Sei sulla pagina 1di 95

Date: - 8th November2015

NIT No.: 17/IIMKASHIPUR/2015-16

INDIAN INSTITUTE OF MANAGEMENT


KASHIPUR
NOTICE INVITING TENDER
FOR
FABRICATION, SUPPLY, ERECTION OF
CUSTOMIZED FURNITURE FOR ACADEMIC BLOCK
AND STUDENT RESIDENTIAL BLOCKS
AT THE PERMANENT CAMPUS

INDIAN INSTITUTE OF MANAGEMENT


KASHIPUR, BAZPUR ROAD,
DISTRICT UDHAM SINGH NAGAR,
UTTARAKHAND 244713
Phone: 05947-262174 / 76 Ext 342
E-mail ID: pqcontractors@iimkashipur.ac.in
Website: http://www.iimkashipur.ac.in

Tender Page no. - 1

INDEX
S. No.

Contents

Page no.

1.

Press Notice

2.

Detailed Notice Inviting Tenders (NIT)

3.

Brief Description of Project

12

4.

Eligibility Conditions (with forms)

13

Form- 1 : Structure & Organization detail

20

Form- 2 :
(i) Financial Information
(ii) Certificate from Applicants Banker
Form- 3 : Details of all works of similar nature completed during the last
seven years ending last day of month of November15

22

Form- 4: Details of Projects under execution or awarded

26

Form- 5 : Performance of works referred to in Form 3 & 4

27

Form-6 :
(1) Details of personnel to be employed for the work.
(2) CVs of personnel to be employed for the work.
Form -7: Details of Fabrication plant and equipment likely to be used in
carrying out the work.

29

Self Evaluation Datasheet

32

5.

Draft Agreement

34

6.

Integrity Pact

38

7.

Proforma of Schedules

47

8.

Special Conditions for Contract

51

9.

Form of Performance Security (Guarantee)

64

10.

Proforma for advance bank guarantee

65

11.

Payment Terms Summary

68

12.

Tender for Works

70

13.

Check List of Documents (to be attached)

72

14.

Letter of Transmittal

75

25

31

Technical Specifications

77

Bill of Quantity

84

Drawings

96

Index Page 1 of 1

Tender Page no. - 2

Press Notice
Indian Institute of Management Kashipur
Bazpur Road, Kashipur 244713 (Uttarakhand)
Tel.No:05947262174,EmailId: pqcontractors@iimkashipur.ac.in

TENDER NOTICE
NIT 17 / IIMKASHIPUR / 2015-16
Fabrication, Supply, Erection of Customised Furniture for Academic Block and
Student Residential Blocks at the permanent campus, Escort farm, Kundeshwari,
Kashipur
(Estimated Cost ` 3.55 crores,

last date of bid submission - 3rd December2015 - Thursday)

The detailed tender document can be downloaded from the IIM Kashipur website
th
http://www.iimkashipur.ac.in/index.php/en/tenders
from 8
November2015
(Sunday).
th
Dated 08 November2015
Sd/- Director

Press Notice Page 1 of 1

Tender Page no. - 3

DETAILED NOTICE INVITING TENDERS (NIT)


Date of issue: 8th November 2015
Sealed item rate tenders are invited by Chief Engineer on behalf of Director, Indian Institute
of Management, Kashipur for the following customised furniture and interior work from
domestic, reputed and experienced bidders.

Name of Work
Fabrication, Supply, Erection
of customized furniture for
Academic Block and Student
Residential Blocks at the
permanent Campus, Escort
Farm, Kundeshwari, Kashipur

Amount of
Estimate (Rs.)

Amount of
Earnest Money
Deposit (Rs.)

Time Allowed for


Completion

3.55 Crores

7.10 Lacs

15 months

Note: The time allowed for completion as shown in above table is from the issuance of letter
of acceptance by IIM Kashipur and it includes the time for monsoon season and
manpower / machinery mobilization time also.

1. The site for the work is available near Village Kundeshwari, Kashipur, District Udham
Singh Nagar, Uttarakhand. The bidder is advised to visit the site of work, at its own
cost, and examine it and its surroundings by himself, collect all information that he
considers necessary for proper assessment of the prospective assignment. The
bidder on its letterhead shall provide a declaration for having made a visit at site and
has evaluated all its risks and cost associated with the work.

2. Further details of eligibility, mode of submission, etc., can be seen at


http://www.iimkashipur.ac.in/index.php/en/tenders

3. Bidder shall download the Bid Document from the IIM Kashipur website and submit
the non-refundable processing fee of Rs. 5,000/- (rupees five thousand only) in the
form of Demand Draft in favour of Indian Institute of Management, Kashipur,
payable at Kashipur along with the bid. Bids received without bid processing fee shall
be rejected and it shall not be evaluated.

4. The bid shall be accompanied by a confirmation letter from the bidder confirming that
the bidder satisfies all the eligibility requirements given in the tender document. If any
misleading or false representation have been made, the bidder is liable to be
disqualified without any implications over the Institute.

5. The Bid shall be accompanied by the earnest money of Rs. 7,10,000/-(Seven Lac
Ten thousand only) in the form of Demand Draft issued by the Scheduled Bank in
Favour of Indian Institute of Management, Kashipur. Bids received without earnest
money shall be rejected and it shall not be evaluated.

6. Each bidder is requested to submit only one bid in the following three Envelopes.
i.

Envelope I (Technical Bid)


Detailed Notice Inviting Tender Page 1 of 8

Tender Page no. - 4

a) Bid processing fee


b) Earnest Money Deposit (EMD)
c) Technical qualification documents with filled-in forms in
original with its one copy along with three nos. of digital
compact Disc (DVD)
d) Complete tender document with un-priced bill of quantity,
corrigendum, addendum, reply to bidders queries (if any),
duly signed and stamped by the bidder showing its
acceptability towards it.
e) Declaration in line with point no. 1 and 4 shown above
ii.

Envelope II (Financial Bid)


Containing Bill of quantity with duly quoted rates for each item in
one original with its one copy. It should be submitted in
hard and soft (excel format in DVD).
It should be without any condition as conditional offers will be
summarily rejected. Rates provided in hard copy duly signed
and stamped shall prevail over rates provided in soft copy.

iii.

Envelope III (Bid)


Containing envelope no. 1 and 2

The two envelopes (1 & 2) shall be kept in a 3rd sealed envelope duly marked with the
Name of Bidder and mentioning the documents contained in each of the Envelopes 1
and 2. In case Envelope I is not annexed or documents submitted in it is not found in
proper form, the Bid shall not be evaluated.

7. Envelopes no. 3 & 1 will be opened on December 3rd, 2015 at 11:30 a.m. Envelope
No. 3 shall be opened in presence of those bidders who choose to be present on the
date and time as intimated to all prospective bidders who are participating in bidding
process. During the opening of envelope-1, the name of bidder who have submitted
its offer along with details of EMD and bid processing fee will only be read out and
NO other information / details whatsoever will be read out. The date of opening of
envelope no. 2 shall be informed to all such bidders who are technically qualified.

8. Envelope no. 3 shall super-scribed with the name of work, name & phone nos. of
bidder and due date of opening. The bids shall be received upto 11:00 am on
December 3rd, 2015 in the office of Chief Engineer (Projects), Indian Institute of
Management, Kashipur. Those desirous of submitting the bid through post may do so
subject to the condition that IIM Kashipur shall not be responsible for postal delay and
bids received after 11:00 a.m on December 3rd, 2015 will be treated as delayed and
will not be entertained. All the applications received upto 11:00 a.m on December 3rd,
2015 will be opened on the same day at 11:30 a.m in presence of bidders authorised
representative (maximum 2 nos. per bidder) whoever intends to attend.

9. Bids submitted in connection with notice will be treated confidential and will not be
return under any circumstances.

10. Any queries related to this document may be submitted latest by November 23rd,
2015 to Chief Engineer (Projects), Indian Institute of Management, Kashipur. The prebid meeting shall be held at the Institute on November 24th, 2015 at 11:00 a.m to
resolve bidders queries for which maximum two representatives per bidder is allowed
Detailed Notice Inviting Tender Page 2 of 8

Tender Page no. - 5

to attend. In-addition, the reply to the queries shall be uploaded over the IIM website
http://www.iimkashipur.ac.in/index.php/en/tenders

Bidders may request clarification, in writing (email or telephonic enquires will not be
entertained), of the project requirement and bid document. IIM Kashipur reserves its
right to not reply to any irrelevant query, as may deemed suitable by it. Also, the
Institute is not bound to reply to any query received after the pre-bid meeting.

11. Bidders are advised to keep visiting the IIM Kashipurs website from time to time (till
the deadline for bid submission) for any updates in respect of the notice, if any.
Failure to do so shall not absolve the bidder of his liabilities to submit the bid
complete in all respect including updates thereof, if any. An incomplete bid may be
liable for rejection.

12. This is a no deviation tender. Also, joint ventures and consortium are not allowed to
bid.

13. The tender is made based on the clauses of the CPWD and the clauses given in the
following document is applicable with latest amendments (issued till the date of bid
submission):
a. General Conditions of Contract for Central PWD (CPWD) Works 2014
b. General Rules and Directions
c. Conditions of Contract
d. Integrity Pact
e. CPWD Safety Code
f.

Model Rules

g. CPWD Contractors Labour Regulations


h. Proforma of Registers
IIM Kashipur reserves the right to modify any of the Conditions or interpret them to
suit to its specific requirements.

14. The bidder should quote his rates in the Bill of Quantities. Rate should be expressed
in figures as well as words. All items of the Bill of Quantity must be quoted by
each bidder otherwise his bid is liable for rejection.

15. Rates should be quoted both in figures and in words in columns specified.

All
erasures and alterations made while filling the tender must be attested by initials of
the bidder. Overwriting of figures is not permitted and failure to comply with either of
these conditions will render the tender void at the Institutes option. No advice of any
change in rate or conditions after the opening of the tender will be entertained. In
case of errors in calculating total amount of each item, rate should prevail upon total
amount figures and general conditions of contract of CPWD shall be referred for
evaluating it.

16. Each of the Bid documents should be signed by the person or persons submitting the
bid in token of his/their having acquainted himself / themselves with the General
Conditions of Contract, Specifications, Special Conditions etc., as laid down. Any bid
with any of the documents not so signed may be rejected.

17. The rates quoted in the bid will not be altered by the contractor during the term of
Contract.

18. Conditional bids are liable to be rejected. The bids shall also be rejected if not
properly sealed.

Detailed Notice Inviting Tender Page 3 of 8

Tender Page no. - 6

19. The tender for the works shall remain open for acceptance for a period of 120 days
from the date of opening of bids. The period may be extended by mutual agreement
and the bidder shall not cancel or withdraw the bid during this period. If any bidder
withdraws his bid before the said period or makes any modification in the terms and
conditions of the tender conditions of the tender which are not acceptable to the
institute, then the Institute shall without prejudice to any other right or remedy be at
liberty to forfeit the Earnest Money Deposit.

20. On receipt of intimation from the Institute of the acceptance of his/their bid, the
successful bidder shall be bound to implement the contract agreement within Twentyone days thereof, the successful bidder shall sign the agreement in accordance with
the draft agreement and the schedule of conditions but the written acceptance by the
Indian Institute of Management of a bid will constitute a binding contract between the
Indian Institute of Management and the person so bidding, whether such formal
agreement is subsequently executed or not. The cost of necessary stamp paper for
execution of the agreement shall be borne by successful bidder.

21. Work shall be done day and night without any extra charge, if necessary.
22. Contractor shall arrange for all temporary connections for water, electricity, sanitation
facilities at his own cost at campus construction site.

23. Site order book with numbered pages shall be kept on site. Contractor shall carry out
all instructions properly without extra charge.

24. This tender notice shall form part of the contract document. The bidder whose bid has
been accepted by the competent authority hereinafter referred to as the contractor
shall furnish the Performance Guarantee equal to 5 % of the tendered amount or
higher (based on difference between estimated and quoted price) in the form of Bank
Guarantee from any Nationalized or Schedule Commercial Bank issued in favour of
Indian Institute of Management, Kashipur payable at Kashipur within fifteen days from
the date of Letter of acceptance. If the successful bidder fails to furnish the
performance guarantee, his Earnest money Deposit (EMD) shall be forfeited.

25. The Successful bidder shall furnish performance guarantee within Fifteen days and
sign the Contract consisting of the Notice inviting tender, all the documents including
general conditions, specifications and drawings if any, as issued at the time of
invitation of tenders and acceptance thereof together with any correspondence
leading thereto. If the successful bidder fails to sign the contract with in the stipulated
period, his Earnest Money Deposit (EMD) shall be forfeited.

26. Clause is deleted.


27. Payment shall be made to the contractor as per Clause 7 of the clause of contract
under general conditions of contract for central PWD works. For assistance of the
contractor, payment summary is provided with the tender document.

28. Method of Bid Submission


a. If the bidder is proprietary firm, the bid shall be signed by the proprietor above
his full typewritten name and full name of his firm with its current address.
b. If the bidder is a firm in partnership, the bid shall be signed by all the partners
of the firm above their full typewritten names and current addresses or
alternatively by a partner holding power of attorney for the firm. In the latter
case, a certified copy of the partnership deed and current address of all the
partners of the firm shall accompany the bid.
c. If the bidder is a limited company, the bid shall be signed by a duly authorised
person holding the power of attorney for signing the bid accompanied by a

Detailed Notice Inviting Tender Page 4 of 8

Tender Page no. - 7

certified copy of the power of attorney. The bid shall also furnish a copy of the
Memorandum & Articles of Association duly attested by a Public Notary.

29. Director, Kashipur reserves the right to accept or reject any bid, to annul the tendering
process and reject all bids at any time, without assigning any reason or incurring any
liability to the bidders.

30. In the event of contradictions, if any between specifications, codes and practice, the
decision of the Director, IIM Kashipur shall be final and binding on the bidder.

31. The IIM Kashipur intend to award this tender to the financially lowest responsive
bidder. However, the competent authority on behalf of Institute does not bind himself
to accept the lowest or any other bid, and reserves to himself the authority to reject
any or all of the bids received without assigning of any reason. All bids in which any of
prescribed condition are not fulfilled or any condition including that of conditional
rebate is put forth by the bidder shall be, summarily, rejected.

32. The competent authority reserve to himself the right of accepting the whole or any
part of the bid, or distributing the work between one or more bidders based on lowest
quote of each item (or a group of item) and the bidder shall be bound to perform the
same at the quoted rates.

33. The Schedule of Probable Quantities is liable to alterations by omissions, deductions


or additions at the discretion of the Institute. Each bid should contain not only the
rates but also the value of each item of work entered in a separate column and all the
amounts quoted against various items should be totalled in order to show the
aggregate value of the entire bid.

34. The rates quoted in the bid shall include all charges for clearing of site before
commencement as well as after completion. The rates quoted shall be deemed to be
for the finished work to be measured at site. The rates shall also be firm and shall not
be subject to exchange variations, Labour conditions, fluctuations in railway freights
or any conditions whatsoever. Bidders must include in their rates charges for packing
& forwarding, loading / unloading at all locations (incl. of ports), transportation, sales
tax, excise duty, octroi , sales tax on VAT, and any other tax (except Service Tax) and
duty or other levy levied by the central government or any State Government or local
authority, if applicable. No claim in respect of sales tax, excise duty, Octroi or other
tax (except service tax), duty or levy which is existing at the stipulated time of bid
submission (including extension if any) shall be entertained by the Institute.
Any
liability of tax for payment made by Institute to the contractor or to its sub-contractor
shall be in the scope of the contractor.

35. All statutory deductions shall be made by the Institute as per the prevalent central and
state government norms.

36. The Contractor should note that unless otherwise stated the bid is strictly on item rate
basis and his attention is drawn to the fact that rates for each and every item should
be correct, workable and self supporting. The quantities in the Schedule of Quantities
approximately indicate the total extent of work but may vary and may even be omitted
thus altering the aggregate value of the Contract.

37. Time is the essence of the contract. Time allowed for carrying out the work is 15
(Fifteen) months and shall be strictly observed by the contractor. The work is to be
completed in two phases. For first phase, the items shall be handed over as per
milestone of 90 / 120 days so that the institute can start the Academic Block and
Student Residential Block in the month of June2016 and rest can be completed as
per the instruction of the Engineer-in-charge. On failure to handed-over the items as
per milestone of 90 / 120 days, due penalty shall be imposed over the contractor.

Detailed Notice Inviting Tender Page 5 of 8

Tender Page no. - 8

38. The work shall throughout the stipulated period of the Contract be proceeded with all
due diligence and if the Contractor fails to complete all the work within the specified
period he shall be liable to pay compensation as per the Conditions of Contract/ work
contract.

39. The contractor shall abide by the Minimum Wage Act, Labour Laws/Bye-laws, Shops
& Establishment Act etc. of the State Government / Statutory bodies.

40. All necessary permit/license etc., if required, for the relevant work, has to be arranged
by the contractor without any cost liability over the Institute.

41. IIM Kashipur reserves the right to verify the particulars furnished by the bidder
independently. If any information furnished by the bidder is found incorrect at a later
stage, it shall be debarred from tendering and taking up of any job in IIM Kashipur.

42. IIM Kashipur reserve the right to reject any or all prospective bids without assigning
any reason and to restrict the list of technically qualified contractors to any number
deemed suitable. Any bidder may enquire about its qualification status which may be
informed to it after the completion of contractor selection procedure. However, IIM
Kashipur is not bound to inform the bidder regarding the reason for its nonqualification or non-selection.

43. Even though a bidder may satisfy the eligibility requirements and has been qualified,
he would be liable to disqualification if he has
a. Made misleading or false representation or deliberately suppressed any
information in the forms, statements or enclosure required in the prequalification document.
b. Obscured / deliberately hidden record of poor performance such as
abandoning work, not properly completing the contract, or financial failures/
weaknesses, etc.
c. Attempts to influence or promote his interests to the evaluation personnel /
Committee in an unethical and unfair manner.

44. IIM Kashipur reserve the right, without being liable for any damage or obligation or
informs the bidder, to
a. Amend the scope of work and or value of contract to the bidder.
b. Amend the time for execution of work.
c. Cancel the tender without giving any reason, if the cartel is
suspected.
d. Reject any or all the bids without assigning any reason.

45. IIM Kashipur, in its sole discretion and without incurring any obligation or liability,
reserve the right, at any time, to:
a. Suspend and /or cancel the Bidding Process and / or amend and / or
supplement the Bidding Process or Modify the dates or other terms and
conditions relating thereto;
b. Consult any bidder in order to receive clarification or further information;
c. Qualify or not to qualify any bidder and /or to consult any bidder in order to
receive clarification or further information;
d. Retain any information and / or evidence submitted to the Authority by on
behalf of, and /or in relation to any bidder; and /or
e. Independent verify, disqualify, reject and / or accept any and all submissions
or other information and / or evidence submitted by or on behalf of any bidder.
f. Call for information from previous clients and evaluate the previous completed
projects regarding all submission including litigations.
Detailed Notice Inviting Tender Page 6 of 8

Tender Page no. - 9

g. Undertake physical verification of completed projects and interact with clients.


h. Call for information from taxation authority or by financial auditor, banker,
charted accountant engaged by the bidder.

46. The Contractor shall not assign the Contract to subcontractor. He shall not sublet any
portion of the Contract except with the written consent of the Institute who may serve
a notice in writing on the Contractor rescinding the contract whereupon the security
deposit shall stand forfeited to the Institute, without prejudice to his other remedies
against the Contractor.

47. The Contractor shall carry out all the work strictly in accordance with specifications,
details and instructions of Institutes Campus Designer / Project Management
Consultant / representatives. If in the opinion of the Institutes Representative,
changes have to be made in the design and with the prior approval in writing of the
Institute, they desire the Contractor to carry out the same, the Contractor shall carry
out the same without any extra charge.

48. The successful bidder must co-operate with the other contractors appointed by the
Institute so that the work shall proceed smoothly with the least possible delay and to
the satisfaction of the Institute. It shall not hire the manpower of the other contractors
that have been engaged by the Institute.

