Thanks to visit codestin.com
Credit goes to www.scribd.com

0% found this document useful (0 votes)
88 views93 pages

Strengthening of 120 High and Higher Secondary School in Manipur Under NESIDS (OTRI) Scheme in EPC Mode

The Government of Manipur is inviting bids for the strengthening of 120 High and Higher Secondary Schools under the NESIDS(OTRI) Scheme with an estimated cost of ₹ 8281.94 lakh and a completion time of 24 months. Bidders must submit their bids electronically by March 4, 2025, and provide a bid security of ₹ 124.23 lakh. Eligibility requirements include valid contractor registration, financial turnover, and completion of similar works within the last five years.

Uploaded by

arunknura
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
88 views93 pages

Strengthening of 120 High and Higher Secondary School in Manipur Under NESIDS (OTRI) Scheme in EPC Mode

The Government of Manipur is inviting bids for the strengthening of 120 High and Higher Secondary Schools under the NESIDS(OTRI) Scheme with an estimated cost of ₹ 8281.94 lakh and a completion time of 24 months. Bidders must submit their bids electronically by March 4, 2025, and provide a bid security of ₹ 124.23 lakh. Eligibility requirements include valid contractor registration, financial turnover, and completion of similar works within the last five years.

Uploaded by

arunknura
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 93

GOVERNMENT OF MANIPUR

EDUCATION ENGINEERING WING


EDUCATION (S) DEPARTMENT, MANIPUR
Babupara, Near D.C. Office (Old), Imphal West

e-TENDER DOCUMENT
For

Strengthening of 120 High and Higher


Secondary School in Manipur under
NESIDS(OTRI) Scheme in EPC Mode
NIT NO. 2/4-FIN/CE-EEW/2025

Estimated Cost: ₹ 8281.94 lakh


Time allowed: 24 Months (01 months approval time plus 23
months for execution of original work)
Earnest Money Deposit (EMD): ₹ 124.23 lakh

Last Date of Bid Submission: 4th March 2025 up to 4:00 PM

Imphal, the 17th February, 2025


This page has been left blank.
**DISCLAIMER**
This e-tender document is for the purpose of inviting bids for the work "Strengthening
of 120 High and Higher Secondary Schools in Manipur under NESIDS (OTRI) Scheme in
EPC Mode". The issuance of this document does not imply any binding obligation on the
part of the tendering authority to accept any bid submitted in response. The authority
reserves the right to accept or reject any or all bids, annul the tendering process, or cancel
the tender without any prior notice or assigning any reason.
The information contained in this document is provided on an "as-is" basis. While all
efforts have been made to ensure the accuracy of the information contained in this
document, it does not purport to contain all the information that the bidders may require.
All costs and expenses incurred by bidders in connection with the preparation and
submission of their bids, including any compliance with the instructions and specifications
herein, shall be borne solely by the bidders. The tendering authority shall not be responsible
or liable for any costs or expenses, regardless of the outcome of the bidding process.
---
TABLE OF CONTENTS
Description Page
NOTICE INVITING e-TENDER 1

SECTION - I INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR E-


7
TENDERING.
SECTION I: INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-
9
TENDERING
DESIGN CONSIDERATIONS & REQUIREMENTS (CIVIL WORK) 12

SECTION II - TECHNICAL BIDS 18


BRIEF PARTICULARS OF THE WORK 20
INFORMATION & INSTRUCTIONS FOR BIDDERS 23
PROFORMA 1 – CRITERIA FOR EVALUATION OF TECHNICAL BID 25

SECTION III- INFORMATION REGARDING ELIGIBILITY 26


LETTER OF TRANSMITTAL 28
FORM ‘A’ – FINANCIAL INFORMATION 29
FORM ‘B’ – DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS
30
COMPLETED
FORM ‘C’– BIDDER INFORMATION FORM 31
INTEGRITY PACT 32
DECLARATION REGARDING BLACKLISTING OR LITIGATION 33

SECTION IV – OTHER IMPORTANT INFORMATIONS 34


CHECKLISTS OF DOCUMENTS TO BE SCANNED AND UPLOADED 36
IMPORTANT DATES 37
BILL OF QUANTITY (BOQ) 38
FORM OF PERFORMANCE SECURITY/ BANK GUARANTEE BOND 39
FORM OF BID SECURITY/ BANK GUARANTEE BOND 40
PROFORMA OF SCHEDULES 41

SECTION V-Scope of Work, User Requirements and Technical Specifications 46


USER REQUIREMENT & SCOPE OF WORK 48

SECTION VI - LAYOUT AND ARCHITECTURAL DRAWINGS 50


LAYOUT AND ARCHITECTURAL DRAWINGS 52

SECTION VII - TECHNICAL SPECIFICATIONS 77


MINIMUM ACCEPTABLE SPECIFICATIONS 82

SECTION VIII - PAYMENT SCHEDULE FOR ORIGINAL WORK 85


PAYMENT – SCHEDULE FOR ORIGINAL WORK 87
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 7

SECTION I

INFORMATION AND INSTRUCTIONS FOR


BIDDERS FOR E-TENDERING
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 8
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 9

GOVERNMENT OF MANIPUR
EDUCATION ENGINEERING WING, EDUCATION (S) DEPARTMENT, MANIPUR
Babupara, Near D.C. Office (Old), Imphal West

SECTION I: INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR E-TENDERING

NIT No: 2/4-FIN/CE-EEW/2025 Imphal, the 17th February 2025

The Chief Engineer, Education Engineering Wing, Education (S) Department, Manipur on behalf of
the Governor of Manipur invites composite bids in two bid system (Technical & Financial Bid) on
Engineering Procurement Construction (EPC) basis in electronic tendering mode, from approved and
eligible contractors for the following works listed below:

Sl.
Particulars Details
No
Strengthening of 120 High and Higher Secondary School
1 Name of work
in Manipur under NESIDS(OTRI) Scheme in EPC Mode

2 NIT No. & Date 2/4-FIN/CE-EEW/2025 dated 17-02-2025


Estimated Cost (Including Labour
3 ₹ 8,281.94 lakhs
CESS & CGST)
4 Bid Security ₹ 124.23 lakhs

5 Time allowed for completion of work 24 (twenty four) months


6 Type of Tender Open e-tender
7 Date of publication 17-02-2025
8 Document Sale Start Date 17-02-2025
9 Document Sale End Date & Time 04-03-2025 up to 4:00 PM
10 Bid Submission Start Date 18-02-2025
11 Pre Bid Meeting 21-02-2025 at 2:00 PM
12 Bid Submission END Date & Time 04-03-2025 up to 4:00 PM
13 Date of Opening of Technical Bid 05-03-2025 at 2:00 PM
14 Date of Opening of Financial Bid To be notified later for Technically qualified bidders
Rupees twenty thousand
15 Tender Fee (Non Refundable) ₹ 20,000.00
only
As per BoQ uploaded at e-Procurement System of
16 Price Bid & Item Details Government of Manipur
https://manipurtenders.gov.in/nicgep/app

All physical documents including EMD as submitted


Last Date for physical submission of during bid must be submitted on or before 12:00 PM of
17
documents 05.03.2025 to the Office of the Chief Engineer, Education
Engineering Wing, Education (S) Department, Manipur

2. Contractors who fulfil the following requirements shall be eligible to apply. Joint ventures are not
accepted.
a) Should have valid registration certificate as civil contractor and electrical contractor with Manipur
PWD or other Engineering Department registered in appropriate class.
b) Should have the valid PAN.
c) Should have GST Registration certificate.
d) Should have latest GST Clearance Certificate or latest GSTR-3B.
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 10

e) Should have latest Professional Tax Payment Receipt/ Chalan


f) Should have satisfactorily completed similar the works as mentioned below during the last five years
ending 31st December, 2024:

Three similar works each costing not less than ₹. 2070.50 lakh,
or
Two similar works each costing not less than ₹. 2898.70 lakh,
or
One similar work costing not less than ₹. 4140.00 lakh

Similar work shall mean works of construction of RCC framed structure including all wired and piped
services comprising of Internal Water Supply, Sanitary Installations, drainage, Internal Electrical
Installations, Site Development, Firefighting, Fire Alarm system, Substation Equipment, External Service
Connections etc all complete and executed under one agreement in India.

2.1. Should have had Average Annual Financial Turnover of ₹. 4141.00 lakhs on civil/electrical
construction works during the last three years ending 31st March, 2024.
2.2. The intending bidder must read the terms and conditions of Manipur PWD Form-6 carefully. He
should only submit his bid if he considers himself eligible and he is in possession of all the documents
required.
2.3. This information and instructions for bidders posted on website shall form pay of bid document.
2.4. The bid document consisting of Plans, Specifications, Schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents can be seen and downloaded from website www.manipurtenders.gov.in free of cost.
2.5. Original Demand Draft/ Pay Order/ Bank Guarantee towards Bid Security and Tender Fee for
Tender shall be posted/couriered/handed over in a sealed envelope to:
The Chief Engineer,
Education Engineering Wing,
Education (S) Department.
Near D.C. Office (Old), Babupara, Imphal – 795001

and shall have to be reached on or before 12:00 PM of 5th March, 2025 during office hours and soft copy of
the same instruments to be uploaded along with bid on e-procurement website: www.manipurtenders.gov.in
in Bid Security details and Tender Fee details. Instruments received other than uploaded on e-procurement
website shall not be accepted and such bid will be rejected on the basis of non-submission of Bid Security
and Tender Fee.

2.6. Those contractors not registered on the website mentioned above, are required to get registered
beforehand.
2.7. The intending bidder must have valid class-III digital signature to submit the bid.
2.8. On opening date, the contractor can login and see the bid opening process. After opening of bids,
he will receive the competitor bid sheets.
2.9. Contractor can upload documents in the form of PDF format only.
2.10. Certificate of Financial Turn Over: At the time of submission of bid contractor may upload
Affidavit/Certificate from CA mentioning Financial Turnover of last 3 years or for the period as specified in
the bid document and further details if required may be asked from the contractor after opening of technical
bids. There is no need to upload entire voluminous balance sheet.
2.11. Contractor must ensure to quote rate of each item.
2.12. In addition to this, while selecting any of the cells a warning appears that if any cell is left blank the
same shall be treated as "0". Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of
such item shall be treated as "0" (ZERO).
2.13. However, if a tenderer quotes nil rates against each item in item rate tender, the tender shall be
treated as invalid and will not be considered as lowest tenderer.
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 12

3. DESIGN CONSIDERATIONS & REQUIREMENTS (CIVIL WORK)

3.1. The Design controls based upon design guidelines/criteria laid down in various BIS codes have
been prepared and is given as under.
3.2. Type of Structure –RCC structure / shear wall as per Tenderer’s Own Structural Designs. The
tenderer should invariably adopt the indicative architectural plans, elevations enclosed to develop
detailed architectural drawings to tender with little changes, if necessary, with permission of
Engineer in Charge.
3.3. Plain and reinforced concrete shall be cast -in-situ / precast concrete. Precast concrete is allowed if
design is based on precast technology.
3.4. All concrete to be used /prepared in RCC shall be Design Mix RMC.
3.5. Design criteria of RCC structural units shall conform to the Design requirements of Latest Version
of IS:456-2000.
3.6. Minimum grade of concrete for In-situ concrete shall be of M-20 Grade as per Latest version of
IS:456-2000.
3.7. High yield strength deformed bars or equivalent TMT bars of grade Fe 500 D or Fe 550Dconfirming
to IS 1786 (Latest Version), as per approved structural design, shall only be used in all RCC work.
3.8. The permissible stresses for plain and reinforced concrete shall be in accordance with the
requirements of Latest Version of IS: 456-2000.
3.9. Components of RCC structure shall be designed for loads in accordance with IS 875 (Parts l to 5)
and IS 1893 (Latest Version). (Part 1). In addition, loads that might be expected during the
construction shall also be considered in the design.
3.10. Resistance to horizontal loading shall be provided by having moment resisting frames and/or shear
walls.
3.11. The structure shall be designed for Fire rating of two hours.
3.12. Then considering thermal shrinkage and heat effects, provisions of expansion Joints as per IS
3414(Latest Version) shall be provided.
3.13. Frame members i.e., Beams & columns to be designed for shear and moments as per the values
obtained from model analysis. All other components of the building shall be designed with
approved design programs. Design calculations shall be provided for all the components of the
structure.
3.14. Basic load calculations shall be provided for all values of loads applied on all members in STAAD
model / E-tabs model or any other approved design programs.
3.15. Water retaining structures shall be designed in accordance with relevant provision of IS: 3370
(Part-I to part-IV, Latest Version). In addition, Earthquake forces as per IS 1893 shall (Latest
Version) also be considered.
3.16. FOUNDATION
3.16.1. Soil Investigation has to be taken up by the tenderer (if necessary). Further subsurface
investigation if required, shall be carried out indicating vertical sections of the strata,
testing of soil samples in a reputed and approved testing laboratory, preferable
IIT/NIT/CSIR Lab for determining shear strength parameters, bearing capacity of the soil,
permeability, index properties, water table, compressibility characteristics, swelling
properties type & classification of soil and other geophysical information to decide
economical & sound foundation type.
3.16.2. Depth of Exploration(If necessary):
The bore holes shall be made up to the required depths as per IS: 1892 (latest version). In
weak soils, the exploration should be continued to a depth at which the loads can be
sustained without undesirable settlement and shear failure. Water level in the bore shall be
determined in accordance with, IS: 6935 (latest version). The cement concrete foundation
(plain or reinforced) shall be designed in accordance with IS 456 (Latest Version).
Masonry structures (foundation & superstructure) shall be designed in accordance with IS
1905 (Latest version). Design Considerations for Spread or Strip foundation shall be as
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 13

