NIT2602
NIT2602
TENDER DOCUMENT
FOR
Issued by
Assistant Engineer (E), CED-I
CCU, Ministry of Environment, Forests & Climate Change,
7st Floor, Pt. Deendayal Antyodaya Bhawan,
CGO Complex, Lodhi Road,
New Delhi- 110003.
TENDER DOCOUMENT
* To be filled by AE(E)
This NIT containing Pages 1 to 35 as per index, amounting to Rs. 3,59,100/- (Rupees Three
lakh Fifty-Nine Thousand One Hundred only) is hereby approved.
The Assistant Engineer (E), CED-I, CCU, under Ministry of Environment, Forests & Climate
Change, 7th Floor, Pt. Deendayal Antyodaya Bhawan, CGO Complex, Lodhi Road, New Delhi-
110003 invites on behalf of the President of India online percentage rate bids from approved
and eligible contractors of CPWD for the following work: - NIT No. 26/e-NIT/EE/CED-
I/AE(E)/CCU/2024-25. Name of Work: A/R & M/O of residential, non-residential
building of National Zoological Park, New Delhi (SH :- Labour for Day to Day
Maintenance for Electrical Works) (One Month) Estimated Cost: - Rs. 3,59,100/- Earnest
money: - Rs. 7,182/- Period of Completion: - 01 (One) Month. Last time and date of
submission of bid 10.12.2024 upto 03:00 PM. The bid forms and other details can be
downloaded from website https://etender.cpwd.gov.in free of cost.
Note: Not to be printed below this line. *To be filled by Assistant Engineer (E).
Earnest Money
online submission of
location
other Documents as
( Inof
for deposition of
Completion
S. No.
of
bid
1 2 3 4 5 6 8 9
A/R & M/O of residential,
26/e-NIT/EE/CED-I/AE(E)/CCU/2024-25
non-residential building of
National Zoological Park,
New Delhi (SH :- Labour for
10.12.2024 at 03:30 PM
Day to Day Maintenance for
Electrical Works) (One
01 (One) Month
Rs. 3,59,100/-
2. Information and Instructions for bidders posted on website shall form part of bid document.
4. But the bid can only be submitted after uploading Proforma for EMD Declaration
online and other documents as specified.
5. Those contractors not registered on the website mentioned above, are required to get
registered beforehand. If needed they can be imparted training on online bidding
process as per details available on the website.
7. On opening date, the contractor can login and see the bid opening process. After
opening of bids he will receive the competitor bid sheets.
8. Contract or can upload documents in the form of JPG format and/or PDF format.
9. Contractor must ensure to quote rate in the column (5) meant for quoting rate in
figures appears in pink colour and the moment rate is entered, it turns sky blue. In
addition to this, while selecting any of the cells a warning appears that if any cell is left
blank the same shall be treatedas“0”.Therefore, if any cell is left blank and no rate is
quoted by the bidder, rate of such item shall be treated as “0”(ZERO).
However, If a tenderer quotes nil rates against each item in item rate tender or does not
quote any percentage above/below on the total amount of the tender or any section /
sub head in percentage rate tender, the tender shall be treated as invalid and will not be
considered as lowest tenderer.
10. SC/ST contractors enlisted under class V category are exempted from processing
fee payable to ITI.
11. If the agency is not registered with Govt. of NCT of Delhi tax department earlier,
he has to get registered himself with Govt. of NCT of Delhi Tax department
before start of work.
12. The price bid shall be opened after verifying the documents. However, bidders shall
have no option to submit the revised price bid, if so, desired by them. The price bid
submitted earlier shall remain valid and opened on due date.
13. The department reserves the right to reject any application without assigning any reason
and to restrict the list of qualified contractors to any number deemed suitable by it, if too
many bids are received satisfying the laid down criteria.
14. The department reserves the right, without being liable for any damages or obligation to
inform the bidder, to:
15. The bidder is advised to visit the site of work, at his own cost, and examine it and its
surroundings to himself collect all information that he considers necessary for proper
assessment of the prospective assignment.
I. Copy of EMD and Receipt of Earnest money in the prescribed form as per
provision of CPWD-6.
II. Enlistment Order of the Contractor.
III. GST Registration Certificate of the State in which the work is to be taken up, if
already obtained by the bidder.
If the bidder has not obtained GST registration in the State in which the work is to be
taken up, or as required by GST authorities then in such a case the bidder shall scan
and upload following undertaking along with other bid documents.
“lf work is awarded to me, I/we shall obtain GST registration Certificate of the State,
in which work is to be taken up, within one month from the date of receipt of award
letter or before release of any payment by CPWD, whichever is earlier, failing which
I/We shall be responsible for any delay in payments which will be due towards me/us
on a/c of the work executed and/or for any action taken by CPWD or GST
department in this regard”.
Receipt No.
Date.
