC (W)
44
ANNEXURE-D
PRESCRIBED FORMAT FOR EMD DEPOSITION
RECEIPT OF DEPOSITION OF ORIGINAL EMD
(Receipt No. ……………………/ Date ……………….)
1. Name of work :
2. NIT No. :
3. Estimate composite cost :
4. Amount of Earnest Money Deposit :
5. Last date of submission of bid :
6. Name of contractor :
7. Form of EMD :
8. Amount of Earnest Money Deposit : Rs.
9. Date of submission o EMD :
10. Office Phone No. :
11. Office E- mail ID :
12. Office Address :
1. The DDO/Account Officer 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
Authority.
2. The DDO/Account Officer receiving original EMD shall also intimate tender inviting Authority.
3. The original EMD receiving DDO/Account Officer shall release the EMD after verification from the e-tendering
website that the particular contractor is not L-1 bidder and work is awarded.
4. The tender inviting Authority will call for original EMD of the L-1 bidder from EMD receiving DDO/Account
Officer immediately.
Contractor DC (W)
45
ANNEXURE-E
FORMAT FOR UNDERTAKING FOR SITE INSPECTION
To,
The Engineer In charge
CSWT BSF Indore
I/we have inspected and examined the site and its surroundings is / are satisfied before submitting our
bid 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 I/we may require and in general shall myself /
ourselves obtain all necessary information as to risks, contingencies and other circumstances which may
influence or affect our bid. I/we shall be deemed to have full knowledge of the site whether I/we inspect
it or not and not extra charge consequent on any misunderstanding or otherwise shall be allowed. I/we
shall be responsible for arranging and maintaining at our 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.
I understand that no space in STC BSF Indore will be provided for staying labour at site.
Also I agree to arrange water & electricity the same will not be provided by department/ client
department.
Submission of a bid by a I/we implie(s) that I/we have read this notice and all other contract documents
and has made myself / our self-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 us by the Government and
local conditions and other factors having a bearing on the execution of the work.
Place :
Date :
Yours faithfully
(Signatures of Bidder(s))
Contractor DC (W)
46
ANNEXURE-F
I /we undertake and confirm that any building / infrastructure constructed by our firm / partnership
firm/ company has not suffered any failure, making it unfit for intended use, either due to structural design and
defects or due to use of sub-standard materials or execution of sub-standard work, poor workmanship or any
other reason during the last 25 (twenty five) years.
I/we, further, undertake that if such information comes to the notice of BSF, then Engineer-in-Charge
shall be free to terminate the bid/agreement and to forfeit the entire amount of earnest money deposit,
performance guarantee and security deposits.
I/we, also undertake that in addition to above, the Engineer-in-Charge shall be free to debar us forever
from tendering in BSF.
The decision of Engineer-in-Charge or any higher authority shall be final and binding.
Note:
(i) Affidavit to be furnished on a ‘Non-judicial’ stamp paper of Rs. 100/-(scanned copy of the notarized
affidavit to be uploaded at the time of submission of bid).
(ii) If bidder id working in construction field for less than 25 years, the lesser period shall be mentioned in
lieu of 25 years.
Contractor DC (W)
47
INTEGRITY AGREEMENT
To,
………………………..,
………………………..,
………………………..
Dear Sir,
It is here by declared that BSF is committed to follow the principle of transparency, equity and competitiveness in public
procurement.
The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the Bidder will sign the integrity
Agreement, which is an integral part of tender/bid documents, failing which the tenderer/bidder will stand disqualified from the
tendering process and the bid of the bidder would be summarily rejected.
This declaration shall form part and parcel of the Integrity Agreement and signing of the same shall be deemed as acceptance and
signing of the Integrity Agreement on behalf of the BSF.
Yours faithfully
To,
Commandant (Works),
………………………..,
………………………..
Sub: Submission of Tender for the work of ………………………....……………....