per I.S. 1080 (Latest version). Pile foundation shall be designed as per IS 2911 (latest
version).
3.16.3. Pile foundation
Since adequate load-bearing strata at shallow zone is not available, pile foundation is to
be provided. Choice of piling system shall be made based on the soil report values, load
values of the super-structure. Design Consideration for Piling system shall be as per
relevant provisions in IS 2911(Latest version). Testing of piles and other requirements
shall be as per IS 2911(Latest version) section-1 Para-4 and IS:14593 (latest revision).
The minimum diameter of pile shall be 450 mm & minimum depth of pile shall be 12.70
meter.
3.16.4. Seismic considerations
i. Dynamic analysis shall be performed on latest version of STAAD PRO / E-tabs. Considering
the site being in the border of Seismic Zone IV & V, parameters conforming to Seismic Zone
V is to be considered for design. Dynamic analysis, if required, shall be performed by
Response Spectrum method using the design spectrum specified under clause 6.4.2 of IS
1893 (Latest Version). RC building frame system / wall system shall be designed and
detailed to provide ductile behaviour and shall comply with the requirements given in IS
4326 and IS 13920. In the buildings with Dual frame system, the RC frame as well as the
shear walls shall be designed and detailed to provide ductile behaviour and comply with the
requirements given in IS 4326 and IS 13920.
ii. Time period of the structure shall be taken as per clause 7.6 of IS 1893 (latest version).
iii. Torsional forces in the structure arising out of mass or stiffness irregularity shall be dealt as
per clause 7.9 of IS 1893 (latest version).
iv. To perform well in earthquake, the building shall be of simple & regular configuration and of
adequate lateral strength, stiffness and ductility. The building shall be considered as
irregular, if at least one of the conditions given in Tables 4 & 5, of IS 1893 (part1)2002 is
applicable.
3.17. Seismic consideration in design of Isolated footings/pile caps
i. The site area being in border of Seismic Zones IV & V, the individual spread footings/pile
caps shall be interconnected with ties. The ties shall be provided at the foundation level
(pile cap level) and at Plinth level.
ii. All ties shall be designed to carry in tension and in compression, an axial force equal to
Ah/4 times the larger of the column or pile cap load where Ah is as per clause 6.4.2 of IS
1893 (part-1)2002.
iii. The ties are to be designed for additional load of filler wall if acting in addition to otherwise
computed forces.
3.18. Separation Between adjacent buildings:
3.18.1. Two adjacent buildings or two adjacent units of the same building with separation Gap in
between shall be separated by a distance equal to the amount R times the sum of the
calculated storey displacements calculated as per clause 7.11.1 of IS 1893 (part-1)2002
each of them, to avoid damaging contact when the two units deflect towards each other.
When floor levels of two similar adjacent units or buildings are at the same elevation
levels, factor R in this requirement may be replaced by R/2. In addition, due allowance for
Thermal Expansion shall also be made.

3.19. SCOPE OF WORK


3.19.1. The work shall be executed on EPC basis involving getting all local body clearances, soil
testing, structural design & drawings, all services design & drawings ,integrated services
drawings, all shop drawings, RCP and technical data sheet for specialized works as
required, proof checking of structural and E & M services including road design &
drawings, constructions & commissioning of buildings & services and obtaining completion
certificate in accordance with layout plan, architectural, structural and E & M services
drawings. The detailed working architectural drawings shall be got prepared by the
contractor based on indicative layout plan and architectural plans provided in the bid
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 14

document. Based upon the Architectural drawings, the structural design, E & M services
design, conduiting & piping route drawings, layout drawings of All electrical switches, fans
& fittings, layout details of fittings and fixtures in Toilets, required shop and RCP drawings,
integrated services design and drawings shall be got prepared by the contractor.
3.19.2. Scope of work contained in the paras mentioned below is only indicative and not
exhaustive. In addition, the contractor shall be responsible for executing all items required
for completing the various buildings in all respects to make them habitable/usable for their
intended purpose and ready for occupation complete as per direction of Engineer-in-
charge.
3.19.3. Monthly Progress Report: “Monthly Progress Report” of the work(s) should be submitted to
the concerned Engineer-in- Charge before 10th of every month.
3.19.4. Local Body Approval: -
i. Agency will get the scheme i/c bulk services (civil & electrical) with one deep tube well
approved from the local bodies wherever required before start of the work and as & if
required after completion of the work also. However, if modification is required in any
of the architectural /E&M services drawing/any other drawing by any of the local
bodies, the same shall be carried out by the contractor at his own cost.
ii. The contractor shall obtain all mandatory approval and No Objection Certificate for
taking up the work from competent authority such as Head of the institute or
department.
iii. The contractor has to prepare all the documents as required and submit directly to the
local statutory bodies.
iv. The contractor shall at his own cost collect field samples and carry out all necessary
tests required for submission of necessary applications.
v. The contractor has to comply and, if necessary, resubmit applications as required by
the local bodies.
vi. If required the contractor has to appoint, at his own cost, consultants for obtaining
local body approval.
vii. Three final copies of the documents prepared shall be submitted to Engineer-in-
Charge for record.
viii. All the documents created out of the assignment will become the sole property of the
Department.
ix. The contractor shall obtain completion and /or occupation certificate after completion
of the project from head of the institute before handing over.
3.20. Contractor will get the detailed soil investigation done as per relevant IS code, NBC 2016 etc. as
applicable through the reputed soil consultant, as approved by E-in-C having professional
experience of at least 15 years and must have carried out soil investigation successfully for at least
two similar works & one set of test report shall be deposited with the department. The department
may verify the results submitted by the agency, if need be.
3.21. Contractor will get the scheme approved from local fire authority before start of work as well as
after completion of the work.
3.22. Tenderer may satisfy himself by conducting pre-soil tests if he so requires. However, an indicative
soil investigation report is uploaded for general guidelines of the Bidders, although this will not have
any bearing on the quoted rates by the bidders. Tenderer will be required to conduct detailed soil
investigation including detection of harmful chemicals for buildings pockets separately at their own
cost for carrying out structural design of building pocket, through soil consultants for advising the
type of cement to be used in foundation to take care from the harmful effect of the chemicals
encountered in the soil in contact with foundation.
3.23. Structural Design:
3.23.1. Prepare complete structural design, drawings for foundation, superstructure and for other
related structures of various buildings as per provision contained in IS/ relevant codes
under Seismic Zone V.
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 15

3.23.2. The contractor shall take all precautions and submit method statement like filling of sand in
pit or any other measures approved by Engineer-in-charge so that vibrations from Rolling
Stock/Railway Track are not transferred to the structures tendered for. Nothing extra shall
be paid to contractor for the execution of related work on this account.
3.23.3. The structural drawings shall be got proof checked from the agency which can be any NIT
/IIT / any Engineering college approved by Education Engineering Wing, Education (S)
Department, Manipur Similarly, the E& M services design and drawings including
integrated services drawings, road design shall be got proof checked by the bidder from
the institute approved by the department. The structural drawings and E & M services
drawings, with proof vetting report, shall be issued to Education Engineering Wing,
Education (S) Department, Manipur for scrutiny and approval as GFC prior to start of any
execution of work at site by the contractor. If any modification in design/ drawing is needed
as per site conditions, or as desired by proof checking agency, the bidder shall do/ redo
the design without any extra cost. The decision of the Engineer-in-charge shall be final
and binding. No claim whatsoever will be entertained in this regard. The cost of proof-
checking shall be borne by the contractor but agency shall be approved by E-in-C,
Education Engineering Wing, Education (S) Department, Manipur. The design basis report
shall be submitted by the agency within 20 days of issuance of Letter of
Award/Acceptance, which shall be approved by Education Engineering Wing, Education
(S) Department, Manipur within 10 working days. Thereafter, the agency shall submit the
structural and E&M services and road design and drawings within 45 days’ time which
shall be approved in another 45 days by Education Engineering Wing, Education (S)
Department, Manipur, which includes the scrutiny period by the proof checking agency.
3.23.4. Construction includes construction and finishing of the buildings complete as well as
related structure and services as per the technical specifications provided along with this
NIT.
3.23.5. Planning, preparing drawing for internal services and execution of the same i.e., internal
sanitary work, water supply work, drainage system etc. complete for the building including
all pipes, its fittings, testing etc. complete as approved by Education Engineering Wing,
Education (S) Department, Manipur.
3.23.6. Water supply: Water supply lines will be laid as per scheme prepared, submitted by the
contractor and approved by Engineer-in-charge.
3.23.7. Pipe line will be provided for supply of water through Dual pipe system, i.e.
3.23.8. Pipe lines for supply of Municipal / R.O. treated Deep Tube Well water for kitchen through
overhead tank.
3.23.9. Pipe lines for supply of water from available source of water/Deep Tube Well for Bath, W.C
through overhead tank.
3.23.10. For this, different Tanks of required capacity will be provided at the terrace. Separate
stacks of down take pipe lines from tanks on terrace to each supply area and from tanks
on terrace up to outside plinth protection of appropriate diameter as per design and
approved will be provided for supply of treated STP water, Municipal/R.O. treated Deep
Tube well water and Raw Tube well water.
3.23.11. Statutory fees / connection charges, if any, is to be paid to the local bodies by the
contractor. The cost of restoration of any services damaged by the agency during
execution shall also be borne by him. The contractor shall carry out a Radar survey for
locating any underground services up to depth of foundation and shift the falling services,
if any from the working area of the tendered buildings at no extra cost to Education
Engineering Wing, Education (S) Department, Manipur.
3.23.12. Taking all precautionary measures to safeguard against any accident for the contractor’s
employees, general public, supervisory staff of Education Engineering Wing, Education (S)
Department, Manipur and its by providing necessary safety equipment e.g., MS sheet
barricading etc. and Personal Protection Equipment e.g., helmets, safety shoes etc. at
work site.
3.23.13. The site has to be kept clean of all debris, rubbish and dirt & surplus/waste material all the
time during execution and after completion of works. It also includes maintenance,
cleaning & de-silting the drains, pipe lines laid by the agency for all services etc. executed
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 16

by the agency to the entire satisfaction of the Engineer-in-charge during the maintenance
periods. Cleaning and de-silting will also be done by the agency before handing over the
completed institutional campus to Education Engineering Wing, Education (S) Department,
Manipur. All machines, equipment and labour for this purpose will be arranged by
contractor.
3.23.14. The contractor will submit the schedule containing the item, rates (i.e., DSR reference, if
available), and quantities of items, detailed measurements & specifications (four sets)
within three months from the date of start of the work to accord the T.S if required by
Engineer-in-charge.
3.23.15. Contractor shall procure design mixed concrete from approved external or at site installed
RMC plant of adequate capacity with computer control for weigh batching and feeding of
all concrete materials as per all approved design parameters and shall ensure that the
quality and strength of cement concrete procured from RMC plant is as per design
requirement through a well-defined quality control system, testing of samples,
transportation of concrete(IS 4926:2003) and continuous analysis of result as per CPWD
specification and relevant Indian Standards. Sufficient number and capacity of TMs shall
be deployed by contractor with concrete pump and placing boom to ensure timely and
quality execution of work.
3.23.16. The scope of work includes Construction of Classrooms, Laboratory and Library buildings
for High and Higher Secondary Schools in Manipur along with Internal Electrical work, Fire
Fighting System, Plumbing & Water Supply.
3.23.17. All labour employed by the firm/ contractor shall be got registered with Manipur Building
and Other Construction Workers’ Welfare Board, ESIC and EPF, etc.
3.23.18. Maintenance / defect liability period would be uniformly two (2) year from the date of taking
over the respective buildings complete in all respects & fit for occupation. However,
maintenance of other building activities such as cleaning, sweeping of pocket & de-silting
of sewer lines, S.W. Drain shall be done only once, at the time prior to handing over the
respective pocket. The DLP will be only limited to removal of defects noticed in the works
pertaining to quality of material and /or workmanship for works carried out by the agency.
3.23.19. Structural defect liability period would be uniformly Ten (10) year from the date of taking
over the respective buildings complete in all respects & fit for occupation for which
guaranty bond for Ten (10) years should be submitted for amount of 1% of the tendered
cost at the time of handing over.
3.23.20. The final plinth level will be decided soon after actual start of work at site. Plinth level of
the building shall be minimum 750 mm above the crown of finished road. Changes if any,
would not affect the agreed rates and no claim on this account shall be entertained.
3.23.21. The above scope of work includes within quoted cost, cost of all materials, manpower,
equipment, T&P fixtures, accessories, shuttering, scaffolding, designing, preparation of
GFC ( Architectural, civil, structural, E&M works) , shop drawings and technical data sheet
for all relevant works, proof vetting of design of civil, structural and E&M services from
approved reputed institutes , royalties, taxes, GST, watch & ward, site barricading, EPF,
ESIC, BOCW registration, compliances to all EHS norms, obtaining GRIHA 5 star rating,
all Pre, During and Post construction statutory approvals , all COVID protocols of GOI to
be complied, all relevant insurances incl. CAR policy to be obtained , site lab, testing of
material as directed by E-in-C , mock up preparation for internal and external finishes work
and all other essential elements for completion and DLP of works as aforesaid whatsoever
as directed by E-in- C. The approval accorded by Education Engineering Wing, Education
(S) Department, Manipur before acceptance of tender is only for tender evaluation. Any
changes, modifications, revisions etc. required to be done by Education Engineering Wing,
Education (S) Department, Manipur, local bodies, proof consultants etc. in accordance
with applicable standards and tender document will have to be done by contractor at
contractor’s cost and nothing extra shall be payable.
3.23.22. Planning, designing and providing required firefighting system for proposed building as per
NBC norms and chief fire officer’s approval including the provision of required capacity
underground water tank, overhead tank, pumps, hydrant, extinguisher, sprinklers,
provision of refuge area, fire stair case etc. all to the entire satisfaction of CFO.
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 17