1 Name of Contractor
2 Form of EMD
1. Item rate/percentage rate bids are invited on behalf of President of India from approved
and eligible contractors of CPWD for the Work of “A/R & M/O of residential, non-
residential building of National Zoological Park, New Delhi (SH :- Labour for Day to
Day Maintenance for Electrical Works) (One Month)”
The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of submission of bid is extended, the enlistment of contractor should be
valid on the original date of submission of bids.
1.1 The work is estimated to cost for Rs. 3,59,100/- . This estimate, however, is given
merely as a rough guide.
2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD
7/8 (or other Standard Form as mentioned) which is available as a Govt. of India
Publication and also available on website www.cpwd.gov.in. Bidders shall quote his
rates as per 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 01 Months from the date of start as
defined in schedule 'F' or from the first date of handing over of the site, whichever is
later, in accordance with the phasing, if any, indicated in the bid documents.
(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 programme of completion submitted
by the contractor after award of work.
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.
9. Earnest Money in the form of Insurance Surety Bonds, Account Payee Demand Draft,
Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee including e- Bank
Guarantee (for balance amount as prescribed) from any of the Commercial Banks
(drawn in favour of Executive Engineer, CED-I, CCU, MoEF&CC, New Delhi)
shall be scanned and uploaded on the e-Tendering website within the period of bid
submission. The original EMD should be deposited either in the office of Executive
Engineer inviting bids or division office of any Executive Engineer, CPWD within the
period of bid submission. The EMD receiving Executive Engineer (including NIT
issuing EE/AE) shall issue a receipt of deposition of earnest money deposit to the
bidder in a prescribed format (enclosed) uploaded by tender inviting EE in the NIT.
A part of earnest money is acceptable in the form of bank guarantee also. In such case,
minimum 50% of earnest money or Rs. 20 lac, whichever is less, shall have to be
deposited in shape prescribed above, and balance may be deposited in shape of Bank
Guarantee including e- Bank Guarantee of any Commercial bank having validity for a
period of 90 days for single bid works and 180 days for two bid system or more from
the last date of receipt of bids which is to be scanned and uploaded by the intending
bidders.
The earnest money given by all the tenderers except the lowest tenderer shall be refunded
immediately after the expiry of stipulated bid validity period or immediately after
acceptance of the successful bidder, whichever is earlier. However, in case of two/ three
bid system, earnest money deposit of bidders unsuccessful during technical bid
evaluation etc. should be returned within 30 days of declaration of result of technical
bid evaluation.
Copy of Enlistment Order and certificate of work experience and other documents as specified
in the notice inviting e- tender shall be scanned and uploaded on the e-Tendering
website within the period of bid submission. However, certified copy of all the scanned
and uploaded documents as specified in e- tender notice shall have to be submitted by
the lowest bidder within a week physically in the office of tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of those
bidders, who’s original EMD deposited with any division of CPWD and other
documents scanned and uploaded are found in order.
10. The bid submitted shall become invalid and e-Tender processing fee (if applicable)
shall not be refunded if:
(i) The bidder is found ineligible.
Correction=NIL Insertion= NIL Deletion= NIL JE(E) AE(E) Page 11
(ii) The bidder does not upload scanned copies of all the documents stipulated in the
bid document.
(iii)If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest bidder in
the office of bid opening authority.
(iv) If a tenderer quotes nil rates against each item in item rate tender or does not quote
any percentage above/below on the total amount of the tender or any section / sub
head in percentage rate tender, the tender shall be treated as invalid and will not be
considered as lowest tenderer.
11. The contractor whose bid is accepted will be required to furnish performance guarantee
5% (Five Percent) of the tendered amount as mentioned in schedule E and within the
period specified in Schedule F. This guarantee shall be in the form of Insurance Surety
Bonds, Account Payee Demand Draft, Fixed Deposit Receipt or Bank Guarantee from
any of the Commercial Banks in accordance with the prescribed form. In case the
contractor fails to deposit the said performance guarantee within the period as indicated
in Schedule 'F', including the extended period if any, the Earnest Money deposited by
the contractor shall be forfeited automatically without any notice to the contractor. The
earnest money deposited along with bid shall be returned after receiving the aforesaid
performance guarantee. The contractor whose bid is accepted will also be required to
furnish either copy of applicable licenses/ registrations or proof of applying for
obtaining labour licenses, registration with EPFO, ESIC and BOCW Welfare Board
including Provident Fund Code No. If applicable and also ensure the compliance of
aforesaid provisions by the subcontractors, if any engaged by the contractor for the said
work within the period specified in Schedule F.