49. IIM have already engaged an agency for general construction works at site. The
contractor has to ensure that all work is carried out at site in the smooth manner as
per the instructions of the Engineer-in-charge. The labour of the contractor shall not
move in the designated area of the other contractor(s). If any incident of theft or
burglary has been brought to the notice of Engineer-in-charge, the contractor shall be
liable to pay the amount related to theft / burglary which may be deducted from its
running account bills and the contractor should not object to it.

50. It shall be deemed that by submitting the bid, the bidders agrees and releases the
Authority, its employee, agents and advisers, irrevocably, unconditionally, fully and
finally from any and all liability for claims, losses, damages, costs, expenses or
liabilities in any way related to or arising from the exercise of any rights and /or
performance of any obligations hereunder and the bidding process, to the fullest
extent permitted by applicable law, and waives any and all rights and /or claims it may
have in this respect, whether actual or contingent, whether present or in future.

51. Disputes, if any, will be subject to Kashipur (Uttarakhand) jurisdiction only.


52. The bid must be filled in English and all entries must be made by hand and written in
ink. All the pages of the bid document are to be signed and stamped by the bidder. If
any of the documents is missing or unsigned, the bid may be considered invalid by
the Institute representative at its discretion. From the designated members, email
shall be the accepted mode of communication between the contractor and Engineerin-charge (or its authorised representatives) during the bidding and contract
execution.
Time Schedule:
A.

B.

C.

Availability
of
Tender 08.11.2015(Sunday)
10:00
am
to
Document on IIM web-site 02.12.2015(Wednesday ) 11:00 am at IIM
Kashipur
website
at
URL
http://www.iimkashipur.ac.in/en/tenders
Last date of sending 23.11.2015(Monday) 5:00 pm at the office of
Queries / Clarifications by Chief Engineer(Projects), IIM-Kashipur
Bidders
Tentative Date of Pre-Bid 24.11.2015(Tuesday) at 11.00 am in the office
Detailed Notice Inviting Tender Page 7 of 8

Tender Page no. - 10

Meeting

D.
E.

F.

G.

of Chief Engineer (Projects), IIM Kashipur,


Bazpur Road, District Udham Singh Nagar,
Uttarakhand.
Tentative Date of Reply of 25.11.2015(Wednesday)
Queries by IIM
Last Date and Time of 03.12.2015(Thursday) upto 11:00am at the
Submission
of
Bid office of Chief Engineer (Projects), IIM Kashipur,
Document
Bazpur Road, District Udham Singh Nagar,
Uttarakhand - 244713
Date and Time of Opening 03.12.2015(Thursday) at 11:30am at the office
of Envelope No. 3 & 1
of Chief Engineer (Projects), IIM Kashipur,
Bazpur Road, District Udham Singh Nagar,
Uttarakhand.
Date & Time of opening of Will be intimated later only to the technically
Envelop No. 2 (Financial qualified bidders.
proposal)

Detailed Notice Inviting Tender Page 8 of 8

Tender Page no. - 11

Brief Description of Project


IIM Kashipur is presently functioning from its temporary campus located in
Kashipur. IIM Kashipur wishes to make a dream campus, a campus that is built on state-ofthe-art professional strategies of planning, architecture, design and construction, with equal
emphasis on aesthetics, safety and comfort. It must stand befitting the status of a premier
institute, offering a role model for other campuses to emulate. The infrastructure of the
campus shall be so developed that it allows natural opportunities for interaction between
academics of different disciplines to come together and undertake research on cutting edge
interdisciplinary domains.
IIM Kashipur is planned as a residential campus built on an area of 196 acres to
eventually have a built up area of approximately 1.15 Lac square meter over 93 acres campus.
The campus consists of academic area, residential area for students, residential area for
faculty and staff and other support facilities. The growth of the campus is planned in different
phases with milestones with a corresponding increase in the physical infrastructure and
support facilities to accommodate an increase in the number of students in established
programs and new programs of the future. IIM Kashipur campus is envisioned as township
that will be self-contained and based on concepts of sustainable development and living.
The master plan for IIM Kashipur campus is being developed with modular
flexibility for expansion to accommodate the future growth. The initial milestone of phase -1
construction to be completed by year 2016 is planned to accommodate 400 students, and
associated faculty and staff on the permanent campus. This will be further expanded to
accommodate 1120 students by year 2021. Vision for building design is inspired by rapid
growth of urban India and is reflective of rising confidence in the sustained growth and
progress.
The works are situated at permanent campus site of IIM Kashipur on a 196 acre
plot abutting proposed State Highway near village Kundeshwari, district Udham Singh Nagar,
Uttarakhand. Nearly 2/3 rd of the construction is envisioned in first three years of the project
construction period. Since, this is long duration project, planning may change over a period of
time leading to change in volume of work or the timeline for completion of phase / milestone.
Brief Description of Project Page 1 of 1

Tender Page no. - 12

Eligibility Conditions
1.0 Definitions:

In this document the following words and expressions have the meaning hereby assigned
to them.
Employer, Institute, Authority, and IIM Kashipur: Mean Indian Institute of Management
Kashipur acting through its Director or nominated person.
Bidder: Means the individual, proprietary concern, partnership firm, private or public
limited company applying for the technical qualification.
"Year: means Financial Year" unless stated otherwise.

2.1 General Information:


2.1.1.

Letter of transmittal for technical documents is given at the end of this section. Various
forms are attached with this tender document.

2.1.2.

All information called for in the enclosed forms shall be furnished against the relevant
columns in the forms. If for any reason, information is furnished on a separate sheet,
this fact shall be mentioned against the relevant column. Even if no information is to be
provided in a column, a "nil/not applicable/no such case" entry shall be made in that
column. If any particulars/ queries are not applicable in case of the Bidder, it shall be
stated as not applicable". The Bidders are cautioned that not giving complete
information called for in the application forms or not giving it in clear terms or making
any change in the prescribed forms or deliberately suppressing the information may
result in the Bidder being automatically disqualified. Applications received late will not
be entertained.

2.1.3.

The application shall be page numbered and each page shall be signed & stamped.

2.1.4.

Overwriting shall be avoided. Correction, if any, shall be made by neatly crossing out,
initialing, dating and rewriting. Pages of the technical qualification document shall be
numbered. Additional sheets, if any added by the contractor, shall also be numbered.

2.1.5.

References, information and certificates from previous clients certifying suitability,


technical knowhow or capability, quality of work of the Bidder shall be signed by an
officer not below the rank of Executive Engineer or equivalent. (Refer Form-5)

2.1.6.

The Bidder may furnish any additional information, which he thinks is necessary to
establish his capabilities to successfully complete the envisaged work. He is, however,
advised not to furnish superfluous information. No information shall be entertained after
submission of technical qualification document unless the specifically required by and
asked for by IIM Kashipur.

2.2

Eligibility Criteria:

2.2.1. The Bidder shall have been involved in the fabrication of customized furniture works for
last seven years or more in India.
2.2.2. The Bidder shall have satisfactorily completed following works (any one option out of
Eligibility Conditions - Page 1 of 7

Tender Page no. - 13

three options given hereunder) during last seven years commencing from 1st
December2008 and ending on 30th November2015: (Refer Form-3)
Options
Option-1
Option-2
Option-3

Eligibility Criteria
Three similar works each costing not less than 40% of the estimated
cost put to tender
Two similar works each costing not less than 60% of the estimated
cost put to tender
One similar work costing not less than 80% of the estimated cost put
to tender

Note: Experience prior to 1st December2008 and after 30th November2015 will not
be considered for determining eligibility. In-addition, bidder should have completed
one work of any nature costing not less than the amount equal to 40% of the estimated
cost put to tender, with some Central Government Department / State Government
Department / Central Autonomous Body / State Autonomous Body / City Development
Authority / Municipal Corporation of City formed under any Act by Central / State
Government and published in Central / State Gazette.
2.2.3. Similar work shall mean Fabrication, Supply, Erection of customized furniture / interior
works of Institutional or Commercial buildings Campus Area executed in India.
2.2.4. The eligible Bidder is required to have average annual financial gross turnover of
minimum estimated cost put to tender, on similar works in for three consecutive financial
years (Relevant Years) ended 31st March 2015. Further, the aforesaid average turnover
will be computed after considering price updation of 7% per annum to bring the turnover
of the Relevant Years to 2014-2015 Price Level. (Refer Form 2-i)
2.2.5. As per the audited financial statement and after considering the impact of qualifications,
the Bidder shall not have incurred any loss in more than two years during the last five
financial years ending 31st March, 2015. (Refer Form 2-i)

2.2.6. Should not be black listed by any State/Central Govt. Department or PSU or Autonomous
bodies. The Bidder must submit a duly notarized affidavit to this effect. Applications
received without this declaration in original shall stand automatically rejected.
2.2.7. It is mandatory that the Bidder has at least one of the certifications, namely ISO9001:2008, 14001:2004 or ISO18001:2007 valid on the date of bid submission.
2.2.8. The value of 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 last
date of receipt of bid for technical documents.
2.2.9. For the purposes of Clause 2.2.2, cost of work shall mean gross value of the completed
work including the cost of materials supplied by the Govt. /Client, but excluding those
supplied free of cost. If customer supplied free of cost material is added in cost of work,
due supporting documents, regarding the cost of material from client, should be
submitted.
Eligibility Conditions - Page 2 of 7

Tender Page no. - 14

2.2.10. Joint Ventures and consortium are not allowed to bid.


2.2.11. Solvency certificate to be provided for the minimum amount equal to 40% of the
estimated cost put to tender, from scheduled banks. The bidder shall submit a Certificate
in original, issued not prior to 31st August 2015 by any scheduled bank. (Refer Form 2ii)
2.2.12. The Bidding Capacity of the contractor shall be minimum equal to estimated cost of the
work put to tender. The bidding capacity shall be worked out by the following formula:
Bidding Capacity = A x N x 2 B
where
A= Maximum value of construction works executed in any one year during the last five
years (on the basis of fabrication revenue recognized in the audited financial
statements and updated at 7% per annum to 2015 price level) taking into account the
completed as well as works in progress.
N= Number of years prescribed for completion of work for which bids have been
invited.
B = Value at the year 2015 price level of existing commitments and on-going works to
be completed during the period of completion of work for which bids have been
invited.
(Refer Form 4)
The applicant shall submit the calculation sheet of Bid Capacity and also indicate
value of balance work/commitments in hand. (Certified by a Chartered Accountant)
2.2.13. Clause Deleted.
2.2.14. Net Worth shall be positive for three consecutive financial years (Relevant Years) ended
31st March 2015. In-addition, the bidder should have a minimum net worth of 40% of the
estimated cost put to tender for the financial year ending 31st March2015.
2.3

Essential Submissions and Information


i.

ii.

iii.

The bidder shall provide copies of work orders as well as completion certificates from
its customers as documentary proof for having executed similar works. However,
decision with regard to eligibility of the Bidder will be taken by the Institute, only
after necessary documents provided by the Bidder have been examined (Form-3)
The Bidder's performance for each work completed in the last seven years and works
in hand shall be certified by an officer not below the rank of Executive Engineer or
equivalent and shall be obtained in sealed cover. (Form 5)
It is desirable that the Bidder does not have any major litigation(s) in process. The
Bidder must submit information of on-going litigations and the history of concluded
litigations in the past five years. In the event that the Bidder has no litigations either in
process or in the past 5 years, an affidavit to this effect, duly notarized must be
Eligibility Conditions - Page 3 of 7

Tender Page no. - 15

iv.

v.

vi.

vii.
viii.

ix.

2.4

submitted in original. For all the pending litigation, it shall in total not represent
more than 20% (twenty percent) of the Bidders net worth and an affidavit to
this effect duly notarized must be submitted in original.
The Bidder must submit an undertaking that he is not in default of payment of
Statutory dues (other than disputed dues being contested by them) and that up to tax
returns have been filed along with the payment of due taxes, and submit copies of
such returns submitted to the IT department/ Department of Trade and Taxes.
The Bidder needs to make disclosure of any liquidated damages or penalties imposed
on it by the customers towards delay in completion of the project or for not meeting
the contractual specifications, including issues relating to defects, workmanship and
warranty obligations.
The Bidder will be required to give an undertaking that it would comply with all
statutory laws and compliances, including those applicable to the subcontractors
appointed by him and indemnify the Institute of all implications and consequences
resulting from any non-compliances due to any reasons whatsoever.
The Bidder may submit experience documents pertaining to works for the GRIHA
certified building or campus, if any, for record purpose.
A Self Evaluation Data Sheet is provided at the end of forms. The bidder need to fill
the details in it as per instructions given in it and provide the excel sheet in soft and
hard copy.
Bidder shall submit all the information in digital format also (in addition to hard
copies 1 original and 1 copy) in DVD (3 nos. each) in editable excel/word format
wherever applicable. Scanned copy of work orders, certificates may be in pdf format.
In case of non-matching of documents in DVD & hard copy, document submitted in
original hard copy shall prevail for evaluation purpose. Clients evaluation in sealed
envelope need not be submitted in DVD format. The documents are to be stored in
DVD in the folders as shown in the check-list provided.
Organization Information
Bidder is required to submit the information in respect of his organization (Form 1). The
bidder should have sufficient number of Technical and Administrative employees for the
proper execution of the contract work. The bidder must submit the list of employees
stating clearly how they would be involved in this work (Form 6).

2.5

Construction Plant & Equipment / List of Sub-Contractors


Bidder shall furnish the list of manufacturing plant and erection equipment likely to be
used in carrying out the work (in Form "7"). The bidder shall own the equipments or
certify that he would be able to manage the equipment by hiring, etc. and submit the list
of firms from whom he proposes to hire. List of sub-contractors, facilities of lab and test
equipment shall also be furnished.

2.6

Evaluation Criteria For Technical Qualification


For the purpose of qualification, Bidders will be evaluated in the following manner:

i.

The initial criteria prescribed in Section 2.2 above in respect of experience of similar
works completed, financial turn over, and certifications etc. will first be scrutinized
together with essential submissions and information as per Clause 2.3 and the Bidders
eligibility for technical qualification for the work shall be determined. Only those Bidders
Eligibility Conditions - Page 4 of 7

Tender Page no. - 16

who meet the eligibility criteria, above shall qualify and all other bids shall automatically
stand disqualified.
ii.

The Evaluation Committee at its discretion may call for information from clients of
similar works carried out or in progress by Bidders and evaluate the previous completed
projects regarding all submission including litigations.

iii.

Physical inspection at random for each Bidder, of completed projects of Bidders found
eligible in clause no. 2.2 may be performed by an Evaluation Committee appointed by
IIM Kashipur for taking feedback from the client. The evaluation committee
representative may visit similar works done by the Bidder in the past. The exact number
and the works visited shall be decided by IIM Kashipur. On receiving adverse customer
feedback by the committee, the bidder may be liable for dis-qualification even if it
documents meet the eligibility criteria.

iv.

IIM-Kashipur may invite firms for a presentation of methodology for the proposed
project. On request, if presentation of methodology shall not be done at a designated
location, date and time; the bidder shall be debarred from the tendering process and its bid
shall not be further evaluated.

2.7

Evaluation of Financial Bids

i.

After evaluation of technical portion of bids, a list of qualified agencies will be prepared.
Short listing of the bidders shall be done after thorough verification of their credentials
and inspection of similar works carried out/in progress by them, through a Committee to
be constituted by IIM Kashipur. Thereafter, qualified agencies only would be invited to
attend the financial bid opening. IIM intends to award the work to the most responsive
financially lowest bidder(s) for a group of item. The group of items identified is shown
hereunder:
(a) All items of Student Residential Block
(b) All items of Academic Block except chairs
(c) Chairs of Academic Block

ii.

Any effort on the part of the Bidder or his agent to exercise influence or to pressurize the
Institute would result in automatic rejection of his bid. Canvassing of any kind is strictly
prohibited.
Among all the technically qualified bidders, the contract may be awarded to the most
responsive financially lowest bidder for a group of item mentioned above.

iii.

2.8

Letter of Transmittal
The Bidder shall submit the letter of transmittal attached with the bid document.

Eligibility Conditions - Page 5 of 7

Tender Page no. - 17

Technical Qualification Information


Letter of Transmittal
From:

To
The Chief Engineer(Projects),
IIM Kashipur,
Bazpur Road, Kashipur,
Udham Singh Nagar District,
Uttarakhand- 244713
Subject: Submission of bid for the work of Fabrication, Supply, Erection of customized
furniture for Academic Block and Student Residential Blocks at the permanent campus of
IIM Kashipur at village Kundeshwari, district Udham Singh Nagar, Uttarakhand
Sir,
Having examined the details given in press Notice and tender document for the above work,
I/We hereby submit the bid and other relevant information.
1. I/We hereby certify that all the statements made and information supplied in the enclosed
forms 1 to 7, self evaluation data-sheet and accompanying statement are true and correct.
2. I/We have furnished all information and details necessary for technical qualification and
have no further pertinent information to supply.
3. I/We also authorize IIM Kashipur to approach individuals, employers, firms and
corporation to verify our competence and general reputation.
4. I/We have not been black listed by any State/Central Govt. Department or PSU or
Autonomous bodies. I/We have submitted a duly notarized affidavit to this effect.

5. I/We submit the following certificates in support of our suitability, technical knowhow and
capability for having successfully completed the following works:

Eligibility Conditions - Page 6 of 7

Tender Page no. - 18

Sl No

Name of work

Certified by/from

*Contact particulars of
The certifying agency
contact person with
telephone & fax
number, email id etc.

* The Bidder shall furnish all contact information such as postal address, telephone and fax
numbers, e mail ids etc. In complete information will make the bid liable for rejection.

List of Enclosures.
i.
ii.

Seal of Bidder
Date of submission:-Signature(s) of Bidder(s)

Eligibility Conditions - Page 7 of 7

Tender Page no. - 19

Indian Institute of Management,Kashipur

FORM 1
STRUCTURE AND ORGANIZATION DETAIL
INFORMATION ABOUT BIDDER
1.
IN CASE OF INDIVIDUAL
I Name of Business
II

Name of Owner

III Whether his business is registered


IV Date of commencement of business
V Current Address

2.

IN CASE OF PARTNERSHIP
I

Name of Partners

Ii

Reference of the partnership registration

Iii Date of establishment of firm


Iv If each of partners of the firms pays Income
Tax over Rs. 10,000/- per year and if not
which of them pays the same
V Copies of partnership deed, if any
Vi Current Address of all Partners
3.
IN CASE OF COMPANY LIMITED BY SHARES OR COMPANY LIMITED BY
GUARANTEE.
i Amount of paid up capital
ii

Names of Directors

iii Date of Registration of Company


iv Certified copies of Memorandum and
Article of Association of company

Tender Page no. - 20


Eligibility Conditions - Form-1

Page 1 of 14

Indian Institute of Management,Kashipur

General ( for all )


Sr.
Description
No.
1 Organization Chart (to be submitted)
2 Designation of individuals authorized to act
for the Organization
3

Was the bidder ever required to suspend


work for a period of more than six months
continuously after commencement of the
work? If so, give the name of the project &
reasons of suspension of work

Has the bidder, or any constituent partner in


case of partnership firm, ever abandoned
the awarded work before its completion? If
so, give name of the project and reasons for
abandonment

Has the bidder, or any constituent partner in


case of partnership firm ever been debarred
/ black listed for tendering in any
organization at any time? If so, give details

Has the bidder, or any constituent partner in


case of partnership firm, ever been
convicted by a court of law? If so, give
details
Registration details/ Work detail

a)
Registration with CPWD / MES /
Railways / State PWD/IIT/IIM/Any PSU
b) Address of office in Delhi / NCR with
its proof, if any
c)

EPF No. & valid upto

d)

Sales Tax No. & valid up to

e)

Clearance of Sales Tax up to

f)
ITCC valid up to (copies to be
enclosed)
8

Any other information considered necessary


but not included above

Any specific information bidder would like


to include in the contract document.