3.23.23. The contractor shall bear the expenditure of service cable for making the electric
connection from office campus to feeder point of service provider as per the specification
of concerned local body.
3.23.24. In case of any discrepancy in the number, quantity and specification of any item in various
parts / sections of bid document, the higher number / quantity as well as richer
specification of an item shall be considered during design and execution of the work
without entertaining any claim from contractor for any extra payment / compensation.
3.23.25. Out of 24 months as stipulated period, the time limit for Planning & Designing, proof vetting
& obtaining statutory approvals shall be maximum 3 months. The remaining period i.e., 21
months will be for completion of entire work fit for its end use. The details scope of work for
the components may also be seen with in this document.
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 18

SECTION II

TECHNICAL BID
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 19
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 20

GOVERNMENT OF MANIPUR
EDUCATION ENGINEERING WING, EDUCATION (S) DEPARTMENT, MANIPUR
Babupara, Near D.C. Office (Old), Imphal West

BRIEF PARTICULARS OF THE WORK


4. Salient details of the work for which bids are invited are as under:

Sl. No. Name of work Estimated Cost Period of Completion


1 2 3 4
1 Strengthening of 120 High and Higher
Secondary School in Manipur under ₹ 8281.94 lakh 24 months
NESIDS(OTRI) Scheme in EPC Mode

The sub-components of the work are as follows:


Sl. Nature of work Quantity Unit
1 Construction of 1 Classrooms 14 numbers
2 Construction of 3 Classrooms 106 numbers
3 Construction of Science Laboratory 14 numbers
4 Construction of Physics Lab Room 11 numbers
5 Construction of Chemistry Lab Room 13 numbers
6 Construction of Biology Lab Room 11 numbers
7 Construction of Computer Room 19 numbers
8 Construction of Library Room 20 numbers

4.1. The work sites are located at 120 different locations covering all the Assembly Constituencies of Manipur.

4.2. Work shall be executed according to General Conditions of Contract for Manipur PWD Form 7/8 and
other documents enclosed in the bid document.

4.3. This work is to be executed on ENGINEERING, PROCUREMENT AND CONSTRUCTION (EPC) basis.
The execution will be done on the basis of drawings and schedule to be prepared by the consultant
appointed by the Contractor, after due approval of E-in-C. The specialized consultants appointed by the
agency/contractor should give complete details related to planning and design. The functional units within
the scope of work can have competing needs and priorities. Idealized scenarios and strongly-held
individual preferences must be balanced against mandatory requirements, actual functional needs and
taking into consideration local culture and traditions in the architectural form of the proposed buildings.
The drawings and schemes shall be got approved from Education Engineering Wing, Education (S)
Department, Manipur in line with CPWD GCC EPC projects 2020, CPWD Specifications (civil) 2019 Vol
I & II, CPWD general specifications Electrical Part I, Part III, Part IV, Part V, Part VI, Part VII, Part VIII,
CPWD Specification ( Horticulture & landscape ) 2020 with correction slips issued up to last date of
submission of Bid, relevant IS codes, National Building Code 2016 and other standard specifications
suitable for such buildings and latest technology will be followed in general except otherwise mentioned
in the bidding document. Samples of the materials of approved make shall be got approved from the
Engineer-in-charge before use in the work.

4.4. The scope of work includes Construction of Classroom, Laboratory and Library buildings for High and
Higher Secondary Schools in Manipur along with Internal Electrical work, Fire Fighting System, Plumbing
& Water Supply.

4.5. Obtaining mandatory approvals from local bodies/ State & Central authorities/ Municipal Corporation etc.
including tree cutting/tree transplantation permissions etc. for the complete work is in scope of this
contract. Approvals as per latest Manipur Building Byelaws with up to date correction slips, necessary
Environmental Clearance from the appropriate authority, NOC from Fire Department, obtaining Green
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 21

Building Certificate etc. and any other statutory approval/MCI/ AERB/Central Licensing Approving
Authority etc. related to building for office campus, approval from authorities required for commencing
the work, execution of civil work i/c finishing, façade, etc. & E&M services all complete and handing over
the assets. Contractor shall also take all necessary measures required to be taken to remove any live or
dead service lines running through the plot area without any extra cost. DLP against all defects regarding
quality of material /workmanship in the completed building(s) & all services i/c Fire Fighting System,
horticulture etc. for a period of one year from the actual date of completion (called defect liability period)
is included in the scope of work. The scope is inclusive of topographic & contour survey, subsoil
investigation and all ancillary works. The cost of labour, material, tools and plants, shuttering, scaffolding,
site barricading, all taxes/duties, PF/ESI/BOCW, all labour related insurances incl. CAR policy , EHS
norms , watch and ward, working in shifts for timely completion, any work required related to Covid
protocol as per CPWD guidelines and machinery required for execution of the whole project as per Layout
plan & detailed design and drawings to be approved, specifications etc. is within the scope of this work
within the quoted cost and nothing extra will be admissible under any circumstances.

4.6. Buildings: Building plans of various buildings are only indicative. The plinth area details included in scope
of works are as per architectural drawings with this document:

4.7. Minimum Plinth Area to be provided –

Sl.No. Name of Component Minimum Plinth Area


1 One Classroom/ Computer Room/Science 58.06 Sq.m
Laboratory
2 Three Classroom 210.26 Sq.m
3 Physics/ Chemistry/ Biology Laboratory 102.93 Sq.m
4 Library 85.87 Sq.m

4.8. All works has to be executed as per specifications provided in the bid document, MSR-2022 for civil work
MSR-2011 for electrical, CPWD GCC EPC project 2020, relevant IS codes and National Building Codes
2016 with latest amendment issued up to the date of submission of Bid (in case of difference of
specifications, if any, among these specifications /codes, stringent / higher specification of the two shall
be followed. In absence of MSR Specification, IS Codes, MoRTH Specifications, National Building Code
2016 Specifications or sound engineering practices and other standard specifications suitable for modern
non-residential buildings and latest technology shall be adopted as per order of precedence defined in
the contract. The decision of E-in-C shall be final and binding in this matter.

4.9. The scope of works & specifications are given in general. The EPC work shall include all the incidental
works required to be carried out for complete and satisfactory execution and occupation of the buildings
even if not mentioned. The work shall be carried out, all in accordance with true intent and meaning of
the specifications and the approved drawings taken together, regardless of whether the same may or
may not be particularly shown on the drawings and/ or described in the specifications, provided that the
same can be reasonably inferred there from. There may be several incidental works, which may not
mentioned/missed in the tender document/specifications but will be necessary to complete the item in all
respect. All these incidental works/ costs which are not mentioned, but are necessary to complete the
work to enable effective occupation and use of buildings, shall be deemed to have been included in the
overall amount quoted by the EPC contractor for various components of work. No adjustment of rates
shall be made for any variation in quantum of incidental works due to variation/change in actual working
drawings. Also, no adjustment of rates shall be made due to any change in incidental works or any other
deviation in such element of work (which is incidental to the items of work and are necessary to complete
such items in all respects) on account of the directions of Engineer-in-charge. Nothing extra shall be
payable on this account.

4.10. Brief Description of Activities


4.10.1. Planning:
(a) Survey, investigation (including soil investigation) and other related works & services.
(b) Architectural planning of buildings & services in the campus and obtaining all statutory/
local body approvals. The agency shall also take permission from Forest /Fire
Department/Environment/Pollution control Board /any other local authority etc. required to
start construction work as per plinth area given above.
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 22

(c) The structural design of earthquake resistant RCC framed structure buildings & design of
MEP services in the campus and getting approval from Education Engineering Wing,
Education (S) Department, Manipur and proof vetting of drawings (structural and MEP
services) by reputed approved institute such as NIT/IIT.
(d) Design and construction of buildings, services, fittings etc. as per 5 STAR GRIHA rating
including dual plumbing system, energy saving LED lights etc.
(e) Building shall be designed for differently-able persons as per the latest norms of Central
Govt.
(f) The guidelines & regulation issued by National Disaster Management Authority for
management of building should also be incorporated in the design of building.
4.10.2. Execution of work:
(a) After approval from Education Engineering Wing, Education (S) Department, Manipur and
getting approval from local bodies including necessary modifications as per the
requirements, to do execution of works as per the scope of buildings & services defined
in the contract document, CPWD Specifications (civil, Electrical and horticulture), NBC-
2016, IS Codes, MoRTH Specifications and Sound Engineering Practices and handing
over the assets.
(b) Submission of completion plan of the building & services including getting
approval/clearance from local bodies. Submission of building & services plan & drawings
and other related documents both in hard copy (3 sets) and the soft copy (in Auto CAD)
after completion (i.e., ‘As-built’).
(c) Clearance of site and deep cleaning of buildings (internal and external) before Handing
over of the facilities/buildings after fulfilling all the obligations under the contract.
(d) Obtaining necessary clearances/licenses from different local bodies, statuary authorities
required to make office building fully operational during/after completion of work including
handing over all warranties/guaranties/ manual /maintenance schedule of installed MEP
equipment.

4.10.3. Defect Liability Period (DLP) of 2 (two) years


(a) Free defect liability period for buildings, horticulture works and services for one year after
completion of this complete EPC project as certified by E-in-C (not from the date of actual
commissioning of installations).
(b) Free maintenance of all horticulture related works under the scope of works for one year
after the completion of work.
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 23

INFORMATION & INSTRUCTIONS FOR BIDDERS


5. General:

5.1. Letter of Transmittal and forms for deciding eligibility are given in Section III.
5.2. All information called for in the enclosed forms should be furnished against the relevant columns in the
forms. If for any reason, information is furnished on a separate sheet, this fact should be mentioned in
the relevant column. Even if no information is to be provided in a column, a “nil” or “no such case” entry
should be made in that column. If any particulars/ query is not applicable in case of the bidder, it should
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 bid being summarily disqualified. Bids received
late will not be entertained.
5.3. Reference, information and certificates from the respective clients certifying suitability, technical
knowledge, or capability of the bidder should be signed by an officer not below the rank of Executive
Engineer or equivalent.
5.4. The bidder may furnish any additional information which he thinks is necessary to establish his
capabilities of successfully complete the envisaged work. He is, however, advised not to furnish
superfluous information.

5.5. Definitions:
5.6. In this document the following words and expressions have the meaning hereby assigned to them.
5.7. Employer: Means the Chief Engineer, Education Engineering Wing, Education (S) Department, Manipur
acting through the concerned Executive Engineers, Education Engineering Wing, Education (S)
Department, Manipur
5.8. Bidder: Means the individual, proprietary firm, firm in partnership, limited company private or public or
corporation registered with Manipur PWD or any other Government Engineering Department.
5.9. “Year” means “Financial Year” unless stated otherwise.