Intending Bidders are advised to inspect and examine the site and its surroundings and
satisfy themselves before submitting their bids as to the nature of the ground and sub-
soil (so far as is practicable), the form and nature of the site, the means of access to
the site, the accommodation they may require and in general shall themselves obtain
all necessary information as to risks, contingencies and other circumstances which
may influence or affect their bid. A bidders shall be deemed to have full knowledge
of the site whether he inspects it or not and no extra charge consequent on any
misunderstanding or otherwise shall be allowed. The bidders shall be responsible for
arranging and maintaining at his own cost all materials, tools & plants, water,
electricity access, facilities for workers and all other services required for executing
13. The competent authority on behalf of the President of India does not bind itself to
accept the lowest or any other bid and reserves to itself the authority to reject any or all
the bids received without the assignment of any reason. All bids in which any of the
prescribed condition is not fulfilled or any condition including that of conditional rebate
is put forth by the bidders shall be summarily rejected.
15. The competent authority on behalf of President of India reserves to himself the right of
accepting the whole or any part of the bid and the bidders shall be bound to perform the
same at the rate quoted.
16. The contractor shall not be permitted to bid for works in the CCU, MoEF&CC/
CPWD Circle (Division in case of contractors of Horticulture/Nursery category)
responsible for award and execution of contracts, in which his near relative is posted a
Divisional Accountant or as an officer in any capacity between the grades of
Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate
the names of persons who are working with him in any capacity or are subsequently
employed by him and who are near relatives to any gazetted officer in the Central
Public Works Department or in the Ministry of Housing and Urban 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. The bids for the work shall remain open for acceptance for a period of 30 (thirty) days
from the date of opening of bids. Further
(i) If any tenderer withdraws his tender or makes any modification in the terms &
conditions of the tender which is not acceptable to the department within 7 days
after last date of submission of bids, then the Government shall without prejudice to
19. This notice inviting Bid shall form a part of the contract document. The successful
bidder/ contractor, on acceptance of his bid by the Accepting Authority shall within 15
days from the stipulated date of start of the work, sign the contract consisting of: -
a. The Notice Inviting Bid, all the documents including additional conditions,
specifications and drawings, if any, forming part of the bid as uploaded at the time
of invitation of bid and the rates quoted online at the time of submission of bid and
acceptance thereof together with any correspondence leading thereto.
20. Integrity Pact: The contractor shall download the Integrity Pact, which is a part of
tender documents, affix his signature in the presence of a witness, and upload the same
while submitting online bids for all works of estimated cost put to tender equal or more
than the threshold value given in Schedule-F. In the event of his failure to sign and
upload the Integrity Pact along with other bid documents, his bid shall be rejected.
21. The intending bidders are required to update their profile in CPWD e- tender portal and
to upload their bids well in advance of last date of submission of tender. Any issue
related to updating profile/uploading tender can be resolved through the concerned
Executive Engineer/ Assistant Engineer (Phone no *.........., e- mail Id *..............) or
ERP helpline no. 18001803286 or e-mail ld cpwd.support@techmahindra.com. The e-
tendering bidders are also advised not to wait to raise any issues till the last date of
submission of bid in their own interest.
Tender for the work of “A/R & M/O of residential, non-residential building of National
Zoological Park, New Delhi (SH :- Labour for Day to Day Maintenance for Electrical Works)
(One Month)
***To be filled by AE(E)
TENDER
I/We have read and examined the Notice Inviting tender, schedule, A, B, C, D, E & F.
Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of
Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and rules
referred to in the conditions of contract and all other contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India within
the time specified in Schedule F‘, viz. ,schedule of quantities and in accordance in all respects with
the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General
Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as are
provided for, by, and in respects in accordance with, such conditions so far as applicable.
We agree to keep the tender open for Thirty (30) days from the due date of its opening of
bid and not to make any modifications in its terms and conditions.
If I/we, fail to furnish the prescribed Performance guarantee or fail to commence the work
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 suspend the firm for one year for
tendering process and shall not be eligible to bid for CPWD tenders from date of issue of
suspension order. Further, if I/we fail of commence 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 Performance guarantee absolutely. The said Performance
guarantee shall be guarantee to execute all the works referred to the tender documents upon the
terms and conditions contained or referred to those in excess of that limit at the rates to be
determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.
Further, I/We agree that in case of forfeiture of Performance Guarantee as aforesaid, I/We
shall be debarred for participation in the re-tendering process of the work.
A sum of Rs. 7,182/- (EMD) is hereby forwarded in Insurance Surety Bond/ Receipt Treasury
Challan/ Deposit at call Receipt of a Scheduled Bank/Fixed deposit receipt of scheduled bank/
demand draft of a scheduled bank/ bank guarantee issued by scheduled bank as earnest money. If
I/we, fail to furnish the prescribed performance guarantee or fail to commence the work 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 of commence work as specified, I/We agree that President of India or his
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 authorized by the Engineer-in-Charge to
communicate the same or use the information in any manner prejudicial to the safety of the State.
Dated:
Signature of Contractor
Postal Address ---- **
Telephone No ----- **
E-MAIL ----------- **
Witness:
Address: Occupation: **To be filled by Contractor
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:-
(c) ------------------ *
Signature .................................... *.