Seal of the bidder

Authorised Signature of the bidder

Tender Page no. - 21


Eligibility Conditions - Form-1

Page 2 of 14

Indian Institute of Management,Kashipur

FORM '2 (i)'


FINANCIAL INFORMATION
Part 1: Bankers Details
a)

Name of Bank

b)

Address

c)

City

d)

PIN

Details of Contact Person for Verification of Particulars


e)

Name &
Designation

f)

Phone No.1
with STD Code

g)

Phone No.2
with STD Code

h)

E mail

i)

Fax No

Part 2: Details of Chartered Accountant / Financial Auditor


a)

Name of Firm /
CA

b)

Address

c)

City

d)

PIN

Details of Contact Person for Verification of Particulars


e)

Name &
Designation

f)

h)

Phone No.1
with STD Code
/ Mobile No.
Phone No.2
with STD Code
/ Mobile No.
E mail

i)

Fax No

g)

Tender Page no. - 22

Eligibility Conditions - Form-2


Page 3 of 14

Indian Institute of Management,Kashipur

Part 3: Financial Information


I.
Financial Analysis: Details to be furnished duly supported by figures in Balance Sheet / Profit & Loss Account for the last 5 years
duly certified by the chartered Accountant, as submitted by the bidder to the Income Tax department ( copies to be attached)
FY

(i)

Mention whether records are Audited


Gross Annual turnover on Fabrication works.

(ii)

Fabrication Works Turnover

20102011

20112012

20122013

20132014

20142015

1
Yes/No

2
Yes/No

3
Yes/No

4
Yes/No

5
Yes/No

Average
annual
turnover.

(iii) Net Profit/ Loss


(iv) Net Worth *
(v)

Assets (Plant & Machinery only)

(vi) Working Capital


* Calculation of Net Worth to be shown in separate sheet.
Financial arrangements for carrying out the works.

II.
III.
(a)
(b)

The following certificates are to be enclosed.


Tax deducted at source,Certificates from the clients for the
last five years.
Latest Income Tax Clearance Certificate.

_____________________________(Name of Organization) hereby confirms that our Organization complies to the following clause for
eligibility document (tick the clause which satisfies, otherwise mark cross in below table)
Clause No. 2.2.4
complies

Yes / No

Clause No. 2.2.5


complies

Yes / No

Signature of Chartered Accountant with Seal

Tender Page no. - 23

Seal and signature of Bidder

Eligibility Conditions - Form-2


Page 4 of 14

Indian Institute of Management,Kashipur

FORM 2(ii)
CERTIFICATE FROM APPLICANTS BANKERS
This is to certify that to the best of knowledge and information M/s. /Shri . . . .. . . . . . . . . . . . . . . . . . . .. ..
..................................................... . . . . . . . . . . . . . (with address), a customer of our bank, are/ is respectable
and can be treated good for engagement upto a limit of . . . . . . . . . Lakhs (Rupees...........Lakhs).
This certificate is issued without any guarantee or responsibility on the bank or any of the officers.

Date of Issue:

(Signature)
For the bank

NOTE:
1. Bankers certificate shall be on letter head of the Bank sealed in cover addressed to tendering authority.
2. In case of partnership firm, certificate shall include names of all partners as recorded with the Bank.

Tender Page no. - 24


Page 5 of 14

Indian Institute of Management,Kashipur

FORM '3'
DETAILS OF ALL WORKS OF SIMILAR NATURE COMPLETED DURING THE LAST SEVEN YEARS
ENDING LAST DAY OF THE MONTH NOVEMBER 2015.
NIT
*Clause
No.
complied
(refer
clause
given in
below
table 2)

Sr. No.

Name of Owner or
Work / organizat
Project &
ion
location

Value of Updated Date of Stipulate Actual Litigatio Remarks Documen


Work at
gross commenc d date of date of
n/
t/
Completi present ement as completi completi Arbitrati
Attached/
on (Rs in
value
per
on
on
on
PO/Com
Lac)
with
contract
pending /
plete
multiplyi
in
certificat
ng factor
progress
e scope
(rs. In
with
of work
Lac)
details

**Updated Value of Completion cost = Cx(1+7%) n


Where C is the cost of completion and n is the number of years after completion.
Multiplying factors for Cost Updation:
Table 1.
Year of Completion Multiplying Factor
2013-14

1.07

2012-13

1.14

2011-12

1.23

2010-11

1.31

2009-10

1.4

2008-09

1.5

* The Above information shall be supported with copies of Award letter / work Order / LOI/complete certificate / phototgraphs.
_____________________________(Name of Organization) hereby confirms that our our Organization complies to the following clause
for eligibility (tick the clause which satisfies, otherwise mark cross in below table)
Table 2.
Clause No. 2.2.2 Option-1 complies

Yes / No

Clause No. 2.2.2 Option-2 complies

Yes / No

Clause No. 2.2.2 Option-3 complies

Yes / No

Signature of Applicant(s)

Tender Page no. - 25

Eligibility Conditions - Form-3


Page 6 of 14

Indian Institute of Management,Kashipur

FORM '4'
DETAILS OF PROJECTS UNDER EXECUTION OR AWARDED
Sr. No.

Name of Work /
Project & location

Owner or
organization
contact details

Value
of
Work
at
Compl
etion
(Rs in
Lac)

Date of Stipulated Present Expect Reasons for


commen
date of
Status
ed
slow progress
cement completion
(%
Date
if any
as per
complet
of
contract
ed)
compl
etion

Remarks

Document /
Attached/P
O/Complete
certificate
scope of
work

*The Bidding capacity calculation is shown hereunder: Bidding capacity = A x N x 2 - B (Refer clause no. 2.2.12)
The Bidding Capacity is __________________________________
(Bidding Capacity calculation sheet duly certified by the Chartered Accountant to be attached)
Certified that the above list of work is complete and no work has been left out and that the information given is correct to my knowledge and belief.

Signature of Bidder(s)

*The above information shall be supported with copies of Award Letter /Work order/LOI/work progress status report / photographs.

Tender Page no. - 26

Eligibility Conditions - Form-4


Page 7 of 14

Indian Institute of Management,Kashipur

FORM '5'
PERFORMANCE REPORT OF WORKS REFERRED TO IN FORM "3" & "4"
CLIENTS CERTIFICATE REG PERFORMANCE OF CONTRACTOR

Name & address of the Client

Details of Works executed by

Contact
No.:.

Email ID:.
.
.
1

Name of work with brief particulars

Agreement No. and date

Date of commencement of work

Stipulated date of completion

Actual date of completion

Details of compensation levied for delay, if any

Tendered amount

Gross Amount of the work completed

Name and address of the authority under whom


works executed

10

Whether the contractor employed


personnel during execution of work?

11

I) Quality of work (indicate grading - Good,


satisfactory, un-satisfactory)

Tender Page no. - 27

qualified

Eligibility Conditions - Form-5


Page 8 of 14

Indian Institute of Management,Kashipur

II) Amount of work paid on reduced rate basis, if


any
12

I) Did the contractor go for arbitration ?


II) If yes, total amount of claim
III) Total amount awarded

13

Comments on the Capabilities of the contractor.


a. Technical Proficiency
b. Financial Soundness
c. Mobilization of adequate T&P
d. Mobilization of manpower
e. General behaviour

14

Griha / Leed rating applied for or obtained

15

Any sub-contractor deployed (Yes / No)


If yes, provide list along with general feedback.

Note: All columns shall be filled in properly.


*The copy may also be forwaded to email ID pqcontractors@iimkashipur.ac.in

Signature of the Reporting Officer with Official seal

Countersigned

Officer of the rank of Superintending Engineer or equivalent

Tender Page no. - 28

Eligibility Conditions - Form-5


Page 9 of 14

Indian Institute of Management,Kashipur

FORM '6'(Part I)

DETAILS OF PERSONNEL TO BE EMPLOYED FOR THE WORK


A proposed team deployment chart shall be submitted and CVs of proposed staff shall be enclosed.

Sr. No.

Note:
1

Name

Designation

Regular /
Part-time

Qualificatio
n

Experience (in
years)
Roles &
Responsibilities
In
Total
Present
Company

Projects
involved

Remarks

Any sub-contractor deployed / likely to be deployed, has to be mentioned in above table.

Tender Page no. - 29

Eligibility Conditions - Form-6-(I)


Page 10 of 14

Indian Institute of Management,Kashipur

FORM '6'(Part II)


CVs OF PERSONNEL TO BE EMPLOYED FOR THE WORK
An abstract shall be submitted and CVs of proposed staff shall be enclosed.
KEY PERSONNEL
1

Name

Fathers Name

Nationality

Address

Date of Birth.

Educational
Qualification

Experience
Company

Photograph

Duration

Roles and Responsibility

A.

B.

Tender Page no. - 30

Eligibility Conditions - Form-6-(II)


Page 11 of 14

Indian Institute of Management,Kashipur

FORM '7'
DETAILS OF FABRICATION PLANT AND EQUIPMENT
LIKELY TO BE USED IN CARRYING OUT THE WORK
Sr. No

Name of
Equipment

No.

Capacity

Age & Ownershi Contracto Remarks


Condition p status * r's Name
if not
owned

Presently Owned
Leased
To be purchased

Tender Page no. - 31

Eligibility Conditions - Form-7


Page 12 of 14

Self Evaluation Data Sheet for construction of new campus of IIM kashipur
Name of Company

Mention Company's Name


1

Clause Description
General Information

Address

Provide complete address details of the company's office


that is submitting the bid

Name of Contact Person

Provide company's authorised representative name

Contact Number

Provide company's authorised representative contact


number and mobile number

Type of Company

Mention above company's status as Limited / Pvt. Ltd. /


Proprietary Company

General Document Provided

S. No. Clause No.

Mention "Yes", when provided along with name &


designation of POA holder
Mention "Yes", when provided, otherwise "No"

Form-1
(2.2.3)
Form-1
(2.3.3)

Power of Attorney

Form-1

Registration

Mention registration organization name, registration


category / class, validity period along with expiry date

10

Form-1
(2.2.1)

Date of registration of Company


(working for last 7 years or more)

Mention company's Name, date of registration of


company , registration certificate number and date

11

Form-1

Sale tax / Vat / TIN

Mention Sales tax, VAT, TIN number provided by


taxation authorities to company

12

Form-1

Service tax

Mention Service Tax number provided by taxation


authorities to company

13

Form-1

EPF Registration

14

Form-1

ESI Registration

15

Form-1

PAN

Mention EPF registration number provided by PF


authorities to company
Mention ESI number provided by ESIC authorities to
company
Mention PAN number provided by taxation authorities to
company

16

Form-2

Financial

17

2.3(iv)
(Form-2)

Income tax clearance certificate

Mention "Yes" or "No" for AY 13-14 return


acknowledgement provided

18

2.2.4
(Form-2)

Average annual turnover (> estimated


cost put to tender)

Mention average annual turnover figues in Lacs

19

2.2.5
(Form-2)

Loss During last 5 financial year


2014-15
2013-14
2012-13
2011-12
2010-11

Mention year-wise loss in last five financial years. If there


is no loss, mention loss as nil.

20

2.2.6

Blacklist Certificate (Notarized affidavit)

Mention whether it is previously blacklisted and attach


the notorized certificate

21

2.2.7

ISO Certificate (14001-2004 or 9001-2008 Mention the ISO certification valid along with its validity
period and expiry date
or 18001-2007)

22

2.2.2
(Form-4)

23

MOU

Organization Name

Eligibility

Project Considered

Tender Page no. - 32


Self Evaluation Data-Sheet

24

Option -1

25

26

27

Option-2

28

For similar work no.-1, Mention work order description,


Order Value, Order date, Actual date of Start &
completion, Actual Execution value, customer feedback
provided
For similar work no.-2, Mention work order description,
Order Value, Order date, Actual date of Start &
completion, Actual Execution value, customer feedback
provided
For similar work no.-3, Mention work order description,
Order Value, Order date, Actual date of Start &
completion, Actual Execution value, customer feedback
provided
(2 work >60% of the estimated cost put For similar work no.-1, Mention work order description,
Order Value, Order date, Actual date of Start &
to tender), Order-a,b,c
completion, Actual Execution value, customer feedback
(DOC) date of completion/
provided
Order Value (OV) /client /
For similar work no.-2, Mention work order description,
01.12.2008----30.11.2015
Order Value, Order date, Actual date of Start &
completion, Actual Execution value, customer feedback
provided
(1 work > 80% of the estimated cost put For similar work no.-1, Mention work order description,
Order Value, Order date, Actual date of Start &
to tender),
completion, Actual Execution value, customer feedback
Date of completion (DOC) /
provided
Order Value (OV) / client /
(3 work > 40% of the estimated cost put
to tender) Order-a,b,c
(DOC) Actual date of completion /
(DOS) Actual date of Start /
Order Value (OV)/
client /
01.12.2008----30.11.2015

29

Option-3

30

Note-1

31

2.2.10

Joint Venture or Consortium or


Individual Company / Proprietor

Mention company type

32

2.2.11

Mention value of solvency value

33

2.2.12

34
35

2.2.13
2.2.14

Solvency > 40% of the estimated cost


put to tender,
certificate after the date of 31st
August'2015
Bidding Capacity > estimated cost put to
tender
Clause Deleted
Net Worth >40% of the estimated cost
put to tender, for 2014-15,
Net worth >0 for the years
2014-15
2013-14
2012-13

36

2.3

37

2.3(iii)

38

2.4
(Form-1)
2.5
(form-7)

39

01.12.2008----30.11.2015
(1 work > 40% of the estimated cost put Mention work order description, Order Value, Order
date, Actual date of Start & completion, Actual Execution
to tender), Govt. work order/ (form-6),
value, customer feedback provided
Date of completion (DOC) /
Order Value (OV) / client /
01.12.2008----30.11.2015

Mention value of Bidding Capacity and attach sheet


certified by Chartered accountant
-----Mention value of Net Worth & inform complies the
working capital requirement.

Essential Submissions
Litigation ( < 20% net worth) / Notarized
affidavit
Organization chart with list of
employees
List of plant & erection equipment

Mention "complies / not complies" and affidavit details

Subcontractor required for execution, if


any

Mention "provided and refer the attachment", if any

Mention "provided and refer the attachment"

Mention "provided and refer the attachment"


Mention "provided and refer the attachment"

40

2.5

41

2.3 (iv)

Undertaking for not in default of


statutory dues

42

2.3 (v)

Liquidated damage or penalties imposed Mention the required details along with the project name.

42

2.3 (vi)

Undertaking for complying with


Statutory laws & indemnify the institute

43

Mention "provided and refer the attachment"

Remark, if Any

This is inform that the information provided above is true and correct. Also, .(organization name) hereby inform that our organization satisfies all the eligibility criteria given in the
tender document. If any information dis-closed has been found in-correct or in-complete, our organization shall be debarred from the bidding process and we shall not contest it with Institute or its representatives or
in the court of law.

<Stamp & Signature>


Bidder Name
Authorised Signatory Name & Designation

Date:

Tender Page no. - 33


Self Evaluation Data-Sheet

DRAFT AGREEMENT
THIS AGREEMENT made at Kashipur on the __________ day of _________ 2015
between DIRECTOR, Indian Institute of Management Kashipur Bazpur Road, District Udham
Singh Nagar , Uttarakhand (hereinafter called "The IIM Kashipur" which expression shall,
unless repugnant to the context or meaning thereof, include its administrators, successors
and assigns) of the one part AND ______________________ _________________________
(herein after called "The Contractor" which expression shall, unless repugnant to the context
or meaning thereof, include its successors and permitted assigns) of the other part.
WHEREAS
The IIM KASHIPUR is desirous of carrying out the fabrication, supply, erection of customized
furniture work at Academic Block and Student Residential Blocks as fully described in the layout
drawings and as on where basis at the time of handing over the site.
The Works are to be executed as per drawings and specifications describing the works
to be done.
The Contractor has agreed to execute the said works subject to the provisions
hereinafter contained and subject also to General Conditions of Contract, Special conditions of
contract, Safety Code, Model Rules for the protection of health and Sanitary arrangements
for workers, Specifications, Bill of Quantities and milestones
(all of which are hereinafter collectively referred to as the said tender conditions) and strictly
in accordance with the drawings annexed hereto at or for the respective rates set out in the
Bill of Quantities amounting to the sum as there under arrived at or such other sums as
shall become payable there under (hereinafter referred to as the said tendered amount).
NOW IT IS HEREBY AGREED AS FOLLOWS:1.

In consideration of the said tendered amount to be paid by The IIM KASHIPUR to the
Contractor at the time and in the manner set forth in the said tender conditions and in
accordance with the Bill of Payments to execute and complete the work shown upon
the said Drawings strictly in accordance with the specifications and bill of Quantities.

2.

The said tender conditions and the annexures hereto shall be read and considered as
forming part of this contract and the parties hereto shall respectfully abide by to the

Draft Agreement Page 1 of 4

Tender Page no. - 34

said conditions and perform the agreement on their part respectively contained in
the said conditions.
3.

The following documents shall be deemed to form and be read and construed as
part of this agreement that is:
i. Letter of Acceptance / Work award letter
ii. The said bid
iii. The general conditions of contract
iv. The special conditions of contract
v. Specifications
vi. Drawings
vii. Priced bill of quantities
viii. Payment Terms Summary
ix. Documents submitted for technical qualification

4.

This contract on item rate basis to be carried out and to be paid for according to
the rates contained in the Bill of Quantities.

5.

The contract herein contained shall comprise not only the works mentioned above
but all subsidiary works connected therewith within the same site as may be
ordered to be done from time to time by the said Engineer-In-charge for the time
being, even if such work may not be shown on the said Drawings or described in
the said Specifications and Bill of Quantities.

6.

The IIM KASHIPUR reserves to themselves the right of altering the drawings and the
nature of the work by adding to or omitting from the scope of work any item of
work or portions of the same without prejudice to this contract.

7.

Time shall be considered as the essence of this contract and the Contractor hereby
agrees to commence the work within 15 days from the date of letter of acceptance,
as provided for in the said terms and conditions, and shall complete the entire work
within the specified period, subject nevertheless the provisions for extension of
time as may be agreed to by the IIM KASHIPUR and as contained in the said
conditions.

8.

All payments by the IIM KASHIPUR under this contract shall be made only at
KASHIPUR.

9.

All disputes arising out of or in any way connected with this contract shall be
deemed to have arisen at KASHIPUR and courts in Kashipur (or Nainital High court)
Draft Agreement Page 2 of 4

Tender Page no. - 35

only shall have jurisdiction to determine the same.


10.

That the contract and several parts of this contract have been read by the
contractor and fully understood by him. The contractor shall not be entitled for
payment beyond tendered quantities unless ordered specifically by written
instructions of Director IIM KASHIPUR.

11.

This contract shall be signed in duplicate, the original whereof shall be kept in the
custody of the IIM KASHIPUR, the duplicate with the Contractor.

IN WITNESS WHEREOF the IIM KASHIPUR has set his hands hereunto and one duplicate
hereof through his duly authorized official and the Contractor has caused these presents
and one duplicate hereof under his common seal by his duly authorized representative at
the place and on the date month and year first herein above written.
SIGNED, SEALED AND DELIVERED by IIM KASHIPUR, by the hand of

Signature:
Name:
Designation:
IN THE PRESENCE OF
(1)

Signature:
Name:
Address:

(2)

Signature:
Name:
Address:

SIGNED, SEALED AND DELIVERED BY the Contractor M/s.