5.10. Method of application: The Bid documents shall be signed as described below and scanned copy
uploaded.
5.11. If the bidder is an individual, the application shall be signed by him above his full written name and
current address.
5.12. If the bidder is a proprietary firm, the application shall be signed by the proprietor above his full
typewritten name and the full name of his firm with its current address.
5.13. If the bidder is a firm in partnership, the application shall be signed by all the partners of the firm above
their full typewritten names and current addresses, or, alternatively, by as partner holding power of
attorney for the firm. In the latter case a certified copy of the power of attorney should accompany the
application. In both cases a certified copy of the partnership deed and current address of all the partners
of the firm should accompany the application.
5.14. If the bidder is a limited company or a corporation, the application shall be signed by a duly authorized
person holding power of attorney for signing the application accompanied by a copy of the power of
attorney. The bidder should also furnish a copy of the Memorandum of Articles of Association duly
attested by a Public Notary.

5.15. Final decision-making authority:


The employer reserves the right to accept or reject any bid and to annul the process and reject all bids
at any time, without assigning any reason or incurring any liability to the bidders and to restrict the list of
qualified contractors to any number deemed suitable by it, if too many bids are received satisfying the
laid down criterion.

5.16. Particulars provisional:


The particulars of the work given in Section I are provisional. They are liable to change and must be
considered only as advance information to assist the bidder.

5.17. Site Visit:


The bidder is advised to visit the site of work, at his own cost, and examine it and its surroundings to
himself collect all information that he considers necessary for proper assessment of the prospective
assignment.
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 24

5.17.1 Successful Bidder shall make arrangement to provide 2 (two) number of four wheeler for site
visit by the Engineers of Education Engineering Wing, Education (S) Department, Manipur.

5.18. Initial criteria for eligibility:


5.18.1. The bidder should have satisfactorily completed as prime contractor or sub-contractor at least
similar works during the last five years ending 31st December, 2024. For this purpose, cost of work
shall mean gross value of the completed work including cost of materials supplied by the
Government/ Client but excluding those supplied free of cost.

Three similar works each costing not less than ₹. 2070.50 lakh,
or
Two similar works each costing not less than ₹. 2898.70 lakh,
or
One similar work costing not less than ₹. 4140.00 lakh

Similar work shall mean works of construction of RCC framed structure including all wired and piped
services comprising of Internal Water Supply, Sanitary Installations, drainage, Internal Electrical
Installations, Site Development, Firefighting, Fire Alarm system, Substation Equipment, External Service
Connections etc all complete and executed under one agreement in India.

5.19. The bidder should have had Average Annual Financial Turnover of ₹. 4141.00 lakhs on construction
works during the last three consecutive years Balance Sheet duly audited by a Chartered Accountant
ending 31st March, 2024. Year in which no turnover is shown would also be considered for working out
the average.

5.20. The bidder should have sufficient number of Technical and Administrative employees for the proper
execution of the contract. The bidder shall have to submit a list of these employees stating clearly how
these would be involved in this work.

5.21. Evaluation Criteria:


5.21.1. The details submitted by the bidders will be evaluated in the following manner:
5.21.2. The initial criteria prescribed in para 1.3 to 1.4 above in respect of experience of similar class
of works completed and financial turn over etc. will first be scrutinized, and the bidder’s eligibility
of the work is determined.
5.21.3. The bidders qualifying the initial criteria as set out in para 1.3 to 1.4 above will be evaluated
for following criteria by scoring method on the basis of details furnished by them.

(a) Financial strength (Form ‘A’) Maximum 40 marks


(b) Experience in eligible similar nature of works Maximum 60 marks
during last five years (Form ‘B’)

Total 100 marks

To become eligible for short listing for financial bid the bidder must secure at least fifty percent marks
in each and sixty percent marks in aggregate.

The Department, however, reserves the right to restrict the list of such qualified contractors to any
number deemed suitable by it.

5.22. Financial information:


Bidder should furnish the Annual financial statement for the last three years ending 31st March,
2024 in (Form ‘A’).

5.23. Experience of similar works


5.23.1. The bidder should furnish the list of eligible similar nature of works successfully completed
during the last five years in (Form ‘B’).

5.24. Organization information


Bidder is required to submit the information in respect of his organization in (Form ‘C’).
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 25

5.25. Letter of Transmittal


The bidder should submit the letter of transmittal attached with the document.

5.26. Opening of Price Bid/ Financial Bid


After evaluation of applications, a list of short-listed bidders will be prepared. Thereafter, the financial
bids of only the qualified and technically acceptable bidders shall be opened at the notified time, date
and place in the presence of the qualified bidders or their representatives.

5.27. Bid Validity


The validity of the tenders shall be reckoned from the date of opening of the bids. The bids shall
remain valid for 90 days. If a tenderer withdraws his tender within the period without giving any
satisfactory explanation for such withdrawal, he shall be disqualified from submitting any tender for
works under Education (S) Department, Manipur for a minimum period of 1 (one) year.

5.28. Award criteria


5.29. The employer reserves the right, without being liable for any damages or obligation to inform the
Bidder, to:
(a) Amend the scope and value of contract to the bidder.
(b) Reject any or all the applications without assigning any reason.

5.30. Any effort on the part of the bidder or his agent to exercise influence or to pressurize the employer
would result in rejection of his bid. Canvassing of any kind is prohibited.

PROFORMA 1 – CRITERIA FOR EVALUATION OF TECHNICAL BID

Attributes Evaluation
(a) Annual Average (40 (i) 60% marks for minimum eligibility criteria
Turnover marks) (ii) 100% marks for twice the minimum
eligibility criteria or more
In between (i) & (ii) – on pro-rata basis

(b) Experience in similar (60 (i) 60% marks for minimum eligibility criteria
nature of works marks) (ii) 100% marks for twice the minimum
eligibility criteria or more
In between (i) & (ii) – on pro-rata basis

Note:

1. Annual Average Turnover (in Form ‘A’) shall be duly certified by a Chartered Accountant.
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 26

SECTION III

INFORMATION REGARDING ELIGIBILITY


2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 27

This page has been left blank.


2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 28

GOVERNMENT OF MANIPUR
EDUCATION ENGINEERING WING, EDUCATION (S) DEPARTMENT, MANIPUR
Babupara, Near D.C. Office (Old), Imphal West

LETTER OF TRANSMITTAL
From:

To:

Chief Engineer,
Education Engineering Wing,
Education (S) Department, Manipur.

Subject: Submission of bids for the work of “Strengthening of 120 High and Higher Secondary School
in Manipur under NESIDS(OTRI) Scheme in EPC Mode”

Sir,

Having examined the details given in the bid document for the above work, I/we hereby submit the
relevant information.

1 I/we certify that all the statement made, and information supplied in the enclosed forms A to C and
accompanying statement are true and correct.

2. I/we have furnished all information and details necessary for eligibility and have no further pertinent
information to supply.

3. I/we also authorize the Chief Engineer, Education Engineering Wing, Education (S) Department,
Manipur to approach individuals, employers, firms and Department to verify our competence and
general reputation.

Certificate: It is certified that the information given in the enclosed eligibility bid are correct. It is also
certified that I/ we shall be liable to be debarred, disqualified/ cancellation of enlistment in case any
information furnished by me/ us is found to be incorrect.

Enclosures:

Seal of the bidder

Date of submission Signature(s) of the Bidder(s)


2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 29

FORM ‘A’ – FINANCIAL INFORMATION


Financial Analysis – Details to be furnished duly supported by figures in balance sheet/profit & loss Account
for the last three years duly certified by the "Chartered Account, as submitted by the applicant to the Income
Tax Department (copies to be attached)'

Average for 3
Financial Year 2021-2022 2022-2023 2023-2024
years

Gross Annual
Turnover on
Construction works

Signature of Chartered Signature of Bidder(s)


Accountant with Seal
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 30

FORM B’ – DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS COMPLETED


DURING THE LAST FIVE YEARS ENDING 31.12.2024

Cost
Name Name and
of
of Litigation/arbitration address/telephone
Owner or work Stipulated Date of Actual
Sl. work/ case pending/in number of the
sponsoring in period of commencement date of Remarks
No project progress with officer to whom
organization crore completion as per contract completion
and details* reference may be
of
location made
rupees

1 2 3 4 5 6 7 8 9 10

*Indicate gross amount claimed and amount awarded by the arbitrator.


Original completion certificate issued by the competent authority should be enclosed.
Signature of Bidder(s)
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 31

FORM ‘C’ – BIDDER INFORMATION FORM


(This should be done of the letter head of the firm)

[The Bidder shall fill in this Form in accordance with the instructions indicated below. No alterations to its
format shall be permitted and no substitutions shall be accepted.]

1 Name & address of the bidder


2 Telephone No. /Telex No. Fax No.
Legal status of the bidder (attach copies of original
document defining the legal status)
(a) An Individual
(b) A proprietary firm
(c) A firm in partnership
(d) A limited company or Department
Particulars of registration with various Government
4
Bodies (Scan & upload attested photocopy)

Organization/Placed of Registration Registration No.


1
2
3
5 PAN Number
6 TAN Number
7 GST Registration Number
8 Bank Account details:
(a) Name of the Bank & Branch:
(b) Account Number:
(c) IFSC Code:
(d) Type of Account:
Names and titles of Directors & Officers with
9
designation to be concerned with this work.
Designation & details of individuals authorized to act for
10
the organization
Has the bidder, or any constituent partner in case of
partnership firm, ever been debarred/ blacklisted for
11
tendering in any organization at any time? If so, give
details.
Has the bidder, or any constituent partner in case of
12 partnership firm, limited company/ Joint Venture ever
been convicted by the court of law? If so, give details.
In which field of Civil Engineering construction, the
13
bidder has specialization and interest?
Any other information considered necessary but not
14
included above.
I / We hereby declare that the particulars given above are correct and complete.

Signature of Bidder with Seal: _______________________________________________________

Name: __________________________________________________________________

Address: ___________________________________________________________________
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 32

INTEGRITY PACT
(Integrity Pact is applicable for all works of estimated cost put to tender equal to or more than the threshold
value given in Schedule-F)

This Integrity Pact is made at ................ on this ............ day of ............ 20 .....
BETWEEN
Governor of Manipur represented by the Chief Engineer, Education Engineering Wing, Education (S)
Department, Manipur (hereinafter referred to as the Principal, which expression shall unless repugnant to
the meaning or context hereof include its successors and permitted assignees)
AND
......................................................................................................................................
(Name and address of the bidder)
(Hereinafter referred to as the Bidder/Contractor and which expression shall unless repugnant to the meaning
or context hereof include its successors and permitted assignees)

PREAMBLE
WHEREAS the Principal has floated the tender vide NIT No 2/4-FIN/CE-EEW/2025 dated 17.02.2025
(hereinafter referred to as the Tender) and intends to award, under laid down organizational procedure,
contract for “Strengthening of 120 High and Higher Secondary School in Manipur under NESIDS(OTRI)
Scheme in EPC Mode” hereinafter referred to as the Contract.

AND WHEREAS the Principal 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), 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.

In order to achieve these goals, the Principal will appoint Independent External Monitors (IEMs) who will
monitor the tender process and the execution of the contract for compliance with the principles mentioned
hereunder.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree
as follows and this Integrity Pact witnesses as under:

(Signature of the bidder with Official Seal)


(Name and Designation)
(Name of the Bidder/Firm)
(Address of the Bidder/Firm)
Date:
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 33

Declaration regarding blacklisting or litigation

I / We hereby declare that our firm / agency is not black-listed by any Ministry / Department of Central
Government or State Government or PSU or other bodies under the Central Government / State Government.

I / We further declare that no criminal case is registered or pending against the firm or company or its owner
or partners or directors anywhere in India
.
Dated the …………………day of …………………….20

(Signature of the bidder with Official Seal)


(Name and Designation)
(Name of the Bidder/Firm)
(Address of the Bidder/Firm)
Date:
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 34

SECTION IV

OTHER IMPORTANT DOCUMENTS


2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 35

This page has been left blank.