Dated:----------*
Designation…………………*
SCHEDULE ‘B’
1 2 3 4 5
-----------NIL ----------------
SCHEDULE ‘C’
SCHEDULE ‘D’
Extra schedule for specific requirements/document for the work, if As per tender documents
any:
SCHEDULE ‘E’
SCHEDULE ‘F’
General rules and direction
Officer inviting tender Assistant Engineer (E), CED-I CCU,
MoEF&CC, New Delhi-110003
Maximum percentage of quantity of items of See at appropriate clause under definitions
work to be executed beyond which rates are
to be determined in accordance with Clause
12.2 & 12.3
Definitions :
2(v) Engineer-in-Charge : Assistant Engineer (E), CED-I CCU, MoEF&CC,
New Delhi-110003 or his successor-in-charge of
Authority to decide:
Extension of time : Assistant Engineer (E), CED-I CCU, MoEF&CC,
New Delhi-110003 or his successor-in-charge of
work
Rescheduling of mile stones : Assistant Engineer (E), CED-I CCU, MoEF&CC,
New Delhi-110003 or his successor-in-charge of
work
Shifting of date of start in case of delay in : Assistant Engineer (E), CED-I CCU, MoEF&CC,
handing over of site New Delhi-110003 or his successor-in-charge of
work
Note: Intending tenderer may submit physical activities/mile stones on the basis of their resources and
methodology at the time of tendering corresponding to physical mile stone/stages as indicated in the
above table. These shall be formed part of agreement after approval of the accepting authority otherwise
Clause 7
Gross work to be done together with net payment/ adjustment of advances for : N/A
material collected, if any, since the last such payment for being eligible to interim
payment
Clause 7A
Whether clause 7A shall be applicable : Yes
Clause 11 :
Clause 12
Type of work : Maintenance Work
12.2. Deviation limit beyond which clauses 12.2 & 12.3 shall : 100%
&12.3 apply for building work.
Deviation limit for items mentioned in earth work sub head : 100%
of DSR and related items
(ii)
Clause 16
Competent authority for deciding reduced rates : Superintending Engineer, CCU, MoEF&CC
or his successor-in-charge of work.
Clause 25
Constitution of Dispute Redressal Committee (DRC).
1. GENERAL
1.1. The Contractors are advised to inspect and examine the site and its surroundings and satisfy
themselves with the nature of site, the means of access to the site, the constraints of space for
stacking material / machinery, labour etc., constraints put by local regulations (if any), weather
conditions at site (rainfall, snowfall, winter/summer temperatures etc.), general ground /
subsoil conditions etc. or any other circumstances which may affect or influence their tenders.
No claims, whatsoever, shall be entertained at a later date for any errors found, on plea that the
information supplied by the Department in the tender is insufficient or is at variance with the
actual site conditions.
1.2. The work shall generally be carried out in accordance with the “CPWD Specifications 2023
Part-I (Internal), Part-II (External)” with correction slips up to last date of submission of bid
(including any extension in last date of bid submission), additional/Particular Specifications,
Architectural/Structural drawings and as per instructions of Engineer-in-Charge. Any
additional item of work, if taken up subsequently, shall also conform to the relevant
specifications mentioned above.
1.3. The several documents forming the tender are to be taken as mutually complementary to each
other. Detailed drawings shall be followed in preference to small scale drawings and figured
dimensions in preference to scale dimensions. Between two or more Clauses of this Contract,
the provisions of a specific Clause relevant to the issue under consideration shall prevail over
those in other Clauses.
1.4. The work shall be carried out in accordance with the Architectural drawings and Structural
drawings, to be issued by the Engineer-in-Charge. Before commencement of any item of work,
the contractor shall correlate all the relevant architectural, structural and services drawings
issued for the work and satisfy himself that the information available there from is complete
and unambiguous. The discrepancy, if any, shall be brought to the notice of the Engineer-in-
Charge before execution of the work. The contractor alone shall be responsible for any loss or
damage occurring by the commencement of work on the basis of any erroneous and or
incomplete information.
1.5. Should there be any difference or discrepancy between the description of items as given in the
particular specifications for individual items of work, special conditions and I.S. Codes,
drawings etc., the following order of preference shall be observed-
(i) Nomenclature of items as per Schedule of Quantities
(ii) Special/Additional Conditions
(iii) Particular Specifications
(iv) Architectural/Structural drawings
(v) CPWD Specifications including upto date correction slips.
(vi) CPWD General Conditions of Contract (2023) for Maintenance works including
correction slips issued up to last date of submission of bid including extensions if any.
(vii) Indian Standards Specifications of B.I.S.
(viii) ASTM, BS, or other foreign origin code mentioned in tender document.
(ix) Manufacturer’s specifications and as decided by the Engineer-in-Charge.
(x) Sound Engineering practices or well-established local construction practices.