Dear Sir,
I/We acknowledge that BSF 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 BSF. I/We acknowledge and accept the duration of the Integrity Agreement, which shall be in the line with
Article 1 of the enclosed Integrity Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement, while submitting the
tender/bid, BSF 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
To be signed by the bidder and same signatory competent / authorized to sign the relevant contract on behalf of BSF
Contractor DC (W)
48
INTEGRITY AGREEMENT
BETWEEN
President of India represented through Executive Engineer,
...............................................................................................................,
(Name of Division)
BSF, , (Hereinafter referred as the
(Address of Division)
‘Principal/Owner’, which expression shall unless repugnant to the meaning or context hereof include its successors and permitted
assigns)
AND
............................................................................................................................................................................................
(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)
AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules, regulations, economic use of
resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s).
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity Agreement (hereinafter
referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall also be read as integral part and parcel of the
Tender/Bid documents and Contract between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as follows and this Pact
witnesses as under:
Contractor DC (W)
49
Article 1: Commitment of the Principal/Owner
1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to observe the following
principles:
(a) No employee of the Principal/Owner, personally or through any of his/her family members, will in connection with the
Tender, or the execution of the Contract, demand, take a promise for or accept, for self or third person, any material or
immaterial benefit which the person is not legally entitled to.
(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason. The Principal/Owner
will, in particular, before and during the Tender process, provide to all Bidder(s) the same information and will not provide to any
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.
2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal offence under
the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation
of the principles herein mentioned or if there be a substantive suspicion in this regard, the Principal/Owner will inform the Chief
Vigilance Officer and in addition can also initiate disciplinary actions as per its internal laid down policies and procedures.
1) It is required that each Bidder/Contractor (including their respective officers, employees and agents) adhere to the
highest ethical standards, and report to the Government / Department all suspected acts of fraud or corruption or Coercion or
Collusion of which it has knowledge or becomes aware, during the tendering process and throughout the negotiation or award of
a contract.
2) The Bidder(s)/Contractor(s) commit himself to take all measures necessary to prevent corruption. 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/Owner’s employees involved in the Tender process or execution of the Contract or to any third person any material or
other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during
the Tender process or during the execution of the Contract.
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or understanding,
whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or
non-submission of bids or any other actions to restrict competitiveness or to cartelize in the bidding process.
c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further the Bidder(s)
/Contract(s) will not use improperly, (for the purpose of competition or personal gain), or pass on to others, any information or
documents provided by the Principal/Owner as part of the business relationship, regarding plans, technical proposals and
business details, including information contained or transmitted electronically.
d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of agents/representatives in India,
if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and addresses of foreign
agents/representatives, if any. Either the Indian agent on behalf of the foreign principal or the foreign principal directly could bid
in a tender but not both. Further, in cases where an agent participate in a tender on behalf of
e) one manufacturer, he shall not be allowed to quote on behalf of another manufacturer along with the first manufacturer
in a subsequent/parallel tender for the same Item.
f) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender as per proforma enclosed) any and all
payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the
award of the Contract.
Contractor DC (W)
50
3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an accessory to
such offences.
4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in fraudulent practice means a
willful misrepresentation or omission of facts or submission of fake/forged documents in order to induce public official to act
in reliance thereof, with the purpose of obtaining unjust advantage by or causing damage to justified interest of others and/or
to influence the procurement process to the detriment of the Government interests.
5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive Practices (means the act
of obtaining something, compelling an action or influencing a decision through intimidation, threat or the use of force directly or
indirectly, where potential or actual injury may befall upon a person, his/ her reputation or property to influence their
participation in the tendering process).
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 the Bidder/ Contractor accepts and undertakes to respect and
uphold the Principal/Owner’s absolute right:
1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed 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 or terminate/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 has disqualified 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 Contract according 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.
3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor, or of an employee or
a representative or an associate of a Bidder or Contractor which constitutes corruption within the meaning of Indian Penal code
(IPC)/Prevention of Corruption Act, or if the Principal/Owner has substantive suspicion in this regard, the Principal/Owner will
inform the same to law enforcing agencies for further investigation.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender process or action can be
taken for banning of business dealings/ holiday listing of the Bidder/Contractor as deemed fit by the Principal/ Owner.