2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 36

GOVERNMENT OF MANIPUR
EDUCATION ENGINEERING WING, EDUCATION (S) DEPARTMENT, MANIPUR
Babupara, Near D.C. Office (Old), Imphal West

SECTION IV: OTHER IMPORTANT DOCUMENTS


CHECKLISTS OF DOCUMENTS TO BE SCANNED AND UPLOADED

TECHNIAL BID/ ELIGIBILITY BID:


I. Copy of Demand Draft/Pay Order or Banker’s Cheque or Bank Guarantee of any Schedule Bank
towards cost of Bid Document.
II. Following documents in prescribed format –
a. Letter of Transmittal
b. Annual Financial Statement for the last three years ending 31st March, 2024(in Form ‘A’).
c. List of all works of similar class completed during the last five years (in Form ‘B’).
d. Information of the bidder’s Organization (in Form ‘C’).
e. Integrity Pact
f. Declaration regarding blacklisting or litigation
III. Copy of valid PAN Card.
IV. Copy of Latest GST Clearance Certificate or latest GSTR-3B
V. Copy of Latest Professional Tax Payment Receipt/ Chalan
VI. Any other Document as specified in the Notice Inviting e‐Tender.
VII. Affidavit as per provisions of clause 1.2 of NIT
VIII. Certificate of Registration for GST.
IX. Full address of the bidder along with a valid e‐mail ID and Mobile Phone No. for communication.
FINANCIAL BID:
I. B.O.Q. (Bill of Quantity) (uploaded as a separate file)
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 37

IMPORTANT DATES

1 Date of publication 17-02-2025

2 Document Sale Start Date 17-02-2025

3 Document Sale End Date & Time 04-03-2025 up to 4:00 PM

4 Bid Submission Start Date 18-02-2025

5 Pre Bid Meeting 21-02-2025 at 2:00 PM

6 Bid Submission END Date & Time 04-03-2025 up to 4:00 PM

7 Date of Opening of Technical Bid 05-03-2025 at 2:00 PM

To be notified later for Technically


8 Date of Opening of Financial Bid
qualified bidders

All physical documents including EMD


as submitted during bid must be
Last Date for physical submission submitted on or before 12:00 PM of
8
of documents 05.03.2025 to the Office of the Chief
Engineer, Education Engineering Wing,
Education (S) Department, Manipur
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 38

BILL OF QUANTITY
State: Manipur Division:
Branch: Education Engineering Wing, Education
Sub Division:
(S) Department, Manipur

Name of Work: Strengthening of 120 High and Higher Secondary School in Manipur
under NESIDS(OTRI) Scheme in EPC Mode

Sl. Description Quantity Unit Total Amount


Strengthening of 120 High and Higher Secondary
1 School in Manipur under NESIDS(OTRI) Scheme 1 Job
in EPC Mode

Please note that Bill of Quantity (BoQ) or Financial Bids are to be submitted exclusively through the
online portal at https://manipurtenders.gov.in/nicgep/app. Hard copy submissions will be voided and
bids will be cancelled.
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 39

FORM OF PERFORMANCE SECURITY/ BANK GUARANTEE BOND

In consideration of the Governor of Manipur (hereinafter called “The Government”) having offered to
accept the terms and conditions of the proposed agreement between the Chief Engineer, Education
Engineering Wing, Education (S) Department, Manipur and ……………………… (hereinafter called “the said
Contractor(s)”) for the work Strengthening of 120 High and Higher Secondary School in Manipur under
NESIDS(OTRI) Scheme in EPC Mode (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.

1. We, ………………………………. (hereinafter referred to as “the Bank”) hereby undertake to pay


(indicate the name of he Bank)
to the Government an amount not exceeding Rs. …………………..
(Rupees……………………………………… only) on demand by the Government.
2. We, ……………………………….do hereby undertake to pay the amounts due and payable under this
(indicate the name of the Bank)
guarantee without any demure, merely on a demand from the Government stating that the amount
claimed as required to meet the recoveries due or likely to be due from the said contractor(s). Any
such demand made on the bank shall be conclusive as regards the amount due and payable by the
bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount
not exceeding Rs. ………………….. (Rupees ……………………… only)
3. We, the said bank further undertake to pay the Government any money so demanded notwithstanding
any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any
court or Tribunal relating thereto, our liability under this present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for payment
thereunder and the Contractor(s) shall have no claim against us for making such payment.
4. We, ……………………………. further agree that the guarantee herein contained shall remain in full
(indicate the name of the Bank)
force and effect during the period that would be taken for the performance of the said agreement and
that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said
agreement have been fully paid and its claims satisfied or discharged or till Engineer- in-Charge on
behalf of the Government certified that the terms and conditions of the said agreement have been fully
and properly carried out by the said Contractor(s) and accordingly discharges this guarantee.
5. We, ……………………………. further agree with the Government that the Government shall have
(indicate the name of the Bank)
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 Government against the said contractor(s) and to forbear or enforce any of
the terms and conditions relating to the said agreement and we shall not be relieved from our
liability by reason of any such variation, or extension being granted to the said Contractor(s) or for
any forbearance, act of omission on the part of the Government or any indulgence by the Government
to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to
sureties would, but for this provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Contractor(s).
7. We, ……………………………. lastly undertake not to revoke this guarantee except with the previous
(indicate the name of the Bank)
consent of the Government in writing.
8. This guarantee shall be valid up to …………………………unless extended on demand by the
Government.

Notwithstanding anything mentioned above, our liability against this guarantee is restricted to
Rs. …………………… (Rupees …………………………………………..only) and unless a claim in writing
is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee
all our liabilities under this guarantee shall stand discharged.

Dated the ………………..day of ……………………for………………….(indicate the name of the Bank)


2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 40

Form of Earnest Money Deposit


Bank Guarantee Bond

WHEREAS, Contractor …………………. (Name of Contractor) (hereinafter called “the Contractor”) has
submitted his tender dated …………………….. (date) for the work of “Strengthening of 120 High and Higher
Secondary School in Manipur under NESIDS(OTRI) Scheme in EPC Mode” (hereinafter called “the
Tender”) KNOW ALL PEOPLE by these that we …………………………… (name of Bank) having our
registered office at ……………………………… (hereinafter call “the Bank”) are bound unto Chief Engineer,
Education Engineering Wing, Education (S) Department, Manipur (hereinafter called “the Engineer-in-
Charge”) in the sum of Rs. ……………………… (Rs. In words ……………………………………………) for
which payment well and truly to be made to the said Engineer-in-Charge the Bank binds itself, his successors
and assigns by these presents.

SEALED: with the Common Seal of the said Bank this ……………….. day of …………20……….

The CONDITIONS of this obligation are:-


1. If after tender opening the contractor withdraws, his tender during period of validity of tender (including
extended validity of tender) specified in the Form of Tender.
2. If the Contractor having been notified of the acceptance of his tender by the Engineer-in-Charge:
a) Fails or refused to execute the Form of Agreement in accordance with the instructions to Contractor,
if required.
b) Fails of refuses to furnish the Performance Guarantee, in accordance with the provisions of tender
document and instruction to contractor, We undertake to pay to the Engineer-in-Charge either upto
the above amount or part thereof upon receipt of his first written demand the Engineer-in-Charge will
note that the amount claimed by his is due to him owing to the occurrence of one or nay of the above
conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date* ………………. After the deadline for
submission of tender as such deadline is stated in the instruction to Contractor or as it may be extended by
the Engineer-in-Charge, notice of which to the Bank is hereby waived. Any demand in respect of the
Guarantee should reach the Bank not later than the above date.

Date …………………………… Signature of the Bank

Witness ………………………….. Seal


(Signature, Name and Address)
*Date to be worked out on the basis of validity period of 6 months from last date of receipt of tender.
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 41

PROFORMA OF SCHEDULES
(Operative Schedule to be supplied separately to each intending tenderers)

SCHEDULE ‘A’
Schedule of quantities (as per PWD-3)

SCHEDULE ‘D’
Extra schedule for specific requirements/documents for the work, if any. NIL

Documents to be enclosed along with other tender documents during submission of tender
I. Copy of Demand Draft/Pay Order or Banker’s Cheque or Bank Guarantee of any Schedule Bank
towards cost of Bid Document.
II. Following documents in prescribed format –
a. Letter of Transmittal
b. Annual Financial Statement for the last three years ending 31st March, 2024(in Form ‘A’).
c. List of all works of similar class completed during the last five years (in Form ‘B’).
d. Information of the bidder’s Organization (in Form ‘C’).
e. Integrity Pact
f. Declaration regarding blacklisting or litigation
III. Copy of valid PAN Card.
IV. Copy of Latest GST Clearance Certificate or latest GSTR-3B
V. Copy of Latest Professional Tax Payment Receipt/ Chalan
VI. Any other Document as specified in the Notice Inviting e‐Tender.
VII. Affidavit as per provisions of clause 1.2 of NIT
VIII. Certificate of Registration for GST.
IX. Full address of the bidder along with a valid e‐mail ID and Mobile Phone No. for communication.
FINANCIAL BID:
I. B.O.Q. (Bill of Quantity) (uploaded as a separate file)

SCHEDULE ‘E’
Reference to General Conditions of Contract.

Name of work: Strengthening of 120 High and Higher Secondary School in Manipur under
NESIDS(OTRI) Scheme in EPC Mode
Estimated Cost of work: ₹ 8281.94 lakh
i. Earnest Money: ₹ 124.23 lakh
ii. Performance Guarantee: 5% of tendered value.
iii. Security deposited: 5% of tendered value. The Security deposit will be collected by deductions from
the running bills of the contractor at the rates mentioned above and the earnest money deposited at
the time of tenders, will be treated as a part of the Security Deposit.

SCHEDULE ‘F’
GENERAL RULES & DIRECTIONS:
Officer inviting tender: Chief Engineer, Education Engineering Wing, Education (S) Department,
Manipur
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 42

Maximum percentage for quality of Items of work to be


executed beyond which rates are to be determined in
accordance with Clauses 12.2 & 12.3.

See below Definitions:


Concerned Executive Engineer, Education
2(v) Engineer-in-charge: Engineering Wing, Education (S) Department,
Manipur

The term DG/ADG/SDG wherever it Chief Engineer, Education Engineering Wing,


2(vi)
occurred shall be read as Education (S) Department, Manipur

Chief Engineer, Education Engineering Wing,


2(viii) Accepting Authority:
Education (S) Department, Manipur

Percentage on cost of materials and labour


2(x) 15% for Road & Building Work
to cover all overheads and profits:

2(xi) Standard Schedule of Rates: Manipur Schedule of Rates 2022

Education Engineering Wing, Education (S)


2(xii) Department:
Department, Manipur

Standard PWD contract Form PWD form 7/8


9(ii) 2023
as modified & corrected up to:

Clause 1
i) Time allowed for submission of
Performance Guarantee Program Chart
9Time & Progress) and applicable labour 7 (seven) days
licenses, registration with EPF, ESIC and
BOCW Welfare Board or proof of applying
thereof from the date of issue of letter of
acceptance

ii) Maximum allowable extension with late fee 1 to 15 days


@ 0.1% per day of Performance
Guarantee amount beyond the period
provided in (i) above in days
Clause 2
Concerned Executive Engineer, Education
Authority for fixing compensation under clause
Engineering Wing, Education (S)
2.
Department, Manipur
Clause 2A
Whether Clause 2A shall be applicable No
Clause 5
Number of days from the date of issue of letter
7 (seven) days
of acceptance for reckoning date of start
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 43

Mile stone(s) as per table given below:-

Table of Mile Stone(s)

Sl. Description of Milestone Time allowed in days Amount to be with-held in case of


No (Physical) (from date of start) non-achievement of milestone
1.

2.

3.

Time allowed for execution of work: 24 (twenty four) months

Authority to decide:
i. Extension of time: Chief Engineer, Education Engineering Wing, Education (S)
Department, Manipur

ii. Rescheduling of mile stones: Chief Engineer, Education Engineering Wing, Education
(S) Department, Manipur

iii. Shifting of date of start in case of delay in handing over of site: Chief Engineer, Education
Engineering Wing, Education (S) Department, Manipur

PROFORMA OF SCHEDULES CLAUSE 5 SCHEDULE OF HANDING OVER OF SITE

Time period for handing


taking over reckoned from
Part Portion of Site Description
date of issue of letter of
intent

Portion without any


Part A
hindrance

Portion without
Part B
encumbrance

Portions dependent on work


Part C
of other agencies

Clause 7

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.

Clause 7 A

Whether Clauses 7A shall be applicable: YES

Clause 10 A

List of testing equipment to be provided by the contractor at site lab.