1.6. A reference made to any Indian Standard Specifications in these documents, shall imply to the latest
1.7. The tenderer shall acquaint himself with the proposed site of work, its approach roads,
working space available etc. before quoting his rates and no claim on this account shall be
entertained by the department.
1.8. The contractor will not be allowed to construct labour huts in the National Zoological Park.
The contractor has to make arrangement for labour huts outside National Zoological Park at his
own cost. Nothing extra shall be paid on this account.
1.9. The personal vehicle of contractor shall not be allowed in the Zoo premises.
1.10. The workers of the contractor will be issued ID-Card by AE, in-charge of the work. The
contractor will submit details of the workers employed by him for execution of the work with
valid ID-Card (Aadhar card / Voter I-Card etc. No worker shall be allowed to enter in the Zoo
premises without ID-Card issued by AE-In-charge.
1.11. The contractor will guide his workers regarding guidelines of Zoo authority for safety &
security of Zoo Animals. It is the sole responsibility of the contractor in case of any mis-
happening or harm to Zoo Animals by his workers.
1.12. The contractor shall keep the site neat & clean during execution of the work and cover the
building materials with cloths. In case of any mis-happening with visitors or animals due to
scattered materials / malba at his site the contractor shall be held responsible for the same.
1.13. In case of any fine imposed by Zoo authorities due to scattered malba / building materials or
any harm to Zoo animals due to malba / materials or by worker of the contractor the same shall
be paid by contractor within prescribed period otherwise same shall be recovered from the bills
or securities / performance guarantee of the contractor.
1.14. The contractor(s) shall get himself acquainted with nature and extent of the work and satisfy
himself about the availability of materials from kiln or approved quarries for collection and
conveyance of materials required for construction.
1.15. 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.
1.16. The tenderer shall see the approaches to the site. In case any approach from main road is
required at site or existing approach is to be improved and maintained for cartage of materials
by the contractor, the same shall be provided, improved and maintained by the contractor at his
own cost. No payment shall be made on this account and the quoted rates shall be deemed to
be inclusive of all such activities.
1.17. The contractor(s) shall give to the local body, police and other authorities all necessary notices
etc. that may be required by law and obtain all requisite licenses for temporary obstructions,
enclosures etc. and pay all fee, taxes and charges which may be levied on account of these
operations in executing the contract. The building work shall be carried out in the manner
complying in all respects with the requirements of the relevant bylaws and regulations of the
1.18. The contractor shall ensure that there is no damage to adjoining property. If any such untoward
incident happens, he shall be entirely responsible for any consequences besides making good any
damages to the adjoining property whether public or private. He shall supply and maintain lights
either for illumination or for cautioning the public at night.
1.19. The building work shall be carried out in the manner complying in all respects with the
requirements of the relevant bylaws and regulations of the local body under the jurisdiction of
which the work is to be executed or as directed by the Engineer-in-charge and nothing extra
shall be paid on this account.
1.20. The contractor shall take all necessary precautions to prevent any nuisance or inconvenience
to the owners, tenants or occupiers of adjacent properties and to the public in general and to
prevent any damage to such properties and any pollution of smoke, streams and water-ways. He
shall make good at his cost and to the satisfaction of the Engineer-in-Charge, any damage to
roads, paths, cross drainage works or public or private property whatsoever caused thereon by
the contractor. All waste or superfluous materials shall be carried away by the contractor
without any reservation entirely to the satisfaction of the Engineer-in-Charge.
1.21. Utmost care shall be taken to keep the noise level to the barest minimum so that no
disturbance as far as possible is caused to the occupants / users of building/adjacent properties.
1.22. The works shall be carried out in accordance with the Architectural drawings and structural
drawings, to be issued from time to time by the Engineer-in-Charge or as mentioned in detailed
program chart submitted by the contractor after award of work. Before commencement of any
item of work, the contractor shall correlate all the relevant architectural and structural drawings
issued for the work and satisfy himself that the information available thereof is complete and
unambiguous. The discrepancy, if any shall be brought to the notice of the Engineer-in-Charge
before execution of the work. The contractor alone shall be responsible for any loss or damage
executing by the commencement of work on the basis of any erroneous and or incomplete
information.
1.23. The Architectural drawings given in the tender, if any, other than those indicated in
nomenclature of items are only indicative of the nature of the work and materials/fixings
involved unless and otherwise specifically mentioned. However, the work shall be executed in
accordance with the drawings duly approved by the Engineer-in-Charge.
1.24. Other agencies may also simultaneously execute and install the works of other civil and E&M
services for the work. The contractor shall afford necessary facilities for the same. The contractor
shall leave such recesses, holes, openings, trenches etc. as may be required for such related works
and the contractor shall fix the same at time of casting of concrete, stone work and brick work, if
required, and nothing extra shall be payable on this account.