____________________________
Signature:
Name:
Draft Agreement Page 3 of 4

Tender Page no. - 36

Designation:
IN THE PRESENCE OF
(1)

Signature:
Name:
Address:

(2)

Signature:
Name:
Address:

Draft Agreement Page 4 of 4

Tender Page no. - 37

To,
..,
..,
..
Subject: NIT No. 17/IIMKASHIPUR/2015-16 dated 8th November2015 for the work
Fabrication, Supply, Erection of customized furniture for Academic Block and Student
Residential Blocks at the permanent Campus of IIM Kashipur
Dear Sir,
It is here by declared that Indian Institute of Management, Kashipur is
committed to follow the principle of transparency, equity and competitiveness in public
procurement.
It 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 Indian Institute of Management, Kashipur.
Yours faithfully

Chief Engineer (Projects),


IIM Kashipur

Integrity Pact Page 1 of 9

Tender Page no. - 38

To,
The Engineer-in-Charge,
Indian Institute of Management,
Bazpur Road, Kashipur,
District Udham Singh Nagar,
Uttarakhand - 244713
Subject: Submission of bid for the work of Fabrication, Supply, Erection of customized
furniture for Academic Block and Student Residential Blocks at the permanent
Campus of IIM Kashipur
Dear Sir,
I/We acknowledge that Indian Institute of Management, Kashipur 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 Indian Institute of Management, Kashipur. 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, Indian Institute of Management
Kashipur shall have unqualified, absolute and unfettered right to disqualify the
tenderer/bidder and reject the tender/bid in accordance with terms and conditions of the
tender/bid.
Yours faithfully
(Duly authorized signatory of the Bidder)

Integrity Pact Page 2 of 9

Tender Page no. - 39

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


sign the relevant contract on behalf of Indian Institute of Management,
Kashipur.
INTEGRITY AGREEMENT
This Integrity Agreement is made at ............... on this ........... day of ...........
20......
BETWEEN
Indian Institute of Management, Kashipur represented through the Engineer-inCharge, Mr. A.K. Biswas, IIM Bazpur Road, Kashipur, District Udham Singh Nagar,
Uttarakhand-244713, (Hereinafter referred as the Principal/Owner, which
expression shall unless repugnant to the meaning or context hereof include its
successors and permitted assigns)
AND
.............................................................................................................
(Name and Address of the Individual/firm/Company)

through .................................................................... (Hereinafter referred to as the


(Details of duly authorized signatory)

Bidder/Contractor and which expression shall unless repugnant to the


meaning or context hereof include its successors and permitted assigns)
Preamble
WHEREAS the Principal / Owner has floated the Tender (NIT No.
................................) (hereinafter referred to as Tender/Bid) and intends to
award, contract for
.................................................................................................................................
(Name of work)

hereinafter referred to as the Contract.


AND WHEREAS the Principal/Owner values full compliance with all relevant
laws of the land, rules, regulations, economic use of resources and of
fairness/transparency in its relation with its Bidder(s) and Contractor(s).
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to
enter into this Integrity Agreement (hereinafter referred to as Integrity Pact
or Pact), the terms and conditions of which shall also be read as integral part
and parcel of the Tender/Bid documents and Contract between the parties.
Integrity Pact Page 3 of 9

Tender Page no. - 40

NOW, THEREFORE, in consideration of mutual covenants contained in this


Pact, the parties hereby agree as follows and this Pact witnesses as under:
Article 1: Commitment of the Principal/Owner
1)

2)

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.

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.

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


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 / Institute all suspected acts
of fraud or corruption or Coercion or Collusion of which it has
knowledge or becomes aware, during the tendering process and
Integrity Pact Page 4 of 9

Tender Page no. - 41

throughout the negotiation or award of a contract.


2)

The Bidder(s)/Contractor(s) commits 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/Owners 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 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.
Integrity Pact Page 5 of 9

Tender Page no. - 42

e) The Bidder(s)/Contractor(s) will, when presenting his bid,

disclose any and all payments he has made, is committed to


or intends to make to agents, brokers or any other
intermediaries in connection with the award of the Contract.
3)

The Bidder(s)/Contractor(s) will not instigate third persons to


commit offences outlined above or be an accessory to such
offences.

4)

The Bidder(s)/Contractor(s) will not, directly or through any other


person or firm indulge in fraudulent practice means a willful
misrepresentation or omission of facts or submission of
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 Institute 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/Owners 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
Integrity Pact Page 6 of 9

Tender Page no. - 43

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.
Article 4: Previous Transgression
1)

The Bidder declares that no previous transgressions occurred in the


last 5 years with any other Company in any country confirming to
the anticorruption approach or with Central Government or State
Government or any other Central/State Public Sector Enterprises
in India that could justify his exclusion from the Tender process.

2)

If the Bidder makes incorrect statement on this subject, he can be


disqualified from the Tender process or action can be taken for
banning of business dealings/ holiday listing of the
Bidder/Contractor as deemed fit by the Principal/ Owner.

3)

If the Bidder/Contractor can prove that he has resorted / recouped


the damage caused by him and has installed a suitable corruption
prevention system, the Principal/Owner may, at its own discretion,
revoke the exclusion prematurely.

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


1)

The Bidder(s)/Contractor(s) undertake(s) to demand from all


Integrity Pact Page 7 of 9

Tender Page no. - 44

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 Sub-contractors/sub-vendors.
2)

The Principal/Owner will enter into Pacts on identical terms as this


one with all Bidders and Contractors.

3)

The Principal/Owner will disqualify Bidders, who do not submit,


the duly signed Pact between the Principal/Owner and the bidder,
along with the Tender or violate its provisions at any stage of the
Tender process, from the Tender process.

Article 6- Duration of the Pact


This Pact begins when both the parties have legally signed it. It expires for
the Contractor/Vendor 12 months after the completion of work under the
contract or till the continuation of defect liability 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, IIM Kashipur.
Article 7- Other Provisions
1)

This Pact is subject to Indian Law, place of performance and


jurisdiction is the Head quarters of the Institute i.e. Kashipur 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
Integrity Pact Page 8 of 9

Tender Page no. - 45

Owner/Principal in accordance with this Integrity Agreement/


Pact or interpretation thereof shall not be subject to
arbitration.
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/Contract 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 :

Integrity Pact Page 9 of 9

Tender Page no. - 46

PROFORMA OF SCHEDULES
SCHEDULE A
Schedule of quantities

Bill of Quantities is enclosed with


tender document

SCHEDULE 'B'
Schedule of materials to be issued to the contractor -

No material shall be issued to the


contractor by the institute.

SCHEDULE 'C'
Tools and plants to be hired to the contractor -

No tools and plants to be provided to


the contractor by the institute.

SCHEDULE D
Extra schedule for specific requirements/document for the work, if any. NILSCHEDULE E
Reference to General Conditions of contract.
Name of Work : Fabrication, Supply, Erection of Customized Furniture for Academic Block and Student
Residential Blocks at the permanent campus, Escort farm, Kundeshwari, Kashipur
Estimated cost of work
(i) Earnest Money

: Rs.3.55 Crores
: Rs. 7.10 Lacs

(ii) Performance Guarantee : 5% of tendered value


(iii) Security Deposit
: 2.5% of tendered value

SCHEDULE 'F'
GENERAL RULES & DIRECTIONS:
Officer inviting tender

The Director, IIM Kashipur,


Bazpur Road, Dist. Udham Singh Nagar, Uttarakhand

CONDITIONS OF CONTRACT:
Definitions:
2(v)
2(viii)
2(x)

Engineer-in-Charge

2(xi)

Accepting Authority:
Percentage on cost of materials
and Labour to cover all
overheads and profits:
Standard Schedule of Rates:

2(xii)

Department :

9(ii)

Standard:

The Chief Engineer (Projects)


IIM Kashipur
The Director, IIM Kashipur
25%

CPWD Delhi Schedule of Rates


2014 with upto date correction
slips issued upto date of receipt
of bids
Indian Institute of Management,
Kashipur
CPWD Contract Form GCC 2014,
CPWD Form 8 modified and

Schedules A to F Page 1 of 4

Tender Page no. - 47

Clause 1

Clause 2
Clause 2A
Clause 5

(i) Time allowed for submission


of Performance Guarantee
from the date of issue of letter of
acceptance
(ii) Maximum allowable extension
with late fee @0.1% per
day of Performance Guarantee
amount beyond the period
provided in (i) above (1-15 days)
Authority for fixing
compensation under clause 2
Whether Clause 2A shall be
applicable
Number of days from the date
of issue of letter of acceptance
for reckoning date of start

Corrected upto date


15 calendar days

7 calendar days

Engineer-in-Charge
Yes / No
07 calendar days

Milestone(s) as per table given below:-

S.No.

Description of Milestone (Physical)

Milestone for Student Residential Blocks


1
2
3

Shop drawing Approval (wherever desired


by IIM)
Sample Material Approval

15 days

Rs. 1.0 Lacs

30 days

Rs. 1.0 Lacs

Fabrication & Supply of each item


(incl. of time for inspection and rectification if required)
40% quantity (1st lot)
75 days

Rs. 3.0 Lacs

40% quantity (2nd lot)

105 days

Rs. 3.0 Lacs

Within 60 days
from the date of
intimation by
Engineer-in-charge

Rs. 1.5 Lacs

40% quantity (1st lot)

90 days

Rs. 1.0 Lacs

40% quantity (2nd lot)

120 days

Rs. 1.0 Lacs

Within 75 days
from the date of
intimation by
Engineer-in-charge

Rs. 0.5 Lacs

20% quantity (balance items)

Erection & handing-over of items

20% quantity (balance items)

S.No.

Description of Milestone (Physical)

Milestone for Academic Block (except chairs)


1
2
3

Time allowed in
Amount to be with-held in
days (from date
case of non achievement
of start)
of mile Stone for each item
Start date Date of commencement

Time allowed in
Amount to be with-held in
days (from date
case of non achievement
of start)
of mile Stone for each item
Start date Date of commencement

15 days
Rs. 0.5 Lacs
Shop drawing Approval (wherever desired
by IIM)
30 days
Rs. 0.5 Lacs
Sample Material Approval
Fabrication & Supply of all items in each classroom complete in all aspects
(incl. of time for inspection and rectification if required)
75 days
Rs. 3.0 Lacs
90 pax classroom 2 nos.

90 pax classroom 3 nos.

105 days

Rs. 3.0 Lacs

Schedules A to F Page 2 of 4

Tender Page no. - 48

90 pax classroom 3 nos.

Within 60 days
from the date of
handing over of
work front by
Engineer-in-charge
105 days

Rs. 1.0 Lacs

40 pax classroom 6 nos.


Erection of items and handing over of complete classrooms

Rs. 2.0 Lacs

90 pax classroom 2 nos.

90 days

Rs. 0.75 Lacs

90 pax classroom 3 nos.

120 days

Rs. 0.75 Lacs

90 pax classroom 3 nos.

Within 75 days
from the date of
handing over of
work front by
Engineer-in-charge
120 days

Rs. 0.5 Lacs

40 pax classroom 6 nos.

S.No.

Description of Milestone (Physical)

Milestone for Academic Block (only chairs)


1
2

Rs. 0.75 Lacs

Time allowed in
Amount to be with-held in
days (from date
case of non achievement
of start)
of mile Stone for each item
Start date Date of commencement

30 days
Rs. 0.5 Lacs
Sample Material Approval
Fabrication & Supply of chairs (incl. of time for inspection and rectification if required)
120 days
Rs. 5.5 Lacs
1st Lot app. 728 chairs
Within
75
days
Rs. 1.5 Lacs
Subsequent Lots

from the date of


intimation by
Engineer-in-charge
Note: For compensation purpose, milestone shall be treated separate for each lot of building-wise items to be
handed over to the Institute.
Time allowed for execution of work

15 Months

(i) Extension of time :

Engineer-in-charge IIM
Kashipur

(ii) Re-scheduling of mile stones:

Engineer-in-charge
Kashipur

(iii)Shifting of date of start in case of delay in


handing over of site (if required)

Engineer-in-charge IIM Kashipur

Authority to
decide:

Clause 6, 6A
Clause 7

Clause 10A

Clause 10B (ii)

Clause applicable - (6 or 6A)


Gross work to be done together with net
payment /adjustment of advances for
material collected, if any, since the last such
payment for being eligible to interim
payment
List of testing equipment to be provided by
the contractor at site lab.

IIM

6A (Computerized Measurement
Book)
Rs. 25 Lacs
st
nd
(1 & 2 RAB any amount
permissible as per actual work
done)
As per CPWD Works Manual and
as per instructions of Engineerin-charge of IIM Kashipur

Whether Clause 10 B (ii) shall be applicable

Yes

Whether Clause 10 B (iii) shall be applicable

No

Schedules A to F Page 3 of 4

Tender Page no. - 49

Clause 10C
Clause 10CA
Clause 10CC
Clause 11

Component of labour expressed as percent


of value of work =
Escalation
Escalation
Specifications to be followed for execution of
work

25%
Not Applicable
Not Applicable
(a) CPWD specifications for DSR
items with correction slips
upto last date of submission
of bid
(b) Technical specifications
given in the tender document
(refer respective clause in
conditions of contract)

Clause 12
12.2 & 12.3

Deviation Limit beyond which clauses 12.2 &


12.3 shall apply for building work
(i)Deviation Limit beyond which clauses 12.2
& 12.3 shall apply for foundation work
(except items mentioned in earth work
subhead in DSR and related items)
(ii)Deviation limit for items mentioned in earth
work Sub-head of DSR or related items
Competent Authority for deciding reduced
rates.

Not Applicable

Clause 18

List of mandatory major minimum machinery,


tools & plants to be deployed by the
contractor at site

As per CPWD Works Manual and


as per instructions of Engineerin-charge of IIM Kashipur

Clause 25

Constitution of Dispute Redressal


Committee (DRC)
Chairman
Member 1
Member 2
(to be nominated if required)
Requirement of Technical Representative(s)
and recovery Rate

Competent Authority to
appoint DRC
Chairman of the Board of
Governors of IIM Kashipur

12.5

Clause 16

Clause 36 (i)

Sr.
No.

1.
2.

Minimum
Qualification of
Technical
Representative
Project Manager with
degree / diploma in
Engineering
Graduate / Diploma
Engineer

Discipline

Civil

Civil

Designation
(Principal
representative/
Technical
representative
Principal
Technical
Representative
Sr. Technical
Representative

Minimum
Experience

Not Applicable

Not Applicable
Engineer-in-Charge, IIM Kashipur

As shown hereunder

Number

Rate at which recovery shall


be made from the contractor
in the event of not fulfilling
provision of clause 36 (i)
Figures

Word

Ten years

One

70,000 Rs.

Fifty
thousand

Five years

One

35,000 Rs.

Thirty Five
thousand
only

Foreman / supervisor / carpenters / helpers as per site requirement and work progress.
Assistant Engineers retired from Government services that are holding Diploma will be treated at par with
Graduate Engineers.
Diploma holder with minimum 10 year relevant experience with a reputed construction company can be treated
at par with Graduate Engineers for the purpose of such deployment subject to the condition that such diploma
holders should not exceed 50% of requirement of degree engineers.
Not Applicable
Return of material and recovery for excess
Clause 42
material issued

Schedules A to F Page 4 of 4

Tender Page no. - 50

Special Conditions of Contract


General
1. The contents of special conditions take precedence over the general Clauses of
Contract.
2. If the lowest bid is seriously unbalanced or front loaded in the opinion of the institute, the
institute may require the bidder to produce detailed price analysis for any or all items of
the bill of quantities to demonstrate the internal consistency of those prices with the
construction method and schedule proposed. After evaluation of the price analysis the
institute may require that the performance bank guarantee be increased at the expense
of the bidder to a level sufficient to protect the institute against financial loss in the event
of default of the successful bidder under the contract.
3. The following clauses under the General Rules and Directions are amended as
under:
a. Clause no. 4A, 4B, 10A, 12A (Applicable for Percentage Rate Tender Only
CPWD-7) is deleted.
4. The following clauses under the Conditions of Contract are amended as under:
a. Clause no. 1, 2(iv), 2(v) read President of India as Director of Institute.
b. Clause no. 2(vi) read it as Government or Government of India shall mean
the Director of Institute.
c.

Clause no. 2(xii) read Department means CPWD or any department of


Government of India which invites tender behalf of President of India as
specified in schedule F as Department means Indian Institute of Management
Kashipur which invites tender on behalf of Director of Institute as specified in
schedule F

5. The following clauses under the Clauses of Contract are amended as under:
a. Clause no. 3A (When contract can be determined) The last paragraph from If
Performance Guarantee is not released......................Rs. 10 Lacs. is deleted.
b. Clause no. 07 (payment on intermediate certificate to be regarded as advances)
- The last line of first paragraph from In case of delay of intermediate bills after
45 days......................compounded on yearly basis. is deleted.
c.

Clause no. 07 (payment on intermediate certificate to be regarded as advances)


- The last paragraph from In case of main contractor......................as the case
may be. is applicable for this contract also, with all tax related liabilities of the
contractor and its sub-contractor shall be the liability of the contractor only.

d. Clause no. 09 (payment of the final bill) - The last paragraph from In case of
delay of payment......................found to be in order. is deleted.
e. Clause no. 10B (i) (Secured advance on non-perishable material) The first
paragraph is amended as The contractor, on signing an indenture in the form to
be specified by the engineer-in-charge, shall be entitled to be paid during the
progress of the execution of the work upto 75% of the assessed value of any
materials which are in the...................... or clauses of this contract.
f.

The clause is deleted.

g. Clause no. 10B (iv) The clause is amended as The mobilization advance in
(ii) above bear.............of advance. Recovery of such sums advanced shall be
made by the deduction from the contractors bills commencing from first running
account bill and paid, on pro-rata percentage basis to the gross value of the
work billed beyond zero percentage
in such a way that the
entire...........recovery of the instalment.

Specific Conditions of Contract - Page 1 of 13

Tender Page no. - 51

h. Clause no. 10B (v) The clause is amended as If the circumstances are
considered reasonable by the Engineer-in-Charge, the period mentioned in (ii)
for request by the contractor in writing for grant of mobilization advance may be
extended in the discretion of the Engineer-in-Charge.
i.

The following clauses are deleted / amended as applicable


i. Clause no. 10C - Payment on Account of Increase in Prices / Wages
due to Statutory Order(s) is deleted and is not applicable.
ii. Clause no. 10CA Payment due to variation in prices of materials after
receipt of tender is deleted and is not applicable.
iii. Clause no. 10CC Payment due to increase / decrease in Prices /
Wages (excluding materials covered under clause 10 CA) after Receipt
of Tender for Works is deleted and is not applicable.
j.

The clause no. 19L (Contribution of EPF and ESI) the clause is
amended as the ESI and EPF contributions on the part of employer in
respect of this contract shall be paid by the contractor. These
contributions on the part of the employer paid by the contractor shall not
be reimbursed by the Engineer-in-Charge to the contractor.

k.

The clause no. 25 (Settlement of Disputes & Arbitration) in the clause


the word Superintending Engineer and Chief Engineer shall be read
as Chief Administrative Officer.

l.

The clause no. 25 ii (Settlement of Disputes & Arbitration) the first


paragraph shall be read as Except where the decision has become
final,.............by a sole arbitrator appointed by the Director of the
Institute. If the arbitrator so appointed is ......by his predecessor.