2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 44

Clause 10B (ii)

Whether clause 10 B (ii) shall be applicable: NO

Clause 10CA

Authority to issue base price of materials. Not Applicable

Clause 10CC

Clause 10 CC to be applicable in contracts with stipulated period of completion exceeding the period
shown in next column : Not Applicable

Clause 11

Specifications to be followed for execution : MSR, 2022

Clause 12

Authority to decide deviation up to 1.5 times of tendered amount: Not Applicable

12.2 & 12.3 Deviation limit beyond which 12.2 &12.3 shall apply for building work :50%
12.5 Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for road work :
100%

Cause 16

Competent Authority for deciding reduced rates

(i) Up to 5% of contract value: Chief Engineer, Education Engineering Wing, Education (S)
Department, Manipur
(i) Above 5% of contract value : Chief Engineer, Education Engineering Wing, Education (S)
Department, Manipur
Clause 18

List of mandatory machinery, tools & plants to be deployed by the contractor at site: -

1. Concrete Mixture 2. Concrete Vibrator

3. Shuttering Materials 4. Generator Set of appropriate capacity

5. Concrete Boom Pressure Pump 6. Transit Mixer

7. Universal Testing Machine (Electronics) 8. Electric wielding machine

Clause 32

Requirement of Technical Representative(s) and recovery rate

Rate at which recovery shall be


Major + Minor
component)
Number (of
Experience

Minimum
Discipline

Minimum

Designation made from the contractor in the


SL. Qualifications
(Technical vent of not fulfilling provision of
No. & Technical
Staff) clause 36 (i)
representative
Figures Words
1 Graduate Civil & Project / Site 3 year 3 (Civil) Rs. Rupees Fifteen
Engineer or Electrical Engineer +1 15,000 thousand only per
retired Electrical per month
Assistant month
Engineer
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 45

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 co. 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.
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 46

SECTION V
SCOPE OF WORK, USER
REQUIREMENTS AND TECHNICAL
SPECIFICATIONS
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 47
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 48

BRIEF SCOPE OF WORK


THE SCOPE OF WORK HAS BEEN DEFINED ON SECTION – II “BRIEF SCOPE OF WORK” ON PAGE

USER REQUIREMENT & SCOPE OF WORK

Name of Components Scope of work

1 Earthwork

2 Isolated footing

3 RCC work in columns/beams

4 Brick work in foundation

1 Construction of Classrooms 5 Half brick work in superstructure


2 Construction of Science Laboratory
3 Construction of Physics Lab Room 6 Steel tubular truss with Profile Sheet Roofing
4 Construction of Chemistry Lab Room
5 Construction of Biology Lab Room Wood work in Doors, windows, frames and
6 Construction of Computer Room 7
ceiling
7 Construction of Library Room
8 Insulating board for ceilings

9 Painting

10 Internal Electrification & Installation works

11 Water supply & Sanitary Installation works

6.1. The EPC Contractor shall provide solutions from concept to working to completion & handing over of the
Buildings. The detailed engineering shall be done by the EPC Contractor. These buildings should be
designed in consultation with other specialist consultants for Architectural, structural, E&M, plumbing,
firefighting etc. keeping in line with the broad concepts as per the approved conceptual design & drawings.

6.2. The buildings should be designed as differently abled persons friendly and shall be constructed as per the
latest norms & guidelines with up-to-date corrigendum issued by Ministry of Social Welfare, Govt. of India
and necessary pre-construction & post construction audit of the building shall be arranged to be carried
out through the approved agencies of Govt. of India and completion/compliance certificate shall be
obtained from them by the successful bidder.

6.3. In case hanging type plumbing and sanitary system is adopted; false ceiling of appropriate water-resistant
type shall be provided after the approval of Engineer-in- charge. The hubless fixture & fittings should be
used.

6.4. All plumbing and sanitary lines shall be located in shaft of the building and shall be covered with wooden
doors/aluminium louvers of approved design & make matching with elevation. The plumbing shall be dual
plumbing system with arrangement for treated STP water to be circulated and distributed through separate
pipeline and tank and pump system to toilets of these buildings. Adequate structural support system and
provision for maintenance of services shall also be provided.

6.5. Provision shall also be kept for seating arrangement in the waiting areas with required circulation space,
waiting area wash area etc. as per the norms.

6.6. The external façade of the building should be designed to give a modern look with state of art technology
with interiors and in harmony with the rest of the campus.
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 49

6.7. Sufficient number and appropriate locations of exits are to be provided as per the NBC-2016 guidelines.

6.8. The ventilating system for the buildings should be inaudible. Associated duct work should be sound
absorbing material. Fan/compressors must be remotely located or isolated with resilient mounting special
grills or diffusers may be needed to assure silent air delivery and extraction. Dampers for balancing must
be located upstream of grills or diffusers to avoid noise at the point of distributions.

6.9. The charges for vetting of structural drawings / reports /E&M design /façade design and any other
specialized service design etc. from the reputed institutes like NIT/ IIT shall be borne by the EPC
contractor.

6.10. All the roof and terrace area will be casted in such a way that minimum 2% slope is available at each
point in case of an RCC flat slab itself to drain off rain water as quickly as possible from such surfaces.
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 50

SECTION VI
LAYOUT AND ARCHITECTURAL
DRAWINGS
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 51
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 52

1.51 2.14

1.51

2.75
1.23

2.75
3.66

0.32 1.83

3.66 3.66
All Dimensions are in Meter

SAMAGRA SHIKSHA DRAWING: DRAWN BY:


CONSTRUCTION OF CLASSROOM
MANIPUR FOUNDATION LAYOUT
2022-23 SCALE: 1:63.85
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 53

7.62
3.66 3.66

7.32

2.74

5.49 5.79

2.74

1.83
1.83

1.62

All Dimensions are in Meter

SAMAGRA SHIKSHA DRAWING: DRAWN BY:


CONSTRUCTION OF CLASSROOM
MANIPUR PLAN
2022-23 SCALE: 1:67.62
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 54

0.30

5.49

3.31

0.76

GL 0.45

0.54

1.52
0.50

0.21

All Dimensions are in Meter

SAMAGRA SHIKSHA DRAWING: DRAWN BY:


CONSTRUCTION OF CLASSROOM
MANIPUR SECTION
2022-23 SCALE: 1:51.95
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 55

All Dimensions are in Meter

SAMAGRA SHIKSHA DRAWING: DRAWN BY:


CONSTRUCTION OF CLASSROOM
MANIPUR ELEVATION
2022-23 SCALE: 1:106.55,
1:118.65, 1:97.78,
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 56

7.62
3.66 3.66
Section Line2

7.32

2.74

5.49 5.79

2.74

1.83
1.83

1.62

Section Line2

All Dimensions are in Meter

SAMAGRA SHIKSHA DRAWING: DRAWN BY:


CONSTRUCTION OF COMPUTER ROOM
MANIPUR PLAN
2022-23 SCALE: 1:75.96
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 57

1.51 2.14

1.51

1.23 2.74

3.66

0.32 1.83

All Dimensions are in Meter

SAMAGRA SHIKSHA DRAWING: DRAWN BY:


CONSTRUCTION OF COMPUTER ROOM
MANIPUR FOOTING PLAN
2022-23 SCALE: 1:67.92
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 58

1.48

0.47
5.49

3.20
4.37 2.74

0.86
GL

1.52

All Dimensions are in Meter

SAMAGRA SHIKSHA DRAWING: DRAWN BY:


CONSTRUCTION OF COMPUTER ROOM
MANIPUR SECTION
2022-23 SCALE: 1:52.45
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 59

SIDE ELEVATION REAR ELEVATION

FRONT ELEVATION All Dimensions are in Meter

SAMAGRA SHIKSHA DRAWING: DRAWN BY:


CONSTRUCTION OF COMPUTER ROOM
MANIPUR
2022-23 SCALE: 1:84.02,
1:89.45, 1:90.46,
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 60

7.62
3.66 3.66
Section Line2

7.32

2.74

5.49 5.79

2.74

1.83
1.83

1.62

Section Line2

All Dimensions are in Meter

SAMAGRA SHIKSHA DRAWING: DRAWN BY:


CONSTRUCTION OF SCIENCE LAB
MANIPUR PLAN
2022-23 SCALE: 1:75.96
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 61

1.51 2.14

1.51

1.23 2.74

3.66

0.32 1.83

All Dimensions are in Meter

SAMAGRA SHIKSHA DRAWING: DRAWN BY:


CONSTRUCTION OF SCIENCE LAB
MANIPUR FOOTING PLAN
2022-23 SCALE: 1:67.92
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 62

1.48

0.47
5.49

3.20
4.37 2.74

0.86
GL

1.52

All Dimensions are in Meter

SAMAGRA SHIKSHA DRAWING: DRAWN BY:


CONSTRUCTION OF SCIENCE LAB
MANIPUR SECTION
2022-23 SCALE: 1:52.45
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 63

SIDE ELEVATION REAR ELEVATION

FRONT ELEVATION All Dimensions are in Meter

SAMAGRA SHIKSHA DRAWING: DRAWN BY:


CONSTRUCTION OF SCIENCE LAB
MANIPUR
2022-23 SCALE: 1:84.02,
1:89.45, 1:90.46,
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 64

LEFT SIDE RIGHT SIDE


ELEVATION ELEVATION

All Dimensions are in Meter

SAMAGRA SHIKSHA CONSTRUCTION OF DRAWING: DRAWN BY:


MANIPUR THREE ADDITIONAL CLASSROOM ELEVATION
2022-23 SCALE: 1:81.09,
1:80.80
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 65

1.40

0.30

5.49

3.31

0.76
GL GL

0.54

1.52
0.50

0.21

All Dimensions are in Meter

SAMAGRA SHIKSHA CONSTRUCTION OF DRAWING: DRAWN BY:


MANIPUR THREE ADDITIONAL CLASSROOM SECTION
2022-23 SCALE: 1:53.73
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 66

FRONT ELEVATION

REAR ELEVATION

All Dimensions are in Meter

SAMAGRA SHIKSHA CONSTRUCTION OF DRAWING: DRAWN BY:


MANIPUR THREE ADDITIONAL CLASSROOM ELEVATION
2022-23 SCALE: 1:102.10,
1:100
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 67

22.25

3.66 3.66 3.66 3.66


3.66 3.66

7.32

5.49 5.49

7.62

1.83
21.94

1.52

3.83 3.79

All Dimensions are in Meter

SAMAGRA SHIKSHA CONSTRUCTION OF DRAWING: DRAWN BY:


MANIPUR THREE ADDITIONAL CLASSROOM FLOOR PLAN
2022-23 SCALE: 1:100
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 68

1.51 2.14

1.51

5.49 5.49

8.83

0.32 1.83 1.83

3.66 3.66
23.46

All Dimensions are in Meter

SAMAGRA SHIKSHA CONSTRUCTION OF DRAWING: DRAWN BY:


MANIPUR THREE ADDITIONAL CLASSROOM FOUNDATION PLAN
2022-23 SCALE: 1:103.12
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 69

All Dimensions are in Meter

SAMAGRA SHIKSHA CONSTRUCTION OF DRAWING: DRAWN BY:


MANIPUR THREE ADDITIONAL CLASSROOM 3D LAYOUT
2022-23 SCALE: 1:2.01
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 70

NOTES:
All dimension are in MM.
10950 Kindly collaborate this drawing
with structural drawing provided
3650 3650 3650 by structure engineer.

9 * *

**

LABORATORY ROOM

PROJECT TITLE:
CONSTRUCTION OF LABORATORY
ROOM, MANIPUR
DRAWING TITLE: DATE:
GROUND FLOOR PLAN

DRAWING STATUS: SCALE


GFC NTS

DRAWN BY:
STORE ROOM LOBBY Kh Sangoi

DRAWING NO:

LABORATORY
RAILNG RAMP
01
01 GROUND FLOOR
PL-01/ SCALE NTS im
Gyanen Takhelmayum Ex incr EDUCATION ENGINEERING WING
Bvision- EDUCATION(S) DEPARTMENT
Assistant Professofring
Department of Civil Engineering
Education Engineering Vng (E MANIPUR
Govt. 6i Manipur
Manipur TechnicallUniversity_
,

2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 71

NOTES:
All dimension are in MM.
10950 Kindly collaborate this drawing
3650 3650 3650 with structural drawing provided
by structure engineer.

AT

DYNA ROOF

RIDGE

PROJECT TITLE
CONSTRUCTION OF LABORATORY
| ROOM, MANIPUR

DRAWING TITLE:
ROOF PLAN
DATE

DRAWING STATUS: SCALE


GFC NTS

DRAWN BY:
Kh Sangoi
AEAN TO ROOF
DRAWING NO:

LABORATORY 02
01 ROOF PLAN Tt n
PL-01/ SCALE NTS Gyanen Takhelmayum EDUCATION ENGINEERING WING
Er Tiginer
Assistant Professor EDUCATION(S) DEPARTMENT
Civil Engineering
Division- MANIPUR
Department of Education Engincering Wing (EEW
Manipur Technical University
Govt. oi ani ur
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 00OR AND WINDOW SCHEDULE Page No. 72
TYPES WIOTH HEIGHT OESCRIPTION
1500 1200+400 CASEMENT WINOOW
W1+
01 950 2150 FLUSH D0OR
NOTES
02 1200 2150 DOUBLE SHUTTER All dimension are in MM.
Kindly collaborate this drawing
with structural drawing provided
by structure engineer

DYNA ROOF RIDGE


ROOF TOP

ROOF BOTTOM

LEAN TO ROOF
LEAN TO ROOF

PROJECT TTLE:
CONSTRUCTION OF LABORATORY
ROOM, MANIPUR
DRAWING TITLE: DATE:
GROUND FLCOR LVL
FRONT ELEVATION

G
DRAWING STATUS: SCALE
RAMP ILING GFC

DRAWN BY:
Kh Sangoi
DRAWING N
LABORATORY

FRONT ELEVATION
01
PL-01 SCALE NTS
Gyanen Takhelmayum

Assistant Professor
03
of Civil
Engineering ExeC nser
Department
Manipur Technical University EDUCATION ENGINEERING WING
Educatio:! Enoins-ime 11inr (en
EDUCATION(S) DEPARTMENT
MANIPUR
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 73

NOTES:
All dimension are in MM.
Kindly collaborate this drawing
with structural drawing provided
by structure engineer.