1.25. The contractor shall conduct work so as not to interfere with or hinder the progress or
completion of the work being performed by other contractor(s) or by the Engineer-in-Charge
and shall as far as possible arrange his work and shall place and dispose of the materials
being used or removed so as not to interfere with the operations of other contractor or he shall
arrange his work with that of the others in an acceptable and coordinated manner and shall
perform it in proper sequence to the complete satisfaction of others.
1.27. The rates quoted by the contractor are deemed to be inclusive of site clearance, setting out
work, profile, establishment of reference bench mark, spot levels, construction of all safety and
protection devices, barriers, earth embankments, preparatory works, all testing of materials,
working during monsoon, working at all depths, height and locations etc. unless specified in
the schedule of quantities.
1.28. Royalty at the prevailing rates wherever payable shall have to be paid by the contractor on the
boulders, metal, shingle, sand, local earth/soil and bajri etc. or any other material collected by
him for the work direct to revenue authorities and nothing extra shall be paid by the department
for thesame.
1.29. Permission for the Excavation of the Basement and/or any Mining Approval along with
carriage and disposal of surplus excavated earth shall be obtained by the contractor at his own
expenses from Local Administration / Revenue Authority. Department / Client Department
shall only forward the case to the concerned Authority. Moreover, all the fee including royalty
for surplus excavated earth is to be paid by the contractor to the concerned department.
Nothing extra shall be paid on account of this to the contractor.
1.30. No payment shall be made for any damage caused by rain, snowfall, flood or any other natural
calamity, whatsoever during the execution of the work. The contractor shall be fully
responsible for any damage to the govt. property and work for which the payment has been
advanced to him under the contract and he shall make good the same at his risk and cost. The
contractor shall be fully responsible for safety and security of his material, T&P, Machinery
brought to the site by him.
1.31. The contractor shall deploy adequate resources e.g. manpower, labour, T&P, Plant &
Equipment etc. as per actual requirement of work.
1.32. The rates for all items of work shall, unless clearly specified otherwise, include cost of all
labour, material, tools and plants and other inputs including all heights/depths, leads and
carriages involved in the execution of the item.
1.33. The Contractor shall keep himself fully informed of all acts/laws of the Central/State/Local
Governments, orders of central/state/local Government, decrees of statutory bodies, tribunals
having any jurisdiction or authority, which in any manner may affect those engaged or employed
and anything related to carrying out the work. All the rules & regulations and bye-laws laid down
by Collector / Municipal Corporation of area (where site is located) and any other statutory bodies
shall be adhered to, by the contractor, during the execution of work. The Contractor shall also
adhere to all traffic restrictions notified by the national/state/local authorities. The contractor shall
abide and ensure compliances to terms and conditions of various approvals obtained for the project.
He shall protect and indemnify the Department and it’s officials & employees against any claim
and /or liability arising out of violations of any such laws, ordinances, orders, decrees, by himself
or by his employees or his authorized representatives. The Contractor shall indemnify the
1.34. The fee payable to statutory authorities for obtaining the various permanent service connections
and occupancy certificate for the building shall be borne by the Department.
1.35. The rates quoted by the Contractor are deemed to be inclusive of site clearance, setting out work,
profile, establishment of reference bench mark(s), installing various signage, taking spot levels,
survey with total station, construction of all safety and protection devices, compulsory use of
helmet and safety shoes, and other appropriate safety gadgets by workers, imparting continuous
training for all the workers, barriers, preparatory works, working during monsoon or odd season,
working beyond normal hours, working at all depths, height, lead, lift, levels and location,
implementation of green building norms to achieve desired GRIHA/GHAR Rating etc. and any
other unforeseen but essential incidental works required to complete this work.
1.36. The rates for all items shall be considered as inclusive of pumping/baling out water, if
necessary, for which no extra payment shall be made. The conditions shall be considered to
include water from any source such as inflow of flood, rain water, surface drainage, sewerage
or due to any other reason including surface and sub-soil water etc. and shall apply to the
execution in any season.
1.37. The contractor(s) shall study the soil investigation report (indicative only) for the site,
available in the office of the Engineer-in-charge and satisfy himself about complete
characteristics of soil and other parameters at site. However, no claim on the alleged
inadequacy or incorrectness of the soil data supplied by the department shall be entertained.
1.38. Unless otherwise specified in the schedule of quantities, the rates tendered by the contractor
shall be inclusive of all costs & taxes and shall apply to all leads, lifts, depth and height
and nothing extra shall be payable on this account.
1.39. No foreign exchange shall be made available by the Department for importing (purchase) of
equipment, plants, machinery, materials of any kind or any other items required to be carried
out during execution of the work. No delay and no claim of any kind shall be entertained from
the Contractor, on account of variation in the foreign exchange rate.