3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by him and has installed a
suitable corruption prevention system, the Principal/Owner may, at its own discretion, revoke the exclusion prematurely.
1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in conformity 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 and Contractors.
Contractor DC (W)
51
3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between the Principal/Owner and
the bidder, along with the Tender or violate its provisions at any stage of the Tender process, from the Tender process.
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 period, whichever is more and for all other bidders, till the
Contract has 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.
1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Headquarters 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 members. In case of a Company, the Pact must be signed
by a representative duly authorized by board resolution.
4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains valid. In this case,
the parties will strive to come to an agreement to their original intensions.
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.
Contractor DC (W)
52
Article 8- LEGAL AND PRIOR RIGHTS
All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies belonging to such
parties under the Contract and/or law and the same shall be deemed to be cumulative and not alternative to such legal 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 :
Contractor DC (W)
53
Schedule of Quantity
Name of work - CONSTRUCTION OF URINAL POINTS AT VARIOUS PLACES OF TRANING AREA AND REOTI RANGE OF STC BSF
INDORE (MP)( 2ND CALL)
Srl No Description Qty Unit Rate Amount
1. Earth work in excavation by mechanical means (Hydraulic
excavator) / manual means in foundation trenches or
drains (not exceeding 1.5 m in width or 10 sqm on plan),
including dressing of sides and ramming of bottoms, lift
upto 1.5 m, including getting out the excavated soil and
disposal of surplus excavated soil as directed, within a
lead of 50 m. All kinds of soil. 13.60 cum 286.85 3901.16
2. Filling available excavated earth (excluding rock) in
trenches, plinth, sides of foundations etc. in layers not
exceeding 20cm in depth, consolidating each deposited
layer by ramming and watering, lead up to 50 m and lift
upto 1.5 m. 4.08 cum 253.95 1036.12
3. Providing and laying in position cement concrete of
specified grade excluding the cost of centering and
shuttering - All work up to plinth level : 1:5:10 (1 cement
: 5 fine sand ) derived from natural sources : 10 graded
stone aggregate 40 mm nominal size derived from
natural sources ) 3.84 cum 5660.45 21736.13
4. Reinforced cement concrete work in beams,
suspended floors, roofs having slope up to 15°
landings, balconies, shelves, chajjas, lintels, bands, plain
window sills, staircases and spiral stair cases above plinth
level up to floor five level, excluding the cost of
centering, shuttering, finishing and reinforcement, with
1:1.5:3 (1 cement: 1.5 coarse sand (zone-III)derived
from natural sources: 3 graded stone aggregate 20
mm nominal size derived from natural sources). 4.50 cum 10719.30 48236.85
5. Centering and shuttering including strutting, propping
etc. and removal of form for Foundations, footings, bases
of columns, etc. for mass concrete 8.64 sqm 307.95 2660.69
6. Centering and shuttering including strutting, propping
etc. and removal of form for Lintels, beams, plinth
beams, girders, bressumers and cantilevers 42.12 sqm 608.35 25623.70
7. Steel reinforcement for R.C.C. work including
straightening, cutting, bending, placing in position and
binding all complete upto plinth level. Thermo-
Mechanically Treated bars of grade Fe-500D or more. 450.00 kg 89.65 40342.50
Contractor DC (W)
54
8. Brick work with common burnt clay F.P.S. (non modular)
bricks of class designation 7.5 in foundation and plinth in:
Cement mortar 1:6 (1 cement : 6 coarse sand) 6.84 cum 6658.25 45542.43