RIDGE DYNA ROOF EOJCA


ATON CA
ROOFTOP EE

NGliNE
ROOF BOTTOM
***a******s*
AEAN TO ROOF

LEAN TO ROOF

PROJECT TITLE:
CONSTRUCTION OF LABORATORY
ROOM, MANIPUR

GROUND FLOOR LVL


DRAWING TITLE: DATE:
SIDE ELEVATION

DRAWING STATUS: SCALE


GFC

DRAWN BY:
Kh Sangoi

DRAWING NO0:
LABORATORY

01 SIDE ELEVATION NTS


04
PL-01 SCALE
G y a n e n Takhelmayum

Assistant Professor Exrenginee


Enginseing Division- EDUCATION ENGINEERING WING
of Civil
Department
Manipur Technical University Erdunation Engineering Wing (EEW) EDUCATION(S) DEPARTMENT
Govt. of Manigur
MANIPUR
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 74
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 75
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 76
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 77

SECTION VII
TECHNICAL SPECIFICATIONS
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 78
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 79

PART I: CIVIL WORK

Earth work in excavation by mechanical means (Hydraulic Excavator)/manual means in


foundation trenches or drains (not exceeding 1.5 m in width or 10 sqm on plan) including
6.11
dressing of sides and ramming of bottoms, lift up to 1.5 m, including getting out the excavated
soil and disposal of surplus excavated soil as directed, within a lead of 50 m. (a) All kind of soil
Filling available excavated earth (excluding rock) in trenches, plinth sides of foundation etc. in
6.12 layers not exceeding 20 cm. in depth, consolidating each deposited layer by ramming and
watering lead up to 50 meters lift up to 1.5 meters.
Supplying and filling in plinth with sandy soil under floors including, watering, ramming
6.13
consolidating and dressing complete.
Providing and laying in position cement concrete of specified grade excluding the cost of
6.14
centering and shuttering. -All work up to plinth level:
(a) 1:4:8 (1 cement: 4 coarse sand: 8 graded stone aggregate 40 mm nominal size).
Providing and laying damp-proof course 40 mm thick with cement concrete 1:2:4: 1:2:4 ( 1
6.15
cement: 2 c/sand: 4 graded stone aggrt 20 mm n/size).
6.16 Centering and shuttering including strutting, propping etc. and removal of form for:
a) Foundation footings, bases of columns etc. and mass concrete.
b) Weather shade, chajjah, coehels etc. i/c edges
c) Columns, pillars, piers, Abutments, Post and struts.
d) Lintels, beams, plinth beams, girders, bressummers and cantilevers.
Providing and laying in position specified grade of reinforced cement concrete excluding the cost
6.17
of centering, shuttering, finishing and reinforcement - All work up to plinth level.
a) 1:1.5:3 (1 cement: 1.5 coarse sand: 3 graded stone aggrt. 20 mm. nominal size).
RCC work in beams, suspended floors, roofs having slope up to 15° landings, balconies,
shelves, chajjah, lintels, bands, plain window sills, staircases and spiral stair cases above plinth
6.18
level up to floor five level, excluding the cost of centering, shuttering, finishing and reinforcement
with:
a) 1:1.5:3 (1 cement: 1.5 coarse sand: 3 graded stone aggrt. 20 mm. nominal size).

6.19 RCC work in walls (any thickness). including attached pilasters, buttresses, plinth and string
courses, fillets, columns, pillars, piers, abutments, posts and struts etc. above plinth level up to
floor five level excluding cost of centering, shuttering, finishing and reinforcement.
a) 1:1.5:3 (1 cement: 1.5 coarse sand: 3 graded stone aggrt. 20 mm. nominal size).

6.20 Reinforcement for RCC work i/c bending, binding and placing in position complete (a) Thermo
Mechanically treated Bars.
Brick work with 1st class common burnt clay F.P.S. (non modular) bricks in foundation and plinth
6.21
in: Cement mortar 1:4 (1 cement: 4 coarse sand)
Half brick masonry with 1st class common burnt clay F.P.S. (non modular) bricks in
6.22
superstructure above plinth level up to floor V level in Cement mortar 1: 4 (1 cement: 4 c/sand)
Providing wood work in frames of doors, windows, clerestory windows and other frames, wrought
6.23 framed and fixed in position with hold fast lugs or with dash fastener of required dia and length
(hold fast lugs or dash fastener shall be paid for separately: (a) Local best quality Tolhao wood
P/F panelled or panelled and glazed shutters for doors, windows and clerestory windows
including ISI marked M.S butt hinges bright finished of required size with necessary screws,
6.24
excluding panelling which will be paid for separately, all complete as per direction of Engineer-
in-charge. (a) Local best quality Tolhao wood.
(i) 30 mm thick shutters
Steel work in built up tubular (round, square or rectangular tubes etc.) trusses etc., including
cutting, hoisting fixing in position and applying a priming coat of approved steel primer, including
6.25
welding and bolted including special shaped washers etc. complete. (a) Hot finished welded type
tubes
Providing wood work in frame of false ceiling partition etc. sawn and put in position. (a) Local
6.26
best quality Tolhao wood
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 80

6.27 P/F ISI market oxidised M.S. sliding door bolts with screws etc. complete: (a) 300 x 16 mm.
6.28 P/F ISI market oxidised M.S. tower bolt black finish, (Barrel type) with screws etc. complete:
a) 300 x10 mm
b) 150 x10 mm
Providing 40x5 mm flat iron hold fast 40 cm long including fixing to frame with 10mm diameter
6.29 bolts, nuts and wooden plugs and embedding in cement concrete block 30x10 x 15cm 1:3:6 mix
(1 cement: 3 coarse sand: 6 graded stone aggregate 20mm nominal size)
6.30 P/F ISI market oxidised M.S. handles conforming to IS: 4992 with screws etc. complete:
a) 125 mm
Providing and fixing M.S. grills of required pattern in frames of windows etc. with M.S. flats,
6.31 square or round bars etc. including priming coat with approved steel primer all complete. (a)
Fixed to openings /wooden frames with rawl plugs screws etc.
Cement concrete flooring 1:2:4 (1 cement: 2 coarse sand: 4 graded stone aggregate) finished
6.32 with a floating coat of neat cement including cement slurry, but excluding the cost of nosing of
steps etc. complete. (a) 40 mm thick with 20mm n/size stone aggregate.
Cement plaster skirting (up to 30 cm height) with cement mortar 1:3 (1 cement: 3coarse sand)
6.33
finished with a floating coat of neat cement. (a) 18 mm thick.
P/F precoated galvanised iron profile sheets (size, shape and pitch of corrugation as approved
by Engineer in-charge) with zinc coating 120 grams per sqm as per IS: 277, in 240 mpa steel
grade, 5-7 microns epoxy primer on both side of the sheet and polyester top coat 15-18 microns.
Sheet should have protective guard film of 25 microns minimum to avoid scratches during
6.34 transportation and should be supplied in single length up to 12 meter or as desired by Engineer-
in charge. The sheet shall be fixed using self-drilling /self-tapping screws of size (5.5x 55 mm)
with EPDM seal, complete up to any pitch in horizontal/ vertical or curved surfaces, excluding
the cost of purlins, rafters and trusses and including cutting to size and shape wherever required
with:
(a) Precoated galvanised iron profile sheets 0.50 mm thick.
Providing and fixing precoated galvanised steel sheet roofing accessories, Zinc coating 120gsm
as per IS: 277 in 240mpa steel grade, 5-7 microns epoxy primer on both side of the sheet and
6.35 polyester top coat 15-18 microns using self-drilling/ self-tapping screws or with polymer coated
J or L hooks, bolts and nuts and or G.I. seam bolts and nuts, G.I. plain and bitumen washers
complete: (i) Ridges plain (500 - 600 mm)
(a) Precoated galvanised iron profile sheets 0.50 mm thick.
P/F insulating board ceiling of approved quality with necessary nails etc. complete (frame work
6.36
to be paid separately). (a) White face insulation board 12 mm thick.
6.37 Providing and fixing 20 mm plank as eave board with:
a) Tolhao/Uchan wood:
6.38 12 mm cement plaster of mix 1:4 (1 cement: 4 c/sand)
15 mm cement plaster 1:3 (1 cement: 3 coarse sand) finished with a floating coat of neat cement
6.39
on the rough side of single or half brick wall.
Providing and applying white cement-based putty of average thickness 1mm, of approved brand
6.40 and manufacturer, over the plastered wall surface to prepare the surface even and smooth
complete.
Finishing walls with water proofing cement paint of required shade: New work (two or more coats
6.41
applied @ 3.84 kg/10sqm).
Applying priming coat: - With ready mixed pink or grey primer of approved brand and
6.42
manufacture on wood work (hard and soft wood)
Painting wood work with Deluxe Multi Surface Paint of required shade. Two or more coat applied
6.43 @0.90 liter/10 sqm over an under coat of primer applied @0.75 liter/ 10 sqm of approved brand
or manufacture.
25 mm thick plank walling (Tolhao local best quality and Tolhao wood beading 62 mmx 12 mm
6.44
i/c fitting and fixing with necessary screws and nails complete (frame work to be paid separately)
Steel work welded in built up section/framed work including cutting, hoisting, fixing in position
6.45
and applying a priming coat of approved steel primer using steel etc. as required.
In grating, frames, guard bar, railing, brackets, gates and similar works.
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 81

Making plinth protection 50mm thick of cement concrete 1:3:6 (1 cement: 3 coarse sands: 6
6.46 graded stone aggregate 20 mm nominal size) over 75mm bed of dry brick ballast 40mm nominal
size well rammed and consolidated and grouted with fine sand including finishing the top smooth.
Brick edging 7cm wide 11.4cm deep to plinth protection with 1st class common burnt clay F.P.S.
6.47
(non modular) bricks including grouting with cement mortar 1:4 (1 cement: 4 fine sand).
Floor Painting with floor enamel paint of approved brand and manufacture to give an even shade:
6.48
Two or more coats on new work.

PART II: INTERNAL ELECTRIFICATION & INSTALLATION


6.49.1 The work will be carried out in recessed Steel conduit wiring system with FRLS copper cables in
accordance of CPWD General Specifications for Electrical Works Part-I (Internal)- 2013 and Part-II
(External)-1994 with amendments up to the date of opening of tenders and the governing
specifications, which are mandatory including makes for some of the important materials to be used in
the work. In case of ambiguity between the two, the governing specifications shall prevail.
6.49.2 FRLS PVC insulated Copper conductor wires in steel conduits will be used for points, circuit & sub-
main wiring.
6.49.3 All internal electrification work will be carried out as per MSR Specifications, CPWD Specifications,
NBC 2016, NEC 2011, IE Rules 1956, IS Codes etc. as amended up to the date of tender. In case for
any part of the work specification is not available in the aforesaid mentioned documents then part of
the work will be carried out in accordance with sound engineering practice and as per directions of
Engineer-in-charge.
6.49.4 The Electrical & Mechanical services, Fans, Fittings, Fixtures in non-residential buildings is to be
designed & provided as per CPWD General Specifications for Electrical Works Part-I (Internal)-2013
and Part-II (External)-1994, NBC 2016, NEC 2011, relevant IS codes.
6.49.5 Lighting: Lighting of Non-residential Areas, Common Areas, Utility Rooms & Basements shall be done
with energy efficient LED having Luminous efficacy not be less than 100 lumen / watt. The
requirements of illumination level, as per NBC 2016 is as under:

Average
Type of Lamps
Area/Space illumination level Type of Fixtures
preferred
in Lux
Square modular Type (system
Classrooms/ Library 300 – 500 LED Luminaires efficacy not less than 125
lm/watt)
Square modular Type (system
Laboratories 500 – 700 lux LED Luminaires efficacy not less than 125
lm/watt)

PART III: FIRE FIGHTING SYSTEM


6.50 Fire Fighting system with Wet riser & sprinklers for the building as per the requirement of NBC 2016
with amendments, Wet riser & sprinklers updated BIS codes, Fire bye-laws of Govt. of Manipur and
CPWD specifications and NBC norms. This will also include peripheral header, electric & diesel fire
pump, internal & external fire hydrants, Portable fire extinguishers etc.

6.51 Other Items which are not mentioned above but are essential considering functional requirements and
according to modern concept of the existing other school buildings.