6. The time is the essence of the contract and no time extension shall be allowed for the
tendered work.
7. Adequate training for operation of all equipments shall be provided by the contractor to
IIM personnel. In-addition, training for regular maintenance required for equipments shall
also be provided.
8. Limited space shall be provided for the labour hutments as per the location, area and
size identified by the Engineer-in-charge. Over and above the area identified, if required,
the contractor shall arrange labour hutment outside the IIM land premises at its own cost
so that it do not create any hindrance to anyone.
9. The contractor has to make his own arrangement for electricity, water, sewerage
system, etc. for general labour usage or / and for commissioning of equipments at the
site.
10. For carrying out the satisfactory work as per the contract, all statutory approvals shall be
in the scope of contractor.
11. The Institute shall have made available to the contractor for his information, prior to base
date, all relevant data in the institutes possession, including environment aspects. The
institute shall similarly make available to the contractor all such data which come into the
institutes possession after the base date. The contractor shall be responsible for
interpreting all such data.
To the extent which was practicable (taking account of cost and time), the contractor
shall be deemed to have obtained all necessary information as to risks, contingencies
and other circumstances which may influence or affect the tender or works. To the same
extent, the contractor shall be deemed to have inspected and examined the site, its
surroundings, the above data and other available information, and to have been satisfied
before submitting the tender as to all relevant matters, including (without limitation):
(a) The form and nature of the site,
(b) The climatic conditions,
(c) The extent and nature of the work and goods necessary for the execution and
completion of the works and the remedying of any defects,
Specific Conditions of Contract - Page 2 of 13

Tender Page no. - 52

(d) The laws, procedures and labour practices of the country, and
(e) The contractors requirements for access, accommodation, facilities, personnel,
power, transport, water and other services.
The bidder is required to submit the declaration along with its bid that it has
visited the construction site. The bidder has also to mention that it has assessed
all the risks and circumstances which may influence its work and is fully
equipped to work at site.
12. Within 15 days of issuance of Letter of Intent (LOI) / Letter of Acceptance (LOA) or
signing of contract, whichever is earlier, the contractor shall submit his procurement /
construction plan with the following minimum details in addition to the requirements
given in the clauses of contract
a. Site / office organogram for the project, if required, with contact details and their
roles / responsibilities
b. Procurement / Construction schedule
c. Manpower / Equipment mobilization schedule
d. Monthly Cash flow statement
The above desired latest information shall also be updated on monthly basis or
whenever required by the Institute or to its authorised representatives.
13. The contractor shall give notice to the Engineer-in-charge whenever the works are likely
to be delayed or disrupted if any necessary drawing or instruction is not issued to the
contractor within a particular time, which shall be reasonable. The notice shall include
details of the necessary drawing or instruction, details of why and by when it should be
issued, and details of the nature and amount of the delay or disruption likely to be
suffered if it is late.
14. The campus is designed for GRIHA certification. The contractor is required to take all
necessary steps required for implementation of GRIHA norms and the same shall be
timely brought to the notice of IIM Kashipur.
15. The contractor shall, in performing the contract, comply with applicable rules and laws.
Unless otherwise stated:
a. The institute shall have obtained ( or shall obtain) the planning, zoning or similar
permission for the permanent works, and any other permissions described in the
specification as having been (or being) obtained by the institute;
b. The contractor shall give all notices, pay all taxes (service tax shall be
reimbursable), duties and fees, and obtain all permits, licences and approvals,
as required by the laws in relation to the execution and completion of the works
and remedying of any defects; and the contractor shall indemnify and hold the
institute harmless against and from the consequences of any failure to do so.
16. The contractor shall set out the works in relation to original points, lines and levels of
reference specified on the contract or notified by the engineer-in-charge. The contractor
shall be responsible for the correct positioning of all parts of the works, and shall rectify
any error in the positions, levels, dimensions or alignment of the works.
17. Clause Deleted
18. All fossils, coins, articles of value or antiquity, and structures and other remains of items
of geological or archaeological interest found on the site shall be placed under the care
and authority of the Engineer-in-charge. The contractor shall take reasonable
precautions to prevent contractors personnel or other person from removing or
damaging any of these findings. The contractor shall, upon discovery of any such
finding, promptly give notice to the Engineer-in-charge, who shall issue instructions for
dealing with it. If the contractor suffers delay and / or incurs cost from complying with the
instructions, the contractor shall give further notice to Engineer-in-charge for any claim
which shall be finalised by the Engineer-in-charge and binding upon on all parties.
Specific Conditions of Contract - Page 3 of 13

Tender Page no. - 53

19. The contractor shall


a. Deploy separate gangs of workers for different works together so that all works
are started and carried out parallel at the same time.
b. Comply with all applicable safety regulations and take care for the safety of all
persons entitled to be on the site. The contractor shall also ensure complete
safety and security of its material, machinery and manpower. The institute shall
not entertain any reason or lapses whatsoever over it.
c.

Use reasonable efforts to keep the site and works clear of unnecessary
obstruction so as to avoid danger to these persons,

d. Provide fencing, lighting, guarding and watching of the works until completion
and taking over
e. Provide any temporary works (including guards and caution tapes) which may
be necessary, for the execution of the works, for the use and protection of the
public and of owners and occupiers of adjacent land.
f.

Use the roads as may be available at site. Approach road conditions from the
stores / yards to the work site may not be equipped and ideal for smooth
transportation of the items. Contractor may have to be adequately prepared to
transport the materials under the above circumstances without any extra cost.

g. Maintain and ensure utmost discipline, harmony with other contractors at site.
h. Provide a daily construction activity plan with 24 hours working in different shifts
at site. If the contractor has failed to provide the details despite of issuing two
reminders, the deployment may be carried out by the Institute at the risk and
cost of the contractor.
i.

Not allow its workers to interfere in the working area limits of the other
contractors at the site.

j.

Not hire the manpower of the existing contractors working at the site.

k.

Ensure that all surplus / damaged / scrap / unused material, packing wood, /
containers / special transporting frames, etc. are removed from the area to keep
it neat, tidy and in working conditions.

l.

Immediately bring to the notice of the institute or its authorised representatives if


any error or ambiguity be discovered in the specification or drawings.

m. Provide all measuring, monitoring equipments required for the completion of the
work satisfactorily. These equipments shall be of brand, quality and accuracy
specified by Engineer-in-charge or its authorised representative and should
have necessary calibration and other certificates as per the requirement of
Engineer-in-charge. Decision of Engineer-in-charge regarding acceptance or
otherwise of the measuring instruments / gauges / tools for the work under this
specification, is final and binding on the contractor. Engineer-in-charge may give
an indicative list of equipments required for this work and to be made available
by the contractor. The list will be reviewed by Engineer-in-charge and the
contractor shall meet any augmentation needed wherever required.
n. Carry out all activities conforming to the approved field quality plan as revised
from time to time. Total quality shall be the watchword of the work and
contractor shall strive to achieve the quality standards, procedures laid down by
Engineer-in-charge or its representatives. He shall follow all the instructions as
per drawings and quality standards. IIM Kashipur or its authorized
representatives shall carry out the inspection of the items at the location of their
manufacturing / assembly and shall be supplied after satisfactory inspection at
no additional cost to the institute. Contractor shall borne all costs for any tests to
be conducted by it or as advised by Institute at any other independent lab.
o. Shall carry out the work with due diligence and his performance may be
monitored. If performance has been found un-satisfactory, he is liable to be disallowed to bid for future jobs of the institute and other jobs coming under the
Specific Conditions of Contract - Page 4 of 13

Tender Page no. - 54

ambit of Ministry of HRD, govt. of India.


p. Not damage any existing structures or constructed portion; and if it may get
damaged due to any reason attributable to the contractor, then the contractor
shall maintain it to the original state for which the decision of the Engineer-incharge shall be final and binding upon all.
q. Within 15 days of receipt of LOI / LOA, prepare a quality and safety manual for
the works to be carried out at the construction site and get it approved from the
Engineer-in-charge or its authorised representatives after incorporating all
comments, if any.
r.

Within 15 days of receipt of LOI / LOA, prepare a manpower (managerial,


supervisory, skilled / un-skilled labourers) and equipment mobilization chart for
the various works to be carried out during the contract execution and get it
approved by the Engineer-in-charge or its authorised representatives after
incorporating their comments. The chart shall be considered as the part and
parcel of the contract agreement. Non-submission of chart or not incorporating
the comments shall bear a penalty of Rs. 1000/- per day over the contractor
which shall be deducted from its running account bill, and contractor shall not
object to it.

s.

Not object, in case the work progress is not satisfactory in spite of constant
persuasion by the Institute and various commitments given by the contractor,
the Institute has the right to withdraw a portion / whole work by giving a 7 days
notice and get it done from some other agency at the risk and cost of the
contractor, to meet the schedule. In case the cost of the work thus carried out is
less than the contract value including 15% departmental overhead charges,
nothing is payable to the contractor. However, if the cost exceeds the contract
value, the excess amount shall be recovered from the contractor.

t.

Submit daily work progress report along with the manpower / machinery
deployed at the site for all the works.

u. Include the cost related to the rolling margin of the steel in its quoted price and
the Institute shall not bear any cost related to it.
v.

Deploy only those equipments with have valid test certificate from the
authorised government agency.

w. Bring all samples at site well-in-advance and get it approved by the Engineer-incharge or its authorised representatives so as not to affect the contractual
milestones. The decision, specifically related to item(s) shades, color, fabric
selection, of the Engineer-in-charge or its authorised representative shall be
final and binding upon the contractor.
x.

Interact with already available all contractors at site and coordinate with them
regarding the availability of work front at site. The work front availability shall be
incorporated in its schedule which shall be frozen by the Engineer-in-charge or
its authorised representatives after incorporation of their comments.

y.

Ensure that all latest upto date codes, standards, acts are available at the site
and easily accessible to the contractor workers and Engineer-in-charge (or its
authorised representatives).

z.

Not object to the imposition of penalty if its intermittent milestones of Academic


Block classrooms handing over and furniture for Student Residential Block are
not completed on time.

20. Requirements for Insurance

Specific Conditions of Contract - Page 5 of 13

Tender Page no. - 55

(a) All insurance shall be effected with an Indian Insurance Company incorporated
and registered in India.
(b) The Contractor shall at his own expense arrange for all insurance policies,
including workmen compensation policy, constructions All Risk policy (CAR
Policy) and all risk policy in the 115% amount of the Contract effective from the
date of commencement of Work(s) and until final completion of the Work(s) also
taking into consideration the defects liability period, against all of the following
risks.
i.

Injuries and damage of persons, property, machinery, equipment,


vehicles, animals or things, within or outside the site, arising out of his
operations or of any sub-Contractors, nominated or otherwise, or out of
any actions of his employees, agents or representatives, minimum
limited to Rs.5,00,000 (Rupees Five Lakhs) and maximum limit is
unlimited per accident

ii.

Injuries to his or any Sub-Contractors employees.

iii.

Damage to or loss of the property, equipment, and materials at site, of


the Owner, Contractor and all Sub-Contractors, as a result of natural
causes such as lightning, storm, flood, rain, fire, earthquake, explosion,
landslide, etc.

iv.

Damage and injuries to persons, property and materials arising out of


riot and civil commotion, theft, sabotage malicious acts, terrorist
activities, flood, water logging, fire, etc.

v.

Third party liability insurance (sum insured 20 Lacs)

(c) The insurance policy or policies to cover risks of every nature shall be in the
joint names of the Owner and Contractor, and the original of such policy/
policies shall be lodged with the Engineer-in-Charge. The Contractor shall also
lodge the premium receipts with the Engineer-in-Charge, such standing jointly in
the names of the Owner and the Contractor.
(d) If the Contractor fails to arrange the requisite insurance or fails to renew the
policies, the Owner shall arrange for obtaining the requisite insurance policies
and or renew them and recover the cost of all premiums from the Contractor
and/or subsequently deduct such amount from the payments due and payable
by the Owner to the Contractor from the bills raised by the Contractor in respect
of the Work(s) executed.

(e) No certificate of payment shall be issued by the Engineer-in-Charge whether for


an interim or of the final bill raised by the Contractor if the Contractor fails to
arrange for total insurance cover.

(f) The Contractor shall reinstate in a manner approved by the Engineer-in-Charge


all damage of every sort caused entirely at his cost so as to deliver up to the
Owner the whole of the Work(s) complete and perfect in all respects, and so
certified by the Engineer-in-Charge and also make good or otherwise satisfy all
claims for damage to property of third parties.
(g) The Contractor shall be responsible for anything within his control and for all
Specific Conditions of Contract - Page 6 of 13

Tender Page no. - 56

risks and consequences, which are not included in the purview of the insurance
policies.

(h) The insurance cover shall stand extended until final completion of the Works
and the contract and shall also cover the defects liability period.
(i) The Contractor undertakes not to cancel any insurance policy nor reduce its
scope without the written consent of the Engineer-in-Charge.

(j) The Contractor undertakes to file necessary insurance claims jointly with the
Owner and also to join the Owner in filing any claim the Owner chooses to.

(k) Payments against all insurance claims shall be received in the name of the
Owner and commensurate adjustments shall be made in accounts with the
Contractor.

(l) The aforesaid insurance policy/policies shall not be cancelled till the Engineerin-Charge has agreed to their cancellation.

(m) The Contractor shall prove to the Engineer-in-Charge from time to time that it
has taken out all insurance policies referred to above and has paid the
necessary premium for keeping the policies alive till the end of the defects
liability period.

(n) The Contractor shall ensure that similar insurance policies are taken out by his
Sub-Contractor (if any) and shall be responsible for any claims of losses to the
Owner resulting from their failure to obtain adequate insurance protections in
connection thereof. The Contractor shall also obtain the originals of the policies
and the premium receipts from the Sub-Contractor and shall lodge the same
with the Engineer-in-Charge.

21. The contractor shall institute a quality assurance system to demonstrate compliance
with the requirements of the contract. The system shall be in accordance with the details
stated in the contract. The engineer-in-charge or his nominated person shall be entitled
to audit any aspect of the system.
Details of all procedures and compliance documents shall be submitted to the Engineerin-charge for information before each execution stage is commenced. When any
document of a technical nature is issued to the engineer-in-charge, evidence of the prior
approval by the contractor himself shall be apparent on the document itself.
Compliance with the quality assurance system shall not relieve the contractor of any of
his duties, obligations or responsibilities under the contract.

22. Monthly progress report shall be prepared by the contractor and submitted to Engineerin-charge in four copies. The first report shall cover the period up to the end of the first
calendar month following the commencement date. Reports shall be submitted monthly
thereafter, each within 4 days after the last day of the period to which it relates.
Reporting shall continue until the contractor has completed all work which is known to
be outstanding at the completion stage stated in the taking-over certificate for the works.
Each report shall includea. Charts and detailed description of progress, including each stage, contractors
documents, procurement, manufacture, delivery to site, construction, erection
Specific Conditions of Contract - Page 7 of 13

Tender Page no. - 57

and testing; and including these stages for work by each nominated subcontractor,
b. Photographs showing the status of manufacture and of progress on the site
c.

For the manufacture (or supply) of each main item of plant and materials, the
name of the manufacture, manufacture location, percentage progress, and the
actual or expected dates of:
i. Commencement of manufacture,
ii. Contractors inspections,
iii. Tests, and
iv. Despatch from manufacturer and arrival at the site,

d. Details of contractors personnel available at site during the month,


e. Details of contractors equipments available at site during the month,
f.

List of contractors claims if any,

g. Safety statistics, including details of any hazardous incidents and activities


relating to environment aspects and public relations; and
h. Comparisons of actual and planned progress, with details of any events or
circumstances which may jeopardise the completion in accordance with the
contract, and the measures being (or to be) adopted to overcome delays.
23. The documents forming the contract are to be taken as mutually explanatory of one
another. For the purposes of interpretation, the priority of the documents shall be in
accordance with the following sequence:
a. The contract agreement
b. The letter of acceptance,
c.

Bill of quantity

d. Special conditions of contract,


e. General conditions of contract,
f.

The drawings,

g. The specification

If any ambiguity or discrepancy is found in the documents, the Engineer-in-charge


shall issue any necessary clarification or instruction which shall be final and binding
on the contractor and the institute.
24. The contractor shall be required to submit the following minimum documents as
approved by the engineer-in-charge along with the bills. Engineer-in-charge may require
any additional documents to process the bill which shall be submitted by the contractor
without fail.
a. Certified measurement book (computerised), if required, as decided by the
Engineer-in-charge.
b. Quality certificate along with test reports, guaranty / warranty certificates from
equipment manufacturer(s)
c.

Workers wage sheet for the previous month,

d. Cumulative statement of payments made till date,


e. Proof that all due payments have been given to its sub-contractor and deposited
into the account of statutory authorities like for PF, ESI, etc.
25. The extra items, if any, claimed shall be separately invoiced from the monthly invoices.
26. All guaranty and / or warranty of equipments shall be in the name of Indian Institute of
Specific Conditions of Contract - Page 8 of 13

Tender Page no. - 58

Management, Kashipur.
27. The approved external test laboratory are as under:
a. Shriram Institute for Industrial Research, 19, University Road, Delhi-110007
b. Spectro Analytical Labs Ltd., E-41, Okhla Industrial Area, Phase-II, New-Delhi110020
At the start of the project, any additional accredited or local government college test
laboratory may also be added subject to prior approval of the Engineer-in-charge.
28. The contractor shall take all steps required for implementation of Griha norms including
deployment of specific personnel for it.
29. After completion of work and before issuance of certificate of virtual completion, the
contractor shall submit the following duly approved drawings mentioning as installed to
the Engineer-in-charge in the format as follows:
a. Eight (8) sets of layout drawing drawn at appropriate scale and
b. Eight (8) nos. of Compact discs (with editable provisions and without any
password protection)
30. The contractor shall prepare and produce instruction, guarantee cards (stamped &
signed along with purchase bill), operation and maintenance manuals in English for the
use, operation and the maintenance of the supplied equipment and installations, and
submit to the Engineer-in-charge in (8) copies at the time of handing over. The manuals
shall get generally consist of the following
a. Description of the project
b. Operating instructions
c. Maintenance instructions including procedures for preventive maintenance
d. Manufacturers catalogues.
e. Spare parts list
f.

Trouble shooting charts

g. Drawings
h. Type and routine test certificates for major items.
i. One (1) set of reproducible 'as built' drawings.

31. The language for written communication shall be English. Email is recognised for contractual
mode of written communication from authorised representatives of different agencies.

Specific Conditions of Contract - Page 9 of 13

Tender Page no. - 59

Mandatory Compliances to achieve GRIHA Certification


The project is aimed to achieve minimum of 3 STAR GRIHA Rating. To achieve this objective, the
Contractor shall adhere to the mandatory stipulations of TERI. These stipulations and guidelines are
placed along with the Special Conditions of Contract. Nothing extra shall be payable towards
adherence to these stipulations and guidelines and all costs towards the same shall be deemed to
have been included in the quoted prices.
1.0

ADDITIONAL SPECIFIC CONDITIONS OF CONTRACT FOR GRIHA RATING SYSTEM

1.1

The contractor is required to adhere to the various environment friendly and GRIHA compliant
aspects of construction as well as documentation w.r.t. use of Materials, Manpower, Machinery and
other relevant mandatory requirements. All sanitary and plumbing fixtures shall be of low flow
category and shall comply requirements to achieve GRIHA certification. Nothing extra shall be
payable over and above the quoted rates for complying with these requirements.

1.2

To achieve the above, the contractor shall adhere to the following during construction :
i. Provide adequate level of sanitation and safety facilities for construction workers.
ii. Plan utilities efficiently and optimize on-site circulation efficiency.
iii. Efficient use of available water.
iv. Reduce air and noise pollution due to storage/ use of materials and machinery.
i. Reduction in waste of construction materials.
ii. Proper storage and disposal of wastes. Dedicated place within the site to be
earmarked for storing and sorting construction wastes.
iii. Implement recycling programme as far as possible to recycle construction waste
materials during construction.
iv. Suitable arrangement for preventing dust and debris entering duct work and
working areas.
v. Create physical barriers between work and non-work areas.
vi. Protection of materials and equipment against moisture, dust etc.
vii. Keeping work area clean and dry.
viii. Shall take safety measures to avoid damage to existing plants and trees.
ix. Provision for top soil removal(200 mm), stacking (in a layer not more than 400 mm),
mulching, etc. to maintain/enhance the nutrient quality of the stacked soil
x. Provision for soil erosion and sedimentation control measures

1.3 Use of low emitting materials, adhesives and sealants to


a.
b.

reduce/avoid use of materials, which are irritating and naturally cause health
problems to the construction workmen and occupants.
Achieve specified Volatile Organic Compounds (VOC) limits as per the
requirements given in Table1 &Table 2 below:
Specific Conditions of Contract - Page 10 of 13

Tender Page no. - 60

TABLE-1

LISTOFADHESIVESANDSEALANTS
S. No.

Types of Applications

Maximum VOC
Limit(g/1)

Laminate Adhesive

30

2.

Wood Flooring Adhesive

100

3.

Ceramic Tile Adhesive

65

4.

Rubber Flooring Adhesive

60

5.

Sub Floor Adhesive

50

6.

Structural Glazing Adhesive

100

7.

Architectural Sealant (NonPorus)

250

8.

Indoor Carpet Adhesive

50

TABLE 2
LOW EMITTING MATERIALPAINTS:
Interior paints (walls, ceiling, wood polish etc.)should conform to the
followingcriteria
S.No.

Types of Applications

VOC Limit (g/L)

1.

Flats

50

2.

Non-flat

150

3.

Anti-rust paints

250

4.

Varnish

350

5.

Lacquer

550

6.

Floor Coatings

100

7.