1.40. All ancillary and incidental facilities required for execution of work like labour camp, stores,
fabrication yard, offices for Contractor, watch and ward, temporary ramp required to be made
for working at the basement level, temporary structure for plants and machineries, temporary
barricading or fencing around the working sites, water storage tanks, installation and
consumption charges of temporary electricity, telephone, water etc. required for execution of
the work, protection works, testing facilities / laboratory at site of work, facilities for all field
tests and for taking samples etc. during execution or any other activity which is necessary (for
execution of work and as directed by Engineer-in-Charge), shall be deemed to be included in
rates quoted by the Contractor. Nothing extra shall be payable on these accounts. Before start
of the work, the Contractor shall submit to the Engineer-in-Charge, a site / construction yard
layout, specifying areas for construction, site office, positioning of machinery, material yard,
cement & other storage, fabrication yard, site laboratory, water tank etc. for approval.
1.41. For completing the work in time, the Contractor might be required to work in two or more
Correction=NIL Insertion= NIL Deletion= NIL JE(E) AE(E) Page 26
shifts (including night shifts). Normally contractors shall not be allowed to execute the RCC,
electrical and finishing work at night. Work at night shall, however, be allowed if the site
conditions/circumstances so demand. No claim whatsoever shall be entertained on this
account, not with-standing the fact that the contractor may have to pay extra amounts for any
reason, to the labours and other staff engaged directly or indirectly on the work according to
the provisions of the labour Act and other statutory bodies regulations and the agreement
entered upon by the contractor with them.
1.42. The contractor shall maintain in perfect condition, all portions executed till completion of the
entire work allotted to him. Where however phased delivery of work is contemplated these
provisions shall apply separately to each phase.
1.43. All material shall only 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.
1.44. The contractor(s) shall take instructions from the Engineer-in-Charge regarding collection and
stacking of materials at any place. No excavated earth or building rubbish shall be stacked on
areas where other buildings, roads, services and compound walls are to be constructed. The
stacking shall take place as per stacking plan however, if any change is required, the same shall
be done with the approval of Engineer-in-Charge.
1.45. The Contractor shall bear all incidental charges for all type of cartage/carriage upto execution
site, storage and safe custody of materials issued by department/arranged by the contractor.
1.46. The terms machine batched, machine mixed and machine vibrated concrete used elsewhere in
agreement shall mean the concrete produced in concrete batching and mixing plant and if
necessary, transported by transit concrete mixers, placed in position by the concrete pumps,
tower crane and vibrated by surface vibrator /needle vibrator / plate vibrator, as the case may
be to achieve required strength and durability.
1.47. The work should be planned in a systematic manner so that chase cuttings in the walls,
ceilings and floors are minimized. Wherever absolutely essential, the chase shall be cut using
chase cutting machines. Chases will not be allowed to be cut using hammer / chisel. The
electrical boxes should be fixed in walls simultaneously while raising the brick work. The
contractor shall ensure proper coordination of various disciplines viz. sanitary & water supply,
electrical, fire- fighting and any other services.
1.48. In case of local Municipal regulations / restrictions by client /non-availability space at site if
huts for labours are not allowed to be erected at the site of work, the contractor shall be
required to provide such accommodation at suitable place at his own cost and nothing extra
shall be paid on this account.
1.49. Any cement slurry added over base surface for continuation of concerting for better bond is
deemed to have been built in the items and nothing extra shall be payable and no extra cement
considered in consumption on this account.
1.50. Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar service
encountered in the course of the execution of work shall be protected against the damage by
the contractor at his own expense. In case the same are to be removed and diverted. The same
shall be payable to the contractor. The contractor shall work out the cost and the same shall be
1.51. The contractor shall be responsible for the watch and ward / guard of the buildings safety,
fittings and fixtures provided by him against pilferage and breakage during the period of
installations and thereafter till the building is physically handed over to the department. No
extra payment shall be made on this account.
(ii) The contractor shall establish, maintain and assume responsibility for grades, lines,
levels and bench marks. He shall report any errors or inconsistencies regarding grades,
lines, levels, dimensions to the Engineer-in-Charge before commencing work.
Commencement of work shall be regarded as the contractor's acceptance of such
grades, lines, levels and dimensions and no claim shall be entertained at a later date for
any errors found.
(iii) The initial levels shown in the layout plan are indicative and the actual ground levels may
vary with the levels shown in the layout plan. Though the site levels are indicated in the
drawings the Contractor shall ascertain and confirm the site levels with respect to
benchmark from the concerned authorities. No claim due to difference in ground levels as
per layout plan and as per actual on ground shall be entertained.
(iv) If at any time, any error appears due to grades, lines, levels and benchmarks during the
progress of the work, the Contractor shall, at his own expense rectify such error, if so
required, to the satisfaction of the Engineer -in-Charge. Nothing extra shall be payable on
this account.