6.52. Note: (a) All works has to be executed as per specifications provided in the bid document, CPWD
Specifications Vol-I & Vol-II 2019 for civil works, CPWD general specification for electrical works Part
I, Part III, Part IV, Part V, Part VI, Part VII, Part VIII, CPWD specification for Horticulture 2020 ,CPWD
GCC EPC project 2020, relevant IS codes and National Building Codes 2016 with latest amendment
issued up to the date of submission of Bid (in case of difference of specifications ,if any, among these
specifications /codes , stringent / higher specification of the two shall be followed. In absence of CPWD
Specification, IS Codes, MoRTH Specifications, National Building Code 2016 Specifications or sound
engineering practices and other standard specifications suitable for modern non-residential buildings
and latest technology shall be adopted as per order of precedence defined in the contract. The decision
of E-in-C shall be final and binding in this matter.
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 82

6.53. The scope of works & specification are given in general. The EPC work shall include all the incidental
works required to be carried out for complete and satisfactory execution and occupation of the buildings
even if not mentioned. The work shall be carried out, all in accordance with true intent and meaning of
the specifications and the approved drawings taken together, regardless of whether the same may or
may not be particularly shown on the drawings and/ or described in the specifications, provided that
the same can be reasonably inferred there from. There may be several incidental works, which may
not mentioned/missed in the tender document/specifications but will be necessary to complete the item
in all respect. All these incidental works/ costs which are not mentioned, but are necessary to complete
the work to enable effective occupation and use of buildings, shall be deemed to have been included
in the overall amount quoted by the EPC contractor for various components of work. No adjustment of
rates shall be made for any variation in quantum of incidental works due to variation/change in actual
working drawings. Also, no adjustment of rates shall be made due to any change in incidental works
or any other deviation in such element of work (which is incidental to the items of work and are
necessary to complete such items in all respects) on account of the directions of Engineer-in- charge.
Nothing extra shall be payable on this account.

6.54. In case, some of descriptions are missing in the scope of work or specifications in the bidding
documents, same shall be executed as given in the CPWD Specifications (Civil and electrical and
horticulture), NBC-2016, IS Codes or according to sound engineering practices so as to make the
building including related services fully functional. No claim what so ever shall be entertained at later
stage. All cost of providing and making buildings with services, landscape and horticulture works fully
complete in all aspect unless specifically mentioned in the contract document and making buildings
with services fully functional are included in the cost tendered for this work.

MINIMUM ACCEPTABLE SPECIFICATIONS

Sl. No. Items of Work Specifications

The civil works shall be done in accordance with MSR-2022 with correction slips up to the last date of
submission of tender document and National Building Code 2016.

FOUNDATION & SUPER As per structural design based on latest IS Codes and approved
1
STRUCTURE: drawings.

1.1 Foundation & Super structure Building shall be earthquake resistant RCC framed structure.

1.2 Plinth Filling:


a) Sand filling under floor With Local coarse sand minimum 150mm thick
100 mm thick lean concrete below footing in M10. Minimum 125
mm thick RCC of grade M20 shall be laid under flooring work in
b) Concrete under floor/ footings
ground floors with 8 mm dia @ 300mm c/c both ways or as per
design whichever is higher.
SS grade 304, as per client approved drawing & architectural
1.3 Railing in Staircase / Balcony
specifications.
All external walls will be full brick thick with common burnt clay
1.4 Burnt Clay Brick bricks (class designation 100) and internal wall half brick thick
may be provided wherever required.
2 WOOD WORK:
2.1 Door Shutters/frames Local best quality Tolhao wood
2.2 Mumpty Door: As per approved architectural drawing
As per IS: 3564 for door weight up to 80 kg and width up to 1000
2.3 Hydraulic Door Closer
mm.
3 FLOORING WORK:
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 83

Cement plaster skirting (upto 30 cm height) with cement mortar


3.1 Skirting 1:3 (1 cement: 3coarse sand) finished with a floating coat of neat
cement. (a) 18 mm thick..
(b) Floors Classroom,
3.2 40 mm thick with 20mm nominal size stone aggregate.
Laboratories etc.
4 ROOFING:
Precoated galvanised iron profile sheets (size, shape and pitch of
corrugation as approved by Engineer in-charge) with zinc coating
120 grams per sqm as per IS: 277, in 240 mpa steel grade, 5-7
microns epoxy primer on both side of the sheet and polyester top
coat 15-18 microns. Sheet should have protective guard film of 25
microns minimum to avoid scratches during transportation and
4.1 Roofing & Ridges
should be supplied in single length up to 12 metre or as desired
by Engineer-in charge. The sheet shall be fixed using self drilling
/self tapping screws of size (5.5x 55 mm) with EPDM seal,
complete up to any pitch in horizontal/ vertical or curved surfaces,
excluding the cost of purlins, rafters and trusses and including
cutting to size and shape wherever required.

4.2 Steel work in built up tubular Hot finished welded type tubes

All the RWP pipes including fittings shall be Hub less centrifugally
4.2 Rain Water Pipes cast (spun) iron pipe as per IS: 15905 exposed on walls/ in the
shafts to be executed as per CPWD specification 2009.
5 FINISHING :
All as per drawings/design approved by E-in-C . Necessary drip
5.1 (a) Plastering on walls (External) course shall be provided in Chajja, Balcony, Projecting Roof,
Beams etc.
(b) Plastering on walls (Internal) All as per drawings/design approved by E-in-C
5.2 Internal finishing All complete as per drawing approved by E-in-c
5.3 External finishing All complete as per drawing approved by E-in-c
5.4 Primer All complete as per drawing approved by E-in-c
Painting on wood work & steel
5.5 All complete as per drawing approved by E-in-c
work
6 MISCELLANEOUS :
CC 1:5:10 (1 Cement: 5 coarse sand: 10 brick aggregate 40mm
6.1 CC in sunken portion nominal size) or any other suitable light weight material available
in the market
6.2 Footpath & Open Paved area All complete as per drawing approved by E-in-c
7 INTERNAL SANITARY WATER SUPPLY INSTALLATIONS :
as per Architectural Drawings and as per directions of the
7.1 E.W.C. Pan
Engineer-In-Charge.
as per Architectural Drawings and as per directions of the
7.2 Flushing system
Engineer-In-Charge.
as per Architectural Drawings and as per directions of the
7.3 Urinals
Engineer-In-Charge.
as per Architectural Drawings and as per directions of the
7.4 Health faucet
Engineer-In-Charge.
as per Architectural Drawings and as per directions of the
7.5 Wash basin
Engineer-In-Charge.
as per Architectural Drawings and as per directions of the
7.6 Mirror
Engineer-In-Charge.
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 84

All the sanitary pipes including fittings shall be Hub less


centrifugally cast (spun) iron pipe epoxy coated inside &outside
7.7 Soil & waste pipes fittings
as per IS: 15905 exposed on walls/ in the shafts to be
executed as per CPWD specification 2019.
Brick masonry with brick of class designation 100 of size as per
7.8 House Manhole design Requirement approved by E-in-C with SFRC heavy duty
cover and frame.
Pipe between house manhole & HDPE pipes of PN-8 shall be provided for smooth /healthy
7.9
service manhole drainage system with proper slope as per approved design.
Pipe should be jointed with Teflon tape on male member with at
7.10 (a) Water supply line
least 6 Nos. round on the whole thread.

GI pipes as per approved plumbing drawing. Gun metal gate


(b) External pipe line up to 50mm
valve with CI wheel of approved quality.
(c) Concealed Internal piping – GI pipes as per approved plumbing drawing. Gun metal gate
Exposed on wall valve with CI wheel of approved quality.
(d) Internal piping & fittings–
Stainless steel grade 304 as per DSR 18.85 to 18.102
Concealed work
SS pipes of 304 grade as per approved plumbing drawings with
7.11 Drinking water (RO) supply line
SS valves and fittings of approved quality.
Painting of CI Pipes : Exposed on
7.12 Synthetic enamel paint
buildings
All CP fitting shall be single lever (Quarter turn) and other
accessories of the same series/ class as approved. Wall mixture
and basin mixture, shower rose. Angle valve and other fitting
7.13 Fittings should be in CP brass of approved quality and of same series,
SS gratings, towel rack, soap tray, mirror above the basin, 2
nos. corner glass shelf and 6 robe hooks, Exhaust fan are to be
provided.
RCC/PVC water storage tank of adequate capacity (with
7.14 Terrace Tank
suitable water proofing treatment) as approved by E-in-C
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 85

SECTION VIII
PAYMENT – SCHEDULE FOR
ORIGINAL WORK
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 86
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 87

PAYMENT – SCHEDULE FOR ORIGINAL WORK

All running / intermediate & final payments shall be made to the agency in accordance with the following
schedule:
1. Unless explicitly stated otherwise in the Tender Documents, the Contract shall be for the whole Works,
based on the milestones and payment shall be as accepted in the Contract.

2. The design notes, calculations, specifications, dimensioned drawings and milestone schedules prepared by
the tenderer in respect of his technically acceptable proposal shall be for limited purpose of tender evaluation
and for enabling its technical acceptability, price and construction time to be prima facie assessed.

3. Irrespective of the estimated quantities and /or dimensioned details for various items of work as furnished in
the design notes, calculations, specifications or outline /dimensioned drawings accompanying the tender for
the work, the successful tenderer shall carry out all changes, modifications or alterations that may, during the
scrutiny of the detailed designs and working drawings, or during construction be considered necessary in the
opinion of the Engineer for compliance with the Employer’s Requirements.

4. All duties, taxes, fees, octroi and other levies, payable by the Contractor under the Contract shall be included
in the total Contract Price submitted by the Tenderer. The evaluation of the Tender by the Employer shall be
made on the basis of quoted price only.

5. The Payment shall be in accordance with the provisions of Clauses of the schedule of payment.

6. Proportions of the contract Price for different stage of construction of the project shall be as specified below:

Contract Price Weightages


6.1 The Contract Price (CP) for this Agreement is Rs. ….................................
6.2 Proportions of the Contract Price (CP) for different stage of construction of the project shall be specified
below

Weightage Percentage of
SN Name of the Component Stage of Payment
in % of CP weightage
1 2 3 4 5
a) Up to Plinth Level 30.00 %
Construction of 1 Class b) Up to Super Structure i/c Roofing 40.00 %
1 3.24 %
Room
c) Finishing, electrification & others 30.00 %
a) Up to Plinth Level 30.00 %
Construction of 3 Class b) Up to Super Structure i/c Roofing 40.00 %
2 73.60 %
Room
c) Finishing, electrification & others 30.00 %
a) up to Plinth Level 30.00 %
3 Construction of Science Lab 3.24 % b) up to Super Structure i/c Roofing 40.00 %
c) Finishing, electrification & others 30.00 %
a) up to Plinth Level 30.00 %
4 Construction of Physics Lab 3.10 % b) up to Super Structure i/c Roofing 40.00 %
c) Finishing, electrification & others 30.00 %
a) up to Plinth Level 30.00 %
Construction of Chemistry b) up to Super Structure i/c Roofing 40.00 %
5 3.67 %
Lab
c) Finishing, electrification & others 30.00 %
a) up to Plinth Level 30.00 %
6 Construction of Biology Lab 3.10 %
b) up to Super Structure i/c Roofing 40.00 %
2/4-FIN/CE-EEW/2025 dt. 17.02.2025 Page No. 88

c) Finishing, electrification & others 30.00 %


a) up to Plinth Level 30.00 %
Construction of Computer b) up to Super Structure i/c Roofing 40.00 %
7 4.40 %
Room
c) Finishing, electrification & others 30.00 %
Construction of Library a) up to Plinth Level 30.00 %
Room
8 5.65 % b) up to Super Structure i/c Roofing 40.00 %
c) Finishing, electrification & others 30.00 %

6.3 Procedure of estimating the value of Work Done is given in Table. 6.3.1, 6.3.2 & 6.3.3
6.3.1 Construction of 1 Class Room
Table 6.3.1
Percentage
Name of the Component Payment Procedure
Weightage
Construction of 1 Class Room Unit of measurement is in Number.
Payment of each stage shall be made on
a) up to Plinth Level 30.00 % pro rata basis on completion of not less
b) up to Super Structure i/c Roofing 40.00 % than 3 nos of the class room.

c) Finishing, electrification & others 30.00 %

6.3.2 Construction of 3 Class Room


Table 6.3.2
Percentage
Name of the Component Payment Procedure
Weightage
Construction of 3 Class Room Unit of measurement is in Number.
Payment of each stage shall be made on
a) up to Plinth Level 30.00 % pro rata basis on completion of not less
b) up to Super Structure i/c Roofing 40.00 % than 5 nos of class room.

c) Finishing, electrification & others 30.00 %

6.3.3 Construction of Laboratory, Computer Room & Library Room


Table 6.3.3
Percentage
Name of the Component Payment Procedure
Weightage
Construction of Laboratory, Computer Unit of measurement is in Number.
Room & Library Room Payment of each stage shall be made on
pro rata basis on completion not of less
a) up to Plinth Level 30.00 % than 3 nos of Laboratory or Computer
b) up to Super Structure i/c Roofing 40.00 % Room or Library Room.

c) Finishing, electrification & others 30.00 %


---END ----

You might also like