Water proofing sealers

250

1.4 Use only those materials which conform to the GRIHA Rating System criteria.
1.5 The contractor shall maintain proper record of all the materials/ equipment procured w.r.t. their
source & specifications with details of their manufacturing and recycled content etc. and submit along
with all supporting documents to the Engineer-in-charge
1.6 Construction Waste Management Plan :
The broad intent of this credit is to avoid materials going to landfills, during construction. It is
required to develop a plan to recycle all possible waste generated during construction.
Typical items would include land clearing debris, concrete, steel, ductwork, clean dimensional
wood, paperboard and plastic used in packing, etc.
Specific Conditions of Contract - Page 11 of 13

Tender Page no. - 61

The plan should include where these materials will be sent to and the mode of transportation also.
Donation of construction waste to other buildings for use, is also deemed as having addressed the
intent of this credit. The contractor should have a system to document the disposal of construction
waste.
1.7 Indoor Air Quality (IAQ) Management Plan
The contractor shall be required to take the specific measures during construction w.r.t. following
main areas of concern:
a. HVAC System Protection:
When performing construction activities that produce dust, such as drywall sanding,
concrete cutting, masonry work, wood sawing or addition insulation, seal off the supply
diffuser sand return air system openings completely for the duration of the task.
Shut down and seal off the supply diffusers and return air ducts during any demolition
operation.
Till the HVAC system is put in to use, seal- off the supply diffuser sand return air system
openings to prevent the accumulation of dust and debris in the duct system during
construction.
Do not use the mechanical rooms to store construction or waste materials. Keep rooms
clean and neat.
Provide periodic duct inspections during construction; if the ducts become contaminated
due to inadequate protection, clean the ducts as per requirements and directions of
Engineer-in-charge
b.

Contaminant Source Control:

Use low VOC products as indicated by the specifications to reduce potential problems.

Restrict traffic volume and avoid idling of motor vehicles as their emissions could be drawn
into the building.
Utilize electric or natural gas alternatives for gasoline and diesel run equipment where
possible and practical. Use low sulphur diesel in lieu of regular diesel.

Cycle equipment off when not being used or needed.

Exhaust pollution sources to the outside with portable fan systems.

Prevent exhaust from re-circulating back in to the building.

Keep containers of wet products closed as much as possible. Cover or seal containers of
waste materials that can release odor or dust.

Protect stored on site or installed absorptive building materials, for instance, Cement, /POP
etc. from weather and moisture; wrap with plastic and seal tight to prevent moisture
absorption.

c.

Pathway Interruption:

Provide dust curtains or temporary enclosures to prevent dust from migrating to other
areas, where applicable.

Specific Conditions of Contract - Page 12 of 13

Tender Page no. - 62

Locate pollutant sources as far away as possible from areas occupied by workers when
feasible.

During construction, isolate areas of work to prevent contamination of clean or occupied


areas. Pressure differentials may be utilized to prevent contaminated air from entering
clean areas.

Depending on weather, ventilation using100% outside air will be used to exhaust


contaminated air directly to the outside during use of VOC emitting materials.

d.

Housekeeping:

Provide regular cleaning concentrating on HVAC equipment and building space to remove
contaminants from the building prior to occupancy.

All coils, air filters, fans &ducts shall remain clean during installation and, if required, will be
cleaned prior to performing the testing, adjusting and balancing of the system.

Schedule high pollution activities that utilize high VOC level products (including paints,
sealers, insulation, adhesives, caulking and cleaners) to take place prior to installing
highly absorbent materials (such as ceiling tiles, gypsum wall board, fabric furnishings,
carpet and insulation, for example).

Suppress and minimize dust with wetting agents or sweeping compounds. Utilize efficient
and effective dust collection methods such as a damp cloth, wet mop, or vacuum with
particulate filters, or wet scrubber.

Remove accumulations of water inside the building. Protect porous materials such as
insulation and ceiling tile from exposure to moisture.

Thoroughly clean all interior surfaces prior to replacing filters and running HVAC system
for system balancing, commissioning and building flush- out.

1.8

Scheduling and Construction Activity Sequence :

1.9

Schedule high pollution activities that utilize high VOC level products (including paints, sealers,
insulation, adhesives, caulking and cleaners) to take place prior to installing highly absorbent
materials (such as ceiling tiles, gypsum wall board, fabric furnishings, carpet and insulation, for
example).

1.10 Photographs during various stages of construction shall be taken by contractor and sub mitted to
the EIC, showing details of specific requirements/ measures being taken by the contractor
towards above.
1.11 Provide photographs of the above activities during construction for documentary compliance and
records.
1.12 Contractor shall coordinate with suppliers of various materials and equipment to be procured by him
for use in works and provide all required details w.r.t. their manufacturing facilities; raw materials etc.
as per requirements of GRIHA Certification guidelines. Preference should be given to GRIHA
compliant products/ materials.

Specific Conditions of Contract - Page 13 of 13

Tender Page no. - 63

Form of Performance Security (Guarantee)


Bank Guarantee Bond
In consideration of the Indian Institute of Management (hereinafter called The Institute) having offered to
accept the terms and conditions of the proposed agreement 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 security/guarantee from the contractor(s) for compliance of his
obligations in accordance with the terms and conditions in the said agreement.
We, . (hereinafter referred to as the Bank) hereby undertake to pay to the Institute
an amount not exceeding Rs. .. (Rupees. Only) on demand by the Institute.
1.

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 Institute 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 the Institute 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.

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 Institute under or
by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till Engineerin-Charge on behalf of the Institute 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 Institute that the
Institute shall have the fullest liberty without our consent and without affecting in any manner our obligation
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 Institute 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 Institute or any indulgence by the Institute 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 Institute in writing.
8. This guarantee shall be valid up to
unless extended on demand by the Institute.
Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs.
(Rupees ..) 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)

Form of Performance Security Page 1 of 1

Tender Page no. - 64

PROFORMA FOR ADVANCE BANK GUARANTEE


(On a stamp paper of appropriate value from any Nationalised Bank or Scheduled Bank)

To
The Chief Engineer (Project),
M/s Indian Institute of Management,
Bazpur Road, Kashipur,
Dist. Udham Singh Nagar,
Uttarakhand - 244713

Dear Sir,
1.

In consideration of the Director, Indian Institute of Management ( hereinafter


called Institute) which expression shall include his successors and assigns having
agreed under the terms & conditions of contract No.________________
dated_________ (hereinafter called the Contract or the said Contract) to make at the
request of ("the Contractor" or "the said Contractor") the contractor thereunder a
lumpsum advance of Rs._____________for utilising it for the purposes of the said
contract on its furnishing a guarantee acceptable to the institute.

2.

We,
the______________________Bank
having
its
branch
office
at
________________________ (hereinafter referred to as the Bank or the said Bank) a
Company under the Companies Act 1956 and having our registered office
at_______________________do hereby guarantee the repayment and recovery of
the said advance together with interest thereon as provided according to the terms
and conditions of the said contract. If the contractor fails to utilise the said advance
for the purposes of the said contract and/or the said advance together with interest
thereon as aforesaid is not fully recovered by The Institute, we
_______________________ Bank hereby unconditionally and irrevocably undertake
to pay to The Institute on demand and without demur or protest to the extent of the
said sum of Rs._______________with interest any claim made by The Institute on us
against non- utilisation/misutilisation of the said advance and/or by reason of The
Institute not being able to recover in full the said sum of Rs.________________ with
interest as aforesaid.

3.

We,________________________Bank further agree that The Institute shall be the


sole judge of and as to whether the contractor has utilised or not utilised the said
advance or any part thereof for the purposes of the said contract and/or as to whether
the advance or any part thereof with interest has been recovered or not and the
finding of the Institute in this regard shall be final and binding on us.

Form of Bank Guarantee for Advance Page 1 of 3

Tender Page no. - 65

4.

We, the said 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 contract and till the said advance has been fully recovered and its claims
satisfied or discharged and till The Institute certifies that the said advance with
interest has been fully recovered from the contractor.

5.

The Institute shall have the fullest liberty without affecting in any way the liability of
the said Bank under this guarantee or Indemnity from time to time to vary any of the
terms and conditions of the said Contract or the advance or to extend time of
performance by the Contractor or to postpone for any time and from time to time any
of the powers exercisable by it against the said Contractor and either to enforce or
forbear from enforcing any of the terms and conditions governing the said contract or
the advance or securities available to The Institute and the said Bank shall not be
released from its liability under these presents by any exercise by The Institute of the
liberty with reference to the matter aforesaid or by reason of time being given to the
said Contractor/or any other forbearance, act or omission on the part of The Institute
or any indulgence by The Institute to the said Contractor or of any other matter or
thing whatsoever which under the law relating to sureties would but for this provision
have the effect of so releasing the said Bank from its said liability.

6.

The Bank hereby waives all rights at any time inconsistent with the terms of this
Guarantee and the obligations of the Bank in terms hereof shall not be in any way
affected or suspended by reason of any dispute or disputes having been raised by
the Contractor (whether or not pending before any arbitrator, Tribunal or court) or any
denial or liability by the Contractor stopping or preventing or purporting to stop or
prevent any payment by the Bank to The Institute in terms thereof.

7.

The amount stated in any notice of demand addressed by The Institute to the Bank
as liable to be paid to The Institute by the Contractor, shall be conclusive evidence of
the amount so liable to be paid to The Institute by the Bank.

8.

This guarantee/undertaking shall be in addition to any other guarantee or security


whatsoever that The Institute may now or any time may have in relation to the
Contractor's obligations or liabilities under and/or in connection with the said Contract,
and The Institute shall have full authority to have recourse to or enforce this security
in preference to any other guarantee or security which The Institute may have or
obtain and no forbearance on the part of The Institute in enforcing or requiring
enforcement of any other security shall have the effect of releasing the Bank from its
full liability hereunder.

9.

It shall not be necessary for The Institute to proceed against the said Contractor
before proceeding against the Bank and the guarantee herein contained shall be
enforceable against the Bank notwithstanding that any security which the Institute
may have obtained or obtain from the Contractor shall at the time when proceedings
are taken against the said Bank hereunder be outstanding or unrealised.

10.

We, ______________________the said Bank undertake that we shall pay forthwith


the amount stated in the notice of demand notwithstanding any dispute/difference
pending between the parties before the arbitrator and/or that any dispute is being
referred to arbitration.

11.

We, the said Bank undertake not to revoke this guarantee during its currency except
with the consent of The Institute in writing and agree that any change in the
Constitution of the said Contractor or the said Bank shall not discharge our liability
hereunder.
Form of Bank Guarantee for Advance Page 2 of 3

Tender Page no. - 66

12.

This guarantee/undertaking shall be a continuing guarantee/undertaking and shall


remain valid and irrevocable for all claims of The Institute and liabilities of the
Contractor arising upto and until midnight of___________ ___________________.

13.

Not withstanding anything contained herein above, our liability under this guarantee
shall be restricted to Rs. ______________ alongwith interest due thereon
(Rs.______________) with interest and this guarantee shall remain in full force
till___________________ and unless a claim is made on us within 3 months from the
date i.e. before___________________________all the claims under this guarantee
shall be forfeited and we shall be relieved of and discharged from our liabilities
hereunder.

Dated__________________day of________________20
for and on behalf of Bank.
Issued
under
seal:

Form of Bank Guarantee for Advance Page 3 of 3

Tender Page no. - 67

Payment Terms Summary


1. Earnest Money of Bidder

: Rs. 7,10,000/-(Seven Lacs Ten Thousand only)


in the form of Demand draft drawn on a scheduled bank
in favour of Indian Institute of Management,
Kashipur, payable at Kashipur.

2. Release of Earnest Money

: Successful Bidder Earnest Money shall form a


part of Total Security Deposit
Unsuccessful Bidder- The earnest money will be
returned to unsuccessful Bidder within one months after
the award and acceptance of the Letter of Intent by the
successful Bidder. The Earnest money will not bear any
interest.

3. Security Deposit

: 2.5% of the value of the accepted tender value

4. Amount of performance bond

: 5% of contract price in the form of bank


guarantee.

5. Period of commencement

: 7 (Seven) days from the date of issue of


letter of acceptance.

6. Time of Completion

: 15 (Fifteen) months from the date of


Commencement inclusive of monsoon months, if any.

7. Liquidated damages for delay

: 1.5 %( One point five Percent) per month of delay to be


computed on per day basis

8. Limit of liquidated damages

: 10 % (Ten percent) of Contract Value

9. Defects Liability period

: 365 days from the date of issue of virtual


Completion certificate.

10. Mobilization Advance

: Allowed on request
Max. 10% (Ten percent) of contract value against
irrevocable bank guarantee (value is 110% of
amount taken as advance) from any scheduled bank. A
simple interest rate of 10% shall be applied on the
advance taken. The recovery shall start from the first
running account bill

11. Payment of Materials at site.


(Secured advance)

: Upto 75 %( Seventy Five Percent) of accessed


value of Materials brought at site and as
decided by the Institute & shall be adjusted in line with
contract conditions (As per clause 10B clauses of
contract , CPWD -2014)

12. Minimum Amount of Interim /


Running account bill

: Minimum amount certified by Institute / PMC


shall be Rs 25, 00, 000 (Twenty Five Lacs)
beyond 2nd RAB

13. Frequency of submitting Interim/


Running Account Bill

: Once in 1 months

14. Payment of Interim/ running account bill

: 10 working days (after bill certification by PMC)

Payment Terms Summary Page 1 of 2

Tender Page no. - 68

15. Retention Money from Interim/Running


Account bills

: 2.5% (Two point five percent) of Interim/Running


Account bill (Max up to 2.5% of contract value)

16. Refund of Security Deposit


(Retention Money)
17.Extra Items account

: Six months after the date of completion

18. Taxes, VAT, Octroi, duty, levy,


Inspection charges, etc.

: All (except service tax which is reimbursable) are


included in the quote provided by bidder

19.Documents to be submitted by contractor for


initial payment

: Security Deposit, Performance Bank Guarantee


Insurance Policy, Contract Agreement, any additional
document required by Engineer-in-charge

: Separate bill to be raised in-addition to running bill

The above information provided has to be read along with the various clauses given in the tender document.

Dated ___________________________________ day of __________________________ 20 ____.


Signature _________________________________ in the capacity of _________________________
Duly authorised to sign tenders for and on behalf of ___________________________________________
_____________________________________________________________________________________
(IN BLOCK CAPITALS)
Address of Bidder _________________________
________________________________________

Payment Terms Summary Page 2 of 2

Tender Page no. - 69

TENDER FOR WORKS


Item Rate Tender & Contract for Works

(A)

(i)

(ii)

Tender for the work of:- Fabrication, Supply, Erection of customized furniture for
Academic Block and Student Residential Blocks at the permanent Campus, Escort
Farm, Kundeshwari, Kashipur

To be submitted by .. hours on
to
To be opened in presence of tenderers who may be present at
hours on.. in the office of

Issued to

Signature of officer issuing the documents


Designation
Date of Issue

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 Director of Institute within
the time specified in Schedule F viz., schedule of quantities and in accordance in all respect
with the specifications, designs, drawing and instructions in writing referred to in Rule-1 of
General Rules and Directions and in the Conditions of contract and with such materials as
are provided for, by, and in respect of accordance with, such conditions so far as applicable.
We agree to keep the tender open for one hundred twenty (120) days from the due date of its
opening of technical bid / ninety days from the date of opening of financial bid and not to
make any modification in its terms and conditions.
A sum of Rs. is hereby forwarded in cash/receipt treasury challan/deposit at
call receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a
scheduled bank/bank guarantee issued by a scheduled bank as earnest money. If I/We, fail
to furnish the prescribed performance guarantee within prescribed period, I/We agree that
the said Director of Institute or his successors, in office shall without prejudice to any other
right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail
to commence work as specified, I/We agree that Director of Institute or the successors in
office shall without prejudice to any other right or remedy available in law, be at liberty to

Tender Page no. - 70

forfeit the said earnest money and the performance guarantee absolutely, otherwise the said
earnest money shall be retained by him towards security deposit to execute all the works
referred to in the tender documents upon the terms and conditions contained or referred to
those in excess of that limit at the rates to be determined in accordance with the provision
contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case of
forfeiture of 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 institute, then I/We shall be debarred for tendering in institute in future forever.
Also, if such a violation comes to the notice of institute 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.
Dated:
Signature of Contractor
Witness:
Postal Address
Address:
Occupation:
ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is
accepted by me for and on behalf of the Director of Institute for a sum of Rs.
.... (Rupees)

.
The letters referred below shall form part of this contract agreement:(a)
(b)
(c)
For & on behalf of Director of Institute
Signature
Dated:

Tender Page no. - 71

Designation

Check List of Documents (to be attached)


Sr. No.

Form-1
1

Confirmation of Submission
Hard Copy
Soft Copy
Yes /
Yes /
Folder
Page No.
No
No
Name

Information

Proof of constitution :
Y/N
a) In case of sole proprietorship/HUF : an affidavit
Y/N
executed before a 1st Class Magistrate that the Bidder is
the sole proprietor of the firm/Karta of HUF.

Y/N
Y/N

b) In case of partnership firm: (Submit attested copies)


Y/N
Partnership deed attested by Notary Public
Form A or equivalent form issued by Registrar of
Firms
Form B or equivalent form issued by Registrar of
Firms
Form C or equivalent form issued by Registrar of
Firms

Y/N

c) In case of Private/Public Ltd Co. Memorandum &


Article of Association duly attested by Notary Public.
Power of attorney, if any , attested by Notary Public

Y/N

Certificates of Registration as contractor

Y/N

Certification of Registration with taxation authorities

Y/N
Y/N

Certificates of Tax Clearances (ITCC, VAT, Service Tax


etc)

Details of requisite licenses

Y/N

Y/N

Registration with EPF / ESI

Y/N

Y/N

Form-2 (i) and (ii)


7
Financial Information (certified by Chartered Accountant)

Y/N

Y/N

a) Balance Sheets for last 5 years


b) Solvency Certificate (from banker)

Y/N
Y/N

Y/N
Y/N

Y/N

Y/N

a) Attested Copies of award letters/ work Orders/ LOI for


Y/N
completed works/Photograph
b) Original or attested copies of certificates for works done, Y/N
from concerned clients

Y/N

Y/N

Y/N
Y/N
Y/N

Form-3
Details of Completed Works
8

Y/N

Check List of Documents - Page 1 of 3

Tender Page no. - 72

Form-4
9

Form-5
10

Y/N

Y/N

Y/N

Y/N

b) Work progress status report / photograph

Y/N

Y/N

c) Value of work balance

Y/N

Y/N

d) Bidding Capacity (calculation sheet to be certified by


chartered accountant)

Y/N

Y/N

Y/N

Y/N

Y/N

Y/N

Y/N

Y/N

Y/N

Y/N

Y/N

Y/N

Y/N

Y/N

Y/N

Y/N

Y/N

Y/N

Details of On-going works


a) Attested Copies of award letters/ work Orders/ LOI for
on-going

Clients Certificates regarding performance of contractor

Form-6 (I & II)


11

Team Deployment Chart


Details of Personnel to be employed for the work

Form-7
12

Details of construction plant and equipment / machinery


likely to be used in carrying out the work.
Self Evaluation Data-sheet
General Checks
Affidavit of affirmation, in original, (duly notarized) on
13
litigations as per Clause 2.3(iii) of Eligibility Conditions
Affidavit of affirmation, in original, (duly notarized) to the
14
effect that the firm has not been blacklisted as given in
Clause 2.2.6 of Eligibility Conditions
Undertaking that all taxes are clear and there are no
outstanding dues.
15
Undertaking to comply all statutory laws and indemnify to
the Institute.
16
17
18
19
20

CD/DVD containing all submittals in digital format.


ISO 9001:2008
ISO 14001:2004/18001:2007 certificate(If available)
Griha-3 or Leed gold certified building / campus (if
available)
Declaration (on its letter-head) that the bidder has visited
the site and assessed all its risks & cost
Declaration (on its letter-head) that the bidder satisfies all
the eligibility requirements given in the tender document

N.A.

N.A.

Y/N

Y/N

Y/N

Y/N

Y/N

Y/N

Y/N

Y/N

Y/N

21

Bid Processing fee

Y/N

Y/N

22

Earnest Money Deposit

Y/N

Y/N

Check List of Documents - Page 2 of 3

Tender Page no. - 73

23

Signed and stamped complete tender document along with


addendum / corrigendum/ reply to bidders queries

Y/N

Y/N

Note: Folder name for DVD to be provided by the Bidder.