9. Half brick masonry with common burnt clay F.P.S. (non
modular) bricks of class designation 7.5 in foundations
and plinth in : cement mortar 1:4 (1 cement : 4 coarse
sand) 95.40 sqm 837.85 79930.89
10. Providing and fixing Ist quality ceramic glazed wall tiles
conforming to IS: 15622 (thickness to be specified by the
manufacturer), of approved make, in all colours, shades
except burgundy, bottle green, black of any size as
approved by Engineer-in-Charge, in skirting, risers of
steps and dados, over 12 mm thick bed of cement mortar
1:3 (1 cement : 3 coarse sand) and jointing with grey
cement slurry @ 3.3kg per sqm, including pointing in
white cement mixed with pigment of matching shade
complete. 112.14 sqm 1063.45 119255.28
11. Kota stone slab flooring over 20 mm (average) thick base
laid over and jointed with grey cement slurry mixed with
pigment to match the shade of the slab, including
rubbing and polishing complete with base of cement
mortar 1 : 4 (1 cement : 4 coarse sand) : 25 mm thick 29.04 sqm 1706.60 49559.66
12. Kota stone slabs 20 mm thick in risers of steps, skirting,
dado and pillars laid on 12 mm (average) thick cement
mortar 1:3 (1 cement: 3 coarse sand) and jointed with
grey cement slurry mixed with pigment to match the
shade of the slabs, including rubbing and polishing
complete. 1.20 sqm 2038.55 2446.26
13. 12 mm cement plaster of mix : 1:6 (1 cement: 6 fine
sand) 170.90 sqm 282.00 48193.80
14. Finishing walls with Premium Acrylic Smooth exterior
paint with Silicone additives of required shade: New
work (Two or more coats applied @ 1.43 ltr/10 sqm over
and including priming coat of exterior primer applied @
2.20 kg/10 sqm) 74.76 sqm 162.35 12137.29
15. Providing and fixing wash basin with C.I. brackets, 15 mm
C.P. brass pillar taps, 32 mm C.P. brass waste of standard
pattern, including painting of fittings and brackets,
cutting and making good the walls wherever require:
White Vitreous China Wash basin size 630x450 mm with
a pair of 15 mm C.P. brass pillar taps 6.00 each 3392.85 20357.10
16. Providing and fixing white vitreous china flat back or wall
corner type lipped front urinal basin of 430x260x350 mm
or 340x410x265 mm sizes respectively. 18.00 each 1382.30 24881.40
17. Providing and fixing Chlorinated Polyvinyl Chloride
(CPVC) pipes, having thermal stability for hot & cold
water supply, including all CPVC plain & brass threaded
fittings, including fixing the pipe with clamps at 1.00 m 30.00 metre 325.10 9753.00
Contractor DC (W)
55
spacing. This includes jointing of pipes & fittings with one
step CPVC solvent cement and testing of joints complete
as per direction of Engineer in Charge. Internal work -
Exposed on wall 20 mm nominal outer dia Pipes
18. Providing and fixing Chlorinated Polyvinyl Chloride
(CPVC) pipes, having thermal stability for hot & cold
water supply including all CPVC plain & brass threaded
fittings This includes jointing of pipes & fittings with one
step CPVC solvent cement, trenching, refilling & testing
of joints complete as per direction of Engineer in Charge.
External work 25 mm nominal dia Pipes 432.00 metre 370.65 160120.80
19. Providing and placing on terrace (at all floor levels)
polyethylene water storage tank, IS : 12701 marked,
with cover and suitable locking arrangement and
making necessary holes for inlet, outlet and overflow per
pipes but without fittings and the base support for tank. 3000.00 litre 9.70 29100.00
20. Providing and fixing C.P. brass angle valve for basin
mixer and geyser points of approved quality conforming
to IS:8931 15mm nominal bore 24.00 each 500.35 12008.40
21. Constructing soak pit 1.20x1.20x1.20 m filled with
brickbats including S.W. drain pipe 100 mm diameter
and 1.20 m long complete as per standard design. 6.00 each 2940.20 17641.20
Total 774464.66
Add GST @ 6.33% 49,024.00
Total 8,23,488.66
Estimated Cost G.Total 8,23,489/-
-Sd-23/08//2024-
Deputy Commandant (Works)
CSWT BSF Indore
I/We are ready to execute the work _% Below/Above of estimate cost. (Percentage in words_
)