(v) The Contractor shall protect and maintain temporary/ permanent benchmarks at the site of
work throughout the execution of work. These benchmarks shall be got checked by the
Engineer-in-Charge or his authorized representatives. The work at different stages shall be
checked with reference to bench marks maintained for the said purpose. Nothing extra shall
be payable on this account.
(vi) The approval by the Engineer-in-Charge, of the setting out by the Contractor, shall not
relieve the Contractor of any of his responsibilities and obligation to rectify the errors/
defects, if any, which may be found at any stage during the progress of the work or after the
completion of the work.
(i) Contractor shall within two weeks of award of work, submit to the Engineer-in-Charge
for his approval, list of measures for maintaining safety of manpower deployed for
construction.
(iii) Entry to the site shall be controlled for proper security of man and materials and to
avoid accidents.
(iv) Necessary personal protective and safety equipment’s such as helmet, safety shoes &
harness, gloves etc. shall be provided to the all-site Engineers, Supervisory staff, labour
and technical staff of the contractor by the Contractor at his own cost and to be used at
site.
(v) The Contractor(s) shall take all precautions to avoid accidents by exhibiting necessary
caution boards, day & night speed limit boards, red flags, red lights and providing
barriers. He shall be responsible for all damages and accidents caused to existing/new
work due to negligence on his part. No hindrances shall be caused to traffic during the
execution of the work.
(vi) In case of any accident of labours/ contractual staff’s the entire responsibility will rest
on the part of the contractor and any compensation under such circumstances if
becomes payable the same shall be entirely borne by the contractor and department
shall have no role on this account.
(vii) It shall be ensured by the contractor that no electric live wire is left exposed or
unattended to avoid any accidents in this regard.
(viii) Any trenching and digging for laying sewer lines/water lines/cables etc. shall be
commenced by the contractor only when all men, machineries and materials have been
arranged and closing of the trench(s) thereafter shall be ensured within the least
possible time.
(ix) For facia work, outer finishing and other RCC works etc. double steel scaffolding
having two sets of vertical supports with steel staircase for inspection of works by
engineer in charge shall be used. The supports shall be sound and strong, tied together
with horizontal piece over which scaffolding planks shall be fixed.
(x) The contractor shall have to work in pandemic / epidemic conditions such as COVID
19 for which he has to make safety arrangement / measures for the workers / staff and
for the premises meant for them, as per guidelines issued by Government and directions
issued by Engineer-in-charge from time to time and nothing extra shall be paid on this
account.
1. In consideration of the President of India (hereinafter called “The Government”) having offered to accept the
terms and conditions of the proposed 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 a irrevocable bank
guarantee for Rs. (Rupees only) as a 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 (indicate the name of the bank) do hereby undertake to pay the amounts due and payable under this
guarantee without any demure, merely on a demand from the Government stating that the amount claimed as
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 there under and
the contractor(s) shall have no claim against us for making such payment.
4. We (indicate the name of the bank) further agree that the guarantee herein contained shall remain in full
force and effect during the period that would be taken for the Performance of the said agreement and that it shall
continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been
fully paid and its claims satisfied or discharged or till engineer-in-charge on behalf of the government certified that
the terms and conditions of the said agreement have been fully and properly carried out by the said contractor(s)
and accordingly discharges this guarantee.
5. We (indicate the name of the bank) further agree with the Government that The Government shall have
the fullest liberty without our consent and without effecting 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.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor(s).
7. We ___________________________ (indicate the name of the bank) lastly undertake not to revoke this
guarantee except with the previous consent of the Government in writing.
8. 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.
______________ (Rs. ______________________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.
A FFIDAVIT
I / We also indemnify the Government against any losses arising out of non – encashment of the bank
guarantee if any.
Note :- The affidavit is to be given by the executants before a first class Magistrate.
Name of work : A/R & M/O of residential, non-residential building of National Zoological
Park, New Delhi (SH :- Labour for Day to Day Maintenance for Electrical Works) (One
Month)
Sl
Description of items Quantity Unit Rate Amount
No
1 Providing services of electrician having
valid electrical license and minimum
experience of 5 years for 8 hours per day
duty during day or night whenever
required with all necessary tools
complete as per directions of Engineer-
in-Charge.
a Wireman for day to day maintenance 150 Days 1321.00 198150.00
2 Providing services of khallasi for
assistance to electrician for 8 hours per
day duty during day or night whenever
required with all necessary tools
complete as per directions of Engineer-
in-Charge.
a Khallasi for day to day maintenance
150 Days 1073.00 160950.00
Total 359100.00
SCHEDULE OF QUANTITY
Name of the Contractor
Percentage
above or
Sl. Estimated cost % in Total Cost
Name of component below the
No. (Rs) Figures (Rs)
estimated
cost
1 2 3 4 5 6
A/R & M/O of residential, non-
1 residential building of National
Zoological Park, New Delhi (SH :-
3,59,100/- - - -
Labour for Day to Day
Maintenance for Electrical Works)
(One Month)