Check List of Documents - Page 3 of 3

Tender Page no. - 74

Letter of Transmittal
(to be submitted along with the bid on the companys letter head)

From:

To
The Chief Engineer (Projects),
Indian Institute of Management,
Bazpur Road, Kashipur,
Udham Singh Nagar District
Uttarakhand - 244713
Subject: Submission of bid for the work of Fabrication, Supply, Erection of customized
furniture for Academic Block and Student Residential Blocks at the permanent Campus ,
Escort farm, Kundeshwari, Kashipur
Sir,
Having examined the drawings/ specifications and schedule of quantities, and satisfying
ourselves as to various conditions stated, I/we hereby offer to execute the above works at
the respective rates which I/we have quoted for the items in the Schedule of Quantities.
I/we hereby certify that all the statements made and information supplied in the bid are
true, non-contrary and correct.
I/we have furnished all information and details necessary for fulfilling the eligibility
criteria and have no further pertinent information to supply.
I/we have not made any misleading or false representation or deliberately suppressed any
information in the forms, statements or enclosures required for fulfilling the eligibility
criteria. If any misleading or false representation have been made by us, our organization
is liable to be dis-qualified at any stage of bidding process without any financial
implications over the Institute.
In the event of this tender being accepted, I/we agree to enter into and execute the
necessary contract required by the Institute within the stipulated time frame. I/we further
agree to execute and complete the work within the time frame stipulated in the tender
documents.
I/we agree to pay Sales Tax, Service Tax (though reimbursable), Works Contract Tax,
Excise Tax, Octroi, VAT, Duties, all Royalties and all other applicable taxes prevailing on
such items for which the same are leviable and the rates quoted by me/us are inclusive of
Letter of Transmittal Page 1 of 2

Tender Page no. - 75

the same. We shall have no objection to any statutory deductions that may be done by
Institute as per the government guidelines.
I/we understand that the Institute is not bound to accept the lowest tender or bound to
assign any reasons for rejecting our tender. I/we further understand that Indian Institute of
Management Kashipur may award Contracts to more than one Contractor and that I/we
shall make no claims whatsoever if Indian Institute of Management accept only a part of
my/our tender. We unconditionally agree to Institutes preconditions as stipulated in the
tender documents.
Institute reserves the right to terminate our contract and in additions to recovery of all the
dues to the Institute from the payment receivable by us. Further we may also be barred
from tendering in future for the Institute.
Any Commercial discloser in the Envelope no. 1 will disqualify me/us without any further
scrutiny.
I/we enclose herewith the completed tender documents duly signed in duplicate.

Seal of bidder
Date of submission:-Authorized Signatory of bidder:
(signature)

Letter of Transmittal Page 2 of 2

Tender Page no. - 76

Technical Specifications
1.0

CUSTOM BUILT FURNITURE WORKS

1.1

Scope:

Fabricating, supplying and placing in position following type of built in furniture of overall size
as per detail drawing & design.

1.2

Submittal:

1.2.1

Technical data

Single Bed
Study Table
Centre Table
Lounge Ottoman
Book Rack
Curtain Rod
Class Room Lecturer Table
Class Room Student Table
Class Room Screen Panel
Class Room Fixed Wall Panel

The Vendor shall provide comprehensive technical data including construction and
installation details, material descriptions, dimensions of individual components and profiles,
and finishes.
1.2.2 Samples
The contractor shall submit samples for each finish, colour, and texture required for each type
of materials used in Built-in furniture's as stated in the Bill of Quantities / Drawings / Contract
Documentation to the Engineer-in-Charge for approval.
1.2.3 Product Certificates
Submit product certificate by a qualified testing agency.
1.3

Applicable Codes:

IS 401
IS 451
IS 852
IS 1141
IS 1200 Part XII
IS 1708 (Part 1 to 18)
IS 1734
IS 2753
IS 2046

Code of practice for preservation of timber


Technical supply condition for wood screws
Specification for animal glue for general wood work purpose.
Specification for code of practice for seasoning of timber
Wood work and joinery
Testing of small clear specimen for timber
Determination of density and moisture content.
Method for estimation of preservatives in treated timber
and
in treating solutions.
For Laminate
Technical Specifications - Page 1 of 7

Tender Page no. - 77

IS 1328
IS 12817
IS 710
IS 228
IS 800
IS 813
IS 348

1.4.

Specification for veneered decorative plywood


Specification for stainless steel Butt Hinges
Specifications for Marine Plywood
Structural steel (Standard quality)
Code of practice for use of structural steel in general in steel
construction
Scheme of symbols for welding
French Polish

Workmanship:

All the Furnitures being supplied will be in ready to install & placing in position. Vendor will
depute its own team to install the Furnitures as directed of Engineer-in-Charge. Vendor shall
be fully responsible for the conduct & safety of furnitures and installations at site. After
installation & placing in position of built-in furniture, the Vendors shall be taking approval from
Engineer-in-Charge.
Vendor shall provide experienced / authorized installer (at least min. 5 years experience).
The packing of built-in furnitures in factory shall be to insured all safety measures and guide
line. All the furnitures shall be wrap up with foam/Synthetic papers/ plastic sheet and cloth to
avoid any scratches or loss of paint and other decorations.
The Storage surface should be clean and free from dust.

1.5.

Installation:

The works shall be installed rigid, straight, plumb and level and in accordance with the
manufacturer's installation instructions.
Works shall be set out accurately, true to line and level, free from undulations, with lines and
joints aligned, straight and parallel unless specified otherwise.
Works shall be fixed securely to prevent pulling away, bowing or other movement during use.
1.6.

Measurements:

Number of units shall be measured and paid.


1.7

Rates

The rates shall include the cost of labour, material involved in all the operations described in
Bill of Quantities.

1.8

General Guidelines

Technical Specifications - Page 2 of 7

Tender Page no. - 78

The Contractor shall submit samples of all materials including samples of veneer, cloth, rubber
woods etc and as deemed necessary by the clients / campus designers for approval before any
purchase . All materials pre-fabricated, delivered and assembled shall be in accordance with the
approved sample.
The Contractor shall be responsible for protecting all items. The contractor shall replace at his
own expense any damaged work caused through lack of adequate protection or care in
installation or handling .
The mock-up of all built-in furnitures shall be approved by the Engineer-in-Charge before
starting the mass production.
2.

MATERIAL SPECIFICATIONS

Timber :The moisture content of the timber during manufacture, delivery to site, storage, site working,
assembly, installation shall be 10 to 12 percent.
Timber shall be Red Merandi as a hardwood and shall be suitable for the purpose for which it is
intended. It shall be seasoned or Kiln dried, absolutely free from worm holes, large loose or
dead Knots or other defects which would affect the strength or usability and shall be flat, straight
non-splitting and dressed on all sides. It shall be matched for colours and graining.
Red Merandi wherever specified in the drawings / schedule of quantities , it is 1st quality Light
Grained of reasonably straight grains, light vein free of Knots and sap.
Timber shall be protected with an organic solvent water repellent wood preservative to give a
highly efficient protection against termite, spider, worm, all insects and fungus and rot attach
and shall, where exposed, enhance the appearance of the timber. Colour of the product shall be
such as to bring out the natural colour of the respective timbers. Fire retardant paint to timber
shall be applied as per the recommendations of manufacturer and shall comply with the
requirement of ISI / B.S. code and local fire requirements.
Plywood :Plywood boards are formed by gluing and pressing three or more layers of veneers with the
grains of adjacent veneers running at right angles to each other. The veneers shall be either
rotary cut or sliced and shall be sufficiently smooth to permit an even spread of glue. Face
veneers may be either decorative on both sides or one side commercial and the other
decorative. Plywood shall be of BWP grade as per IS 710.
6mm, 12mm & 19mm thick Plywood boards shall be used. Tolerance in thickness shall be
10% for boards up to and including 5 mm; 7% for boards from 6 to 9 mm and 5% for boards
above 9 mm thickness. The boards shall be of uniform thickness and the surfaces of the boards
shall be sanded to a smooth finish.
Samples should be approved before purchasing of the material
Veneer :The thickness of the face veneers shall be 4mm for decorative veneers for both sides, The
Technical Specifications - Page 3 of 7

Tender Page no. - 79

direction of the veneers adjacent to the core shall be at right angles to the direction of the
wooden strips. Finished faces shall be sanded to smooth even texture.
Decorative face veneers shall conform to type I decorative plywood in IS 1328.
Samples should be approved before purchasing of the material
Laminate :The thickness of the Laminate shall be used 1mm & 0.8mm.The direction of the laminate
adjacent to the core shall be at right angles to the direction of the wooden strips. Finished faces
shall be sanded to smooth even texture.
Samples should be approved before purchasing of the material

Lipping :
Lipping shall be provided on all edges of the furnitures. Lipping shall be done as per
Drawing. Joints shall not be permitted in the lipping. The material for lipping will be 2nd Class
Teak Wood.
Samples should be approved before purchasing of the material
Adhesives :The adhesives used for all wood work shall be FEVICOL or approve equivalent of
appropriate Grade. Manufacturers recommendations shall be followed for adhesive
other than above required for any specified / specialized work.
Joinery :Joinery shall be carried out strictly in accordance with the drawings, Where joints are not
specifically indicated recognized forms of joints shall be used. Joinery shall conform to IS
Standards.
Cork Sheet :The procurement of Cork Sheet should be done as per IS 4253.
Parameter
Thickness
Hardness
Tensile Strength
Compressibility
Recovery
Compression Set
Dimensional stability
Flexibility
Fluid Resistance Test in transformer oil
Change in Volume

(as per IS 4253 Part2:2008 RC70A)


3 to 25 +/- 0.25
70 +/- 5
Min. 900
30-45
Min. 80
Max. 90
Max. 1.5
Pass
N.A.

Technical Specifications - Page 4 of 7

Tender Page no. - 80

Chemical test on water extract pH


Chloride content
Sulphate content

5.0 8.5
Max. 0.2
Max. 0.2

Deviations / Tolerances to these parameters may be allowed on a case specific basis.


Samples should be approved before purchasing of the material

Foam Cushions & Cushion Wraps & Cloth Lining:


The foam should be HR(High Resilient) rated
The following is specification of Foam could be use. The final selection will be after a mockup
of the same. The exact density mentioned in the drawings against each Density type is only
indicative and is not in conflict with the information provided below.
Density Type
High Density
High Density
High Density
High Density
Medium Density
Medium Density
Medium Density

Approx ILD
40
40
40
40
Max 20
Max 20
Max 20

Approx Density Kg /m3


28
30
32
35
18
20
23

"Cushion Wraps" need to provided and the material needs to be laminated to the foam using
special foam glues.
Organic 100% Cotton Lining should be used while covering the foam cushion. Thread Count
should be approx 70 x 70 (Wrap & Weft ). Shrinkage approximately 5%. EPI ( Ends per inch)
and Picks per inch approx 30 x 30. Deviations may be accepted in these parameters. Also
Parameters mentioned in IS 1535 should be referred.
The fabric should be free of the following flaws:
More than two adjacent ends running parallel, broken or missing and extending
beyond 20 cm

Weft crack or more than two missing picks across the width of the material

Prominently noticeable weft bar due to the difference in raw material, count, twist,
lustre, etc

Noticeable selvedge defects


Noticeable warp or weft float in the body
Noticeable oil or other stains
Noticeable hole; cut or tear up to 3 mm in size
Smash rupturing the texture of the fabric
Undressed snarls noticeable throughout the piece
Conspicuous gout due to foreign matter usually lint or waste woven into cloth

Conspicuous broken pattern and Any other flaw which would mar the appearance or
affect the serviceability or durability of the cloth.
Samples should be approved before purchasing of the material
Technical Specifications - Page 5 of 7

Tender Page no. - 81

Mild Steel, Stainless Steel :


As per CPWD Specification Volume I/2009.
Painting & French Polish Works :
Please refer IS:348 & CPWD specification Vol 2 for French polish

Rubber Wood sheet with finger jointed and edge glued :


The following must be the base specifications :
Timber type is Rubber Wood
Uniform clear light colour and 2 sides A Grade quality
The panels are kiln dried 10 % (+/- 2 %)
Lamellas in average 45mm wide (35-55), uniform per panel
Minimum length of Lamina except end Lamina is 500mm.
Grains have to be straight along the length of the sheet. Visible grain variation not
allowed

Glue is form D4 water resistant grade


Both sides sanded 180 G
Density approx 550 - 650 kg /m3
Thickness tolerance of approx 0.5 mm
Width tolerance of approx 0.1 mm
Length tolerance of approx 0.5mm
Warpage of less than 2mm in the length of 1000mm along the longer length of the sheet
No wane, no rot, no split &crack, no glue line on either side. This Free of knots, blue
stains, end & surface cracks, tapping marks, mineral & starch streaks, torn off fingers. is
a must for each piece of the lot.
Also Parameters mentioned in IS 1659 should be referred.
Samples should be approved before purchasing of the material
3.

LIST OF APPROVED MAKES OF MATERIALS

Note: Before procurement from the List of approved makes above, the approval of the
Engineer-in-Charge is necessary.

Technical Specifications - Page 6 of 7

Tender Page no. - 82

ITEM DESCRIPTION

RUBBER WOOD

GOMMA WOOD
PRODUCTS PVT LTD

INDIA WOOD
COMPANY

FERO WOOD

EURO PRATIK

ARCHIDPLY
INDUSTRIES
LTD.

PLYWOOD

EURO DECOR PVT.


LTD.

ARCHIDPLY
INDUSTRIES LTD.

GREENPLY

DONEAR /
SONEAR

CENTURY
PLY

MERINO

GREENLAM

VENEER

EURO DECOR PVT.


LTD.

ARCHIDPLY
INDUSTRIES LTD.

GREENPLY

DONEAR /
SONEAR

CENTURY
PLY

MERINO

GREENLAM

EURO DECOR PVT.


LTD.

ARCHIDPLY
INDUSTRIES LTD.
(Z4435F/B5038SF/ GREENLAM
BSF5041)

DONEAR /
SONEAR

CENTURY
PLY

MERINO

GREENLAM

BALAJI CORKS &


RUNNER INC

NUCORK

GUJARAT CORK ANCHOR


& RUBBER PVT. CORK PVT.
LTD.
LTD.

BERGER

JOTUN

HILTI

LAMINATE

PRISTINE

RUBBER CORK SHEET

TECHNOLOGIES &
INDUSTRIES (UNIT OF
BALASARIA AGENCIES
PRIVATE LIMITED)

PAINTS

ASIAN PAINTS

AKZO NOBEL DULUX

FASTENERS

HILTI

FISCHER

SS BOLTS, WASHERS, NUTS

KUNDAN

PUJA

ATUL

SYNTHETIC ENAMEL

ASIAN PAINTS

AKZO NOBEL DULUX

BERGER

TATA (TISCO)

RINL

JINDAL

BLUM (MODUL 100


DEG)

HAFELE

HETTICH (SENSYS
8645I 110 DEG)

ELITE

DORSET

DORMA

GIESSE

HARDWARE - HANDLE

BLUM

HAFELE
(117.40.622
MANDALAY + M4 x HETTICH
28mm HANDLE
SCREWS

ELITE (1268)

DORSET

DORMA

GIESSE

HARDWARE - TELESCOPIC
CHANNEL RUNNER SYSTEM
HARDWARE - MAGNETIC
PRESSURE CATCH

BLUM (430E5500V
FULL EXTENSION)

HAFELE

HETTICH

ELITE

DORSET

DORMA

GIESSE

HETTICH

ELITE

DORSET

DORMA

GIESSE

HARDWARE - LEG LOWES

BLUM

HETTICH

ELITE

DORSET

DORMA

GIESSE

HARDWARE - SOCKETS

LEGRAND ARTEOR
MUKUND
(6075/6076/6095/609 BENZOVILLE
6)

MS TUBES, PIPES,
RECTANGULAR, SQUARE
SECTIONS, FLATS, BARS, ANGLES, SAIL
TEE SECTIONS, ETC.
HARDWARE - HINGE

HARDWARE - PIVOT HINGES

BLUM

HAFELE
(245.75.320)
HAFELE
(635.48.210 MINI
LEG WITH
651.01.330 BASE
LEVELER M10)
CRABTREE

WELDING ROD

ADVANI

ESAB

CHAIR

FEATHERLITE

WIPRO

SAFETY WALK

3M

GKW

SCHNEIDER
VENUS INDUSTRIES

DURIAN

Technical Specifications - Page 7 of 7

Tender Page no. - 83

BOQ Summary - Customised Furniture

NIT No. 15/IIMKASHIPUR/2015-16

BILL OF QUANTITY (SUMMARY)


Name of Work- Fabrication, Supply & Erection of Customized Furniture for Academic Block and Student
Residential Blocks at the Permanent Campus, Escort Farm, Kundeshwari, Kashipur
S. No.
1
2
3

Amount (Rs.)

Description

In Figure

Student Residential Block


Academic Block (without Chair)
Chair
Total

Tender Page no. - 84

In Word
0.00
0.00
0.00
0.00

1 of 12

BOQ - Customized Furniture

NIT No. 15/IIMKASHIPUR/2015-16

BILL OF QUANTITY
S.No

Description

Unit

Qty

Rate (Rs.)
In Figure In word

Amount

BUILT IN FURNITURE
Fabricating, supplying and placing in position built in
furniture of over all size as shown below as per detail
drawings & design. (Note :- All Materials are to be sample
approved by the Client & the Architect before mass
fabrication of the furniture.)
Notes :(i) All loose furniture shall be same in size & finishes as per
the approved design and drawing.
(ii) Vendor shall prepare and submit shop drawing of
required loose furniture before fabrication and obtain written
approval of the Client & the Architect.
(iii) The rates shall be inclusive of all materials as required
for the furniture item & as per detail shop drawing. Nothing
extra shall be paid.
(iv) The rate shall include wood preservative paint to all
surfaces of wood, plywood, french polish on exposed
wood/veneer, stitching of fabric, adhesives, MS frame wotk
with Synthetic enamel paint of approved shade and make
etc. as required. Rate to include for all necessary items reqd.
to complete the job as per design & dwg. All the ply should
be Marine Ply.
(v) The rate shall be inclusive of suitable packing of the
finished furniture & supply & fixing of the same to site &
shifting in the rooms
(vi) The contractor shall be fabricate a sample of each
furniture based on approved shop drawing before
commencing the mass production.
(vii) The rate shall be inclusive of all taxes duties , labour
cess, education cess, etc complete
(viii) All drawers and sliding shutters shall slide on metallic
roller guide arrangement.
(ix) All hardwares like locks, handles shall be included in
quoted rates. The hardware shall be approved by the
Engineer-In-Charge.
(x) All joinery work shall be as per drawings and good
engineering practice as applicable. These shall be duly
approved by the engineer incharge before finishing of the
furniture items.
(xi) Marine ply, Laminates and Veneer as per approved
texture shade from approved make. The basic rate to be
considered for Veneer is 1400 Rs / SqMt, while the basic
rate to be considered for Laminate (1mm) is 400 / SqMT.
(xii) The base cost of the upholestry for the Cushion Cover
should be considered as 800 Rs /Sqmt

Tender Page no. - 85


2 of 12

BOQ - Customized Furniture

S.No
1
1.01

Description

NIT No. 15/IIMKASHIPUR/2015-16

Unit

Qty

Each

230

Each

230

Over All Size 750mmX750mmX380mm (Refer Drawing No.


Each
ID_CENTAB_01)

80

Rate (Rs.)
In Figure In word

Amount

STUDENT RESIDENTIAL
SINGLE BED
Fabricating, Supplying & Placing in position Single Bed of
size 2013mm x 1019mm x 413 mm height / Head Board
Height 657 mm. comprising of Bed Frame with Mild Steel
(MS frame work of section & size as shown in drawing)
cladding with 12 mm thick Marine ply finished with 1 mm
thick Laminate, 50 x 25 x 10 mm Rubber Leg Lowes , 6 mm
thick Marine ply resting over 25 x 25 mm ( 1.6 mm thick )
M.S. Sections including all necessary welding, grinding,
nails, glues, screws, lipping, synthetic enamel paint, French
polishing, hardware, all necessary fixing arrangement etc
complete as per design and drawing.

Over All Size 2013mm x 1019mm x 413 mm (Refer


Drawing No. ID_SGLBED_01)
1.02

STUDY TABLE
Fabricating, Supplying, Fixing & Placing in position Study
Table of size 3' - 8" x 2' x 2' - 6" height comprising with Table
Frame with Mild Steel (MS frame work of section & size as
shown in the drawing) Cladding with 12mm thick Marine ply
finished with 1 mm thick Laminate and 6mm thick Marine ply
finished with 0.8mm thick laminate inside the table top,
Rubber Leg Lowes, Table Top made out of 19mm thick
Plywood board finished with 1 mm thick Laminate , Drawer
Unit combination of Two Sliding Drawers and One Openable
shutter made out of 12mm thick ply both side & base with
6mm thick & front 19mm thick Marine ply with 1mm thick
laminate including all necessary fixing arrangement, nails,
glues, screws, magnetic catchers, handles, hinges, sliding
channel for drawers, wooden lipping, French polishing,
Synthetic Enamel painting, hard wood (red merandi) block,
telescopic channel, rubber leg lowes, magnetic pressure
catch, other required hardware, All framework intermittently
for support and strength including anti corrosive Paint
finished with Black Enamel Paint etc Complete as per design
and drawing.
Over All Size 3' - 8" x 2' x 2' - 6" (Refer Drawing No.
ID_STDYTB_01)

1.03

CENTER TABLE
Fabricating, Supplying, Fixing & Placing in position Centre
Table of size 750 x 750 x 380 mm height comprising with 25
mm Thick Rubber Wood Table Top finished with french
polish and Base with MS Frame work (MS frame work of
section & size as shown in drawing) supported in the Centre
with M.S. Hollow Pipe with Rubber leg lowes fixed on M.S.
flats as shown in drawing. Including All framework welded
for support and strength including Enamel Paint, welding,
grinding, nails, glues, screws, lipping, synthetic enamel
paint, French polishing, rubber leg lowes , all necessary
fixing arrangement etc. complete as per design and drawing.

1.04

LOUNGE OTTOMAN

Tender Page no. - 86


3 of 12

BOQ - Customized Furniture

S.No

Description

NIT No. 15/IIMKASHIPUR/2015-16

Unit

Qty

Each

480

Fabricating, Supplying & Fixing in position Book Rack of


size 3' - 8" x 0' - 11 1/2" x 0' - 10" height comprising of MS
frame (MS frame work of section & size as shown in
drawing) cladded with 6 mm thick Marine ply finished with 1
mm thick Laminate, including all framework intermittently for
support and strength including anti corrosive Paint finished
with Enamel Paint, welding, grinding, screws, painting,
synthetic enamel paint, French polishing, fasteners, all
necessary fixing arrangement etc. complete as per design
and drawing.
Over
All
Size
3'-8'X1"X10"(Refer
Drawing
No.
Each
ID_BOKRCK_01)

460

Rate (Rs.)
In Figure In word

Amount

Fabricating, Supplying & Placing in position Lounge


Ottoman of size 500 x 500 x 430 mm height comprising of
Top made out of 12 mm Thick Marine ply finished with
Laminate on the bottom surface & enamel paint on the top
surface, wooden lipping on edges as per drawing, 100 mm
th. Cushion comprising of High Density Foam 35Kg. / Cu.M.
+ 50 mm Medium Density Foam 20Kg. / Cu.M. including
removable Tapestry Cover tied with string , (Fabric and
colour as per approved makes) fixed with Velcro to Base
Framework (MS frame work of section & size as shown in
drawing) and in Centre M.S. Hollow Pipe with Rubber leg
lowes fixed on M.S. Flats as shown in drawing Including all
necessary fixing arrangement, welding, grinding, screws,
synthetic enamel paint, French polishing,, Rubber legs
lowes, Painted MS flats etc. complete as per design and
drawing.
Over All Size 500 x 500 x 430 mm (Refer Drawing No.
ID_LOUOTT_01)
1.05

1.06

BOOK RACK

CURTAIN ROD
Supplying & Fixing in position Curtain Rod of size as
mentioned below comprising ofS.S. Hollow Tube (S.S. 202
Satin Finish) fixed with S.S.Flat Brackets (SS 202 Brush
Finish) of size & number as shown in drawing including
welding, grinding, screws, fastners, all necessary fiixng
arrangement etc. complete as per design and drawing.

1.06.1 CURTAIN ROD 01


Over All Length
ID_RODCUR_01)

830mm

1.06.2 CURTAIN ROD 02


Over All Length
ID_RODCUR_02)

1630mm

1.06.3 CURTAIN ROD 03


Over All Length
ID_RODCUR_03)

2430mm

1.07
1.07.1
1.07.2
1.07.3
1.07.4

(Refer

(Refer

(Refer

Drawing

Drawing

Drawing

No.
Each

100

Each

500

Each

20

Each
Each
Each
Each

50
25
50
50

No.

No.

ADDITIONAL SETS OF HARDWARE FOR STORE


Rubber Leg lowes
Telescopic Channels
Magnetic Pressure Catch
Handle

Tender Page no. - 87


4 of 12

BOQ - Customized Furniture

S.No

Description

1.07.5 Cushion Covers Removable for Ottoman

NIT No. 15/IIMKASHIPUR/2015-16

Unit

Qty

Each

40

Rate (Rs.)
In Figure In word

Amount

TOTAL FOR STUDENT RESIDENTIAL

2
2.1
2.1.1

CLASS ROOMS
90 PAX CLASSROOMS
CLASS ROOM LECTURER'S TABLE
Fabricating, Supplying and Placing in position Curved
Lecturer's Table of size 2055mm X 1125mm x 748mm
height comprising with 25mm thick Rubber Wood Table Top,
Side of the table Cladding with 12mm thick Marine ply
finished 4mm thick veneer of approved make from out side
and 1mm thick laminate from inside, Base frame work with
Mild Steel (MS frame work of section & size as shown in
drawing). Including all necessary fixing arrangement,
welding, grinding, nails, glues, screws, lipping, synthetic
enamel paint, French polishing, All framework intermittently
for support and strength etc. complete as per design and
drawing.
Each
Over All Size 2055 X 1125 x 748mm (Refer Drawing No.
ID_SCLLRT_01)

2.1.2

CLASS ROOM STUDENT TABLE


Fabricating, Supplying, Fixing & Placing in position Class
Room Student Table as per types mentioned below
comprising of Base Frame work (MS frame work of section &
size as shown in drawing) , Apron support with vertical
Table Top Support Member cladding with 6mm thick Marine
ply finished with 4mm thick textured Veneer of approved
make and 1 mm thick laminate of approved make, Table
Top made of 25 mm thick Rubber Wood Board, including
necessary fixing arrangements, Supplying and fixing switch
outlets, cable managers, Sockets, welding, grinding, nails,
glues, lipping, Synthetic enamel paint, french polishing,
fastners, all framework intermittently for support and strength
etc complete as per design and drawing.

2.1.2.1 CLASS ROOM STUDENT TABLE EDGE 1_01


Over All Size 4765mmX645mmX748mm (Refer Drawing
Each
No. ID_SCL9E1_01)

16

2.1.2.2 CLASS ROOM STUDENT TABLE EDGE 2_01


Over All Size 4765mmX645mmX748mm (Refer Drawing
Each
No. ID_SCL9E2_01)

16

2.1.2.3 CLASS ROOM STUDENT TABLE EDGE 3_01


Over All Size 4765mmX645mmX748mm (Refer Drawing
Each
No. ID_SCL9E3_01)

16

2.1.2.4 CLASS ROOM STUDENT TABLE EDGE 4_01


Over All Size 4765mmX645mmX748mm (Refer Drawing
Each
No. ID_SCL9E4_01)

16

2.1.2.5 CLASS ROOM STUDENT TABLE EDGE 5_01


Over All Size 1630mmX645mmX748mm (Refer Drawing
Each
No. ID_SCL9E5_01)

16

2.1.2.6 CLASS ROOM STUDENT TABLE MIDDLE 1_01

Tender Page no. - 88


5 of 12

BOQ - Customized Furniture

S.No

Description

Unit

NIT No. 15/IIMKASHIPUR/2015-16

Qty

Over All Size 2635mmX645mmX748mm (Refer Drawing


Each
No. ID_SCL9M1_01)

2.1.2.7 CLASS ROOM STUDENT TABLE MIDDLE 2_01


Over All Size 5875mmX645mmX748mm (Refer Drawing
Each
No. ID_SCL9M2_01)

2.1.2.8 CLASS ROOM STUDENT TABLE MIDDLE 3_01


Over All Size 8755mmX645mmX748mm (Refer Drawing
Each
No. ID_SCL9M3_01)

2.1.2.9 CLASS ROOM STUDENT TABLE MIDDLE 4_01


Over All Size 12574mmX645mmX748mm (Refer Drawing
Each
No. ID_SCL9M4_01)

2.1.2.10 CLASS ROOM STUDENT TABLE MIDDLE 5_01


Over All Size 4015mmX645mmX748mm (Refer Drawing
Each
No. ID_SCL9M5_01)

2.1.3

Each

50

2.1.3.3 Hinges

Each

50

2.2.1

40 PAX CLASSROOMS
CLASS ROOM LECTURER'S TABLE 01
Fabricating, Supplying and Placing in position Curved
Lecturer's Table of size 2055mm X 1125mm x 748mm
height comprising with 25mm thick Rubber Wood Table Top,
Side of the table Cladding with 12mm thick Marine ply
finished 4mm thick veneer of approved make from out side
and 1mm thick laminate from inside, Base frame work with
Mild Steel (MS frame work of section & size as shown in
drawing). Including all necessary fixing arrangement,
welding, grinding, nails, glues, screws, lipping, synthetic
enamel paint, French polishing, All framework intermittently
for support and strength etc. complete as per design and
drawing.
Each
Over All Size 2055 X 1125 x 748mm (Refer Drawing No.
ID_SCLLRT_01)

2.2.2

Amount

ADDITIONAL SETS OF HARDWARE FOR STORE

2.1.3.2 Cable Manager

2.2

Rate (Rs.)
In Figure In word

CLASS ROOM STUDENT TABLE


Fabricating, Supplying, Fixing & Placing in position Class
Room Student Table as per types mentioned below
comprising of Base Frame work (MS frame work of section &
size as shown in drawing) with steel , Apron support with
vertical Table Top Support Member cladding with 6mm thick
Marine ply finished with 4mm thick textured Veneer of
approved make and 1 mm thick laminate of approved make,
Table Top made of 12 mm thick Rubber Wood Board,
including necessary fixing arrangements, Supplying and
fixing switch outlets, cable managers, Sockets, welding,
grinding, nails, glues, lipping, Synthetic enamel paint, french
polishing, fastners, all framework intermittently for support
and strength etc complete as per design and drawing.

2.2.2.1 CLASS ROOM STUDENT TABLE EDGE 1_01


Over All Size 3765mmX645mmX748mm (Refer Drawing
Each
No. ID_SCL4E1_01)

12

Tender Page no. - 89


6 of 12

BOQ - Customized Furniture

S.No

Description

NIT No. 15/IIMKASHIPUR/2015-16

Unit

Qty

2.2.2.1 CLASS ROOM STUDENT TABLE EDGE 2_01


Over All Size 4465mmX645mmX748mm (Refer Drawing
Each
No. ID_SCL4E2_01)

12

2.2.2.1 CLASS ROOM STUDENT TABLE EDGE 3_01


Over All Size 3065mmX645mmX748mm (Refer Drawing
Each
No. ID_SCL4E3_01)

12

Rate (Rs.)
In Figure In word

Amount

Tender Page no. - 90


7 of 12

BOQ - Customized Furniture

S.No

Description

Unit

NIT No. 15/IIMKASHIPUR/2015-16

Qty

2.2.2.1 CLASS ROOM STUDENT TABLE MIDDLE 1_01


Over All Size 2485mmX645mmX748mm (Refer Drawing
Each
No. ID_SCL4M1_01)

2.2.2.1 CLASS ROOM STUDENT TABLE MIDDLE 2_01


Over All Size 5165mmX645mmX748mm (Refer Drawing
Each
No. ID_SCL4M2_01)

2.3

Rate (Rs.)
In Figure In word

Amount

CLASS ROOM_SCREEN PANELS


Fabricating, Supplying & Fixing in position Screen Panels of
Overall size 4000 mm x 3305 mm height comprising of 8
Nos. of Panels made out of wooden frame, with 100x50
mmX3mm thick MS Channel fixed on RCC Mother Slab /
Beam bottom, The pivoted panels made out of 2" x 2"
Wooden outer frame , 1" x 2" middle horizontal wooden
member and approved Fabric between frames (Basic Cost
of Fabric Rs. 180 / - per Mt.), Including Panels pivoted with
Dorma or equivalent System as per approved makes, Black
Enamel Paint, anti corrosive treatment, French Polish,
welding, grinding, screws, fastner, nails, all necessary fixing
arrangement etc Complete as per Drawing & Design.
Each

40

Over All Size 2045mmX1052mm (Refer Drawing No.


Each
ID_SCLFWP_01)

162

CLASS ROOM_FLOOR STICKERS


Floor stickers, 2" wide, with anti-slip & luminenscent /
reflective surface

400

Over All Size 4000 mm x 3305 mm (Refer Drawing No.


ID_SCL9SP_01)
2.4

CLASS ROOM FIXED WALL PANEL_01


Fabricating, Supplying & Fixing in position Fixed wall Panel
made out of wooden frame, the panels, member size as
shown in drawing , 25mm thick rubber cork sheet covered
with fabric of approved sample with base of 12mm thick
Marine ply. ( Basic Cost of Fabric Rs. 180 / - per Mt. ).
19mm Thick Marine ply finished with 0.8mm thick laminate of
approved make fixed with 45X20X3mm round end right MS
angle with fasteners as per drawing. Including Enamel
Paint, anti corrosive treatment, French Polish, nails, glues,
SS Screws (8x25mm), washer for screw, 12mm thick wood
lipping, all necessary fixing arrangement etc. complete as
per design and drawing.

2.5

MTR

Total CLASS ROOM

Tender Page no. - 91


8 of 12

BOQ - Customized Furniture

S.No

Description

3.00

BOUGHT OUT FURNITIRE (CHAIR)


All Furniture sample proto types shall be approved by the
Design Consultant/Client before supplying.
The rate shall be inclusive of suitable packaging of the
finished furniture & supply of the same to site & moving to
the location.
All taxes, duties, frieght charges and any other misc cost
shall be inclusive of the rate qouted.
The rate shall be including loading, unloading, transportation
etc complete.
The above dimensions are out to out approx. dimensions.
The product shall be complete as per image and
specification under the guidance of Engineer in Charge.

3.1

CLASS ROOM_STUDENT CHAIR

Unit

NIT No. 15/IIMKASHIPUR/2015-16

Qty

Rate (Rs.)
In Figure In word

Amount

Ergometric Chair - ARMLESS

Providing and fixing Chair having Centre Tilt Mechanism with


Tilt Locking and upright position lock facility designed
with:360 degree revolving type with seat height adjustment
knob and Tilt tension adjustment.
Chair should have pneumatic height adjustment with
pneumatic gas lift.
BASE: 640 mm Nylon base. 5 Nylon castors with embedded
metal rings and Ribs. The base can sustain 400kg static
pressure.
GAS COLUMN: 100 mm Stroke Gas Operated BIFMA
Standard . 100000 times up and down
TILTING MECHANISM: UP AND DOWN AND
REVOLVABLE. Push back mechanism.
ARMS: NO Arms

Tender Page no. - 92


9 of 12

BOQ - Customized Furniture

S.No

Description

NIT No. 15/IIMKASHIPUR/2015-16

Unit

Qty

Each

924

Rate (Rs.)
In Figure In word

Amount

SEAT and BACK: Made of 12mm thick plywood with


waterfall curvature with t (T Nut) and High density foam. Hot
pressed plywood and polyurethane foam upholstered with
foam laminated polyester mesh fabric and covered at bottom
with injection moulded poly-propylene seat cover. The back
is injection moulded nylon and is upholstered with high
tenacity mesh fabric. The backrest has a poly-propylene
cover.
PU: High quality durable PU . 1.0mm Thickness.7 Layer Ply
CHAIR HEIGHT MAX : 900-1010 mm
CHAIR WIDTH : 500 mm
SEAT HEIGHT MIN : 420 mm Maximum 510 mm
SEAT WIDTH : 500 mm
SEAT DEPTH : 490 mm
The above dimensions are out to out approx. dimensions.
The product shall be complete as per image and
specification under the guidance of Engineer in Charge.

Tender Page no. - 93


10 of 12

BOQ - Customized Furniture

S.No

3.2

Description

NIT No. 15/IIMKASHIPUR/2015-16

Unit

Qty

Each

72

Rate (Rs.)
In Figure In word

Amount

CLASS ROOM_STUDENT TELLER CHAIR


Ergometric Chair - ARMLESS WITH TELLAR FOOT RING

Providing and fixing Chair having Centre Tilt Mechanism with


Tilt Locking and upright position lock facility designed
with:360 degree revolving type with seat height adjustment
knob and Tilt tension adjustment.
Chair should have pneumatic height adjustment with
pneumatic gas lift.
BASE: 640 mm Nylon base. 5 Nylon castors with embedded
metal rings and Ribs. The base can sustain 400kg static
pressure.
GAS COLUMN: 100 mm Stroke Gas Operated BIFMA
Standard . 100000 times up and down
TILTING MECHANISM: UP AND DOWN AND
REVOLVABLE. Push back mechanism.
ARMS: NO ARMS
TELLER BASE: A 15 inch diameter chrome foot ring
SEAT and BACK: Made of 12mm thick plywood with
waterfall curvature with t (T Nut) and High density foam. Hot
pressed plywood and polyurethane foam upholstered with
foam laminated polyester mesh fabric and covered at bottom
with injection moulded poly-propylene seat cover. The back
is injection moulded nylon and is upholstered with high
tenacity mesh fabric. The backrest has a poly-propylene
cover.
PU: High quality durable PU . 1.0mm Thickness.7 Layer Ply
CHAIR HEIGHT MAX : 900-1010 mm
CHAIR WIDTH : 500 mm
SEAT HEIGHT MIN : 420 mm Maximum 510 mm
SEAT WIDTH : 500 mm
SEAT DEPTH : 490 mm
The above dimensions are out to out approx. dimensions.
The product shall be complete as per image and
specification under the guidance of Engineer in Charge.

Tender Page no. - 94


11 of 12

BOQ - Customized Furniture

S.No

3.3

Description

NIT No. 15/IIMKASHIPUR/2015-16

Unit

Qty

Each

14

Rate (Rs.)
In Figure In word

Amount

CLASS ROOM_FACULTY CHAIR


Ergometric Chair - WITH ARMS

Providing and fixing Chair having Centre Tilt Mechanism with


Tilt Locking and upright position lock facility designed
with:360 degree revolving type with seat height adjustment
knob and Tilt tension adjustment.
Chair should have pneumatic height adjustment with
pneumatic gas lift.
BASE: 640 mm Nylon base. 5 Nylon castors with embedded
metal rings and Ribs. The base can sustain 400kg static
pressure.
GAS COLUMN: 100 mm Stroke Gas Operated BIFMA
Standard . 100000 times up and down
TILTING MECHANISM: UP AND DOWN AND
REVOLVABLE. Push back mechanism.
ARMS: Flip PP Arms
SEAT and BACK: Made of 12mm thick plywood with
waterfall curvature with t (T Nut) and High density foam. Hot
pressed plywood and polyurethane foam upholstered with
foam laminated polyester mesh fabric and covered at bottom
with injection moulded poly-propylene seat cover. The back
is injection moulded nylon and is upholstered with high
tenacity mesh fabric. The backrest has a poly-propylene
cover.
PU: High quality durable PU . 1.0mm Thickness.7 Layer Ply
CHAIR HEIGHT MAX : 900-1010 mm
CHAIR WIDTH : 500 mm
SEAT HEIGHT MIN : 420 mm Maximum 510 mm
SEAT WIDTH : 500 mm
SEAT DEPTH : 490 mm
The above dimensions are out to out approx. dimensions.
The product shall be complete as per image and
specification under the guidance of Engineer in Charge.

GRAND TOTAL FOR BOUGHT OUT FURNITURE

Tender Page no. - 95


12 of 12

Potrebbero piacerti anche