Tender Document
Tender Document
e-TENDER DOCUMENT
For
Executive Engineer,
Division-I,
Education Engineering Wing,
Education (S) Department, Manipur
Copy to:
GOVERNMENT OF MANIPUR
EDUCATION ENGINEERING WING, EDUCATION (S) DEPARTMENT, MANIPUR
Babupara, Near D.C. Office (Old), Imphal West
The work involves Construction of Model Degree College at Kamjong District, Manipur.
IMPORTANT DATES:
Details of the work, bid form and bid document can be obtained/downloaded from the website
[Link] free of cost.
1. The Executive Engineer, Division - I, Education Engineering Wing, Education (S) Department,
Manipur for and on behalf of the Governor of Manipur invites composite bids in two bid system (Technical &
Financial Bid) on Item Rate Tender basis in electronic tendering mode, from eligible contractors for the work
of:
Construction of New Model Degree College at Kamjong District Head Quarters under PM-
USHA 2025-26.
The enlistment of the contractors should be valid on the last date of submission of bids. In case the last date
of submission of bid is extended, the enlistment of contractor should be valid on the original date of
submission of bids.
Should have satisfactorily completed similar works during the last 5 (Five) years ending last day of
month previous to the one in which tenders are invited. Experience shall be in the name of the
Bidder/Firm/Company and not in Subsidiary/Associate Company/ Group company etc.
Three similar completed works each costing not less than 40% of ECPT
or
Two similar completed works each costing not less than 60% of ECPT
or
One similar completed work costing not less than 80% of ECPT
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.
Other document to be submitted to become eligible:
(a) Letter of Transmittal (Format given)
(b) Integrity Pact (Format given)
(c) Declaration regarding blacklisting or litigation
(d) List of machinery/equipment as per Schedule F
(e) List of Manpower as per Schedule F
1.4. Contractors who fulfil the following requirements shall be eligible to apply. Joint ventures are not
accepted.
1.5. Should have had Average annual financial turnover on construction works should be at least 30% of
the estimated cost put to tender during the immediate last three consecutive financial years. The value of
annual turnover figures shall be brought to current value by enhancing the actual turnover figures at simple
rate of 7% per annum.
1.6. Should not have incurred any loss (profit after tax should be positive) in more than two years during
the last five years ending 31st March 2024.
1.7. Should have a Banker's Certificate from a commercial Bank amount equal to 40% of the Estimated
Cost put to tender (ECPT), or Net Worth certificate from CA with Unique Document Identification Number
(UDIN) of minimum 10% of the estimated cost put to tender. (Scanned copy of original to be uploaded).
1.8. The contractor/firm who had been earlier disqualified/blacklisted by any Central Government / State
government Agencies because of fraudulent practice/poor performance etc. shall be barred from bidding for
the work.
1.9. Agreement shall be drawn with the successful bidder on prescribed Form No. Manipur PWD-7/8.
Bidders shall quote their rates as per various terms and conditions of the said form which will form part of
the agreement.
1.10. The time allowed for carrying out the work will be 30 (Thirty) Months, from the date of start as
defined in schedule ‘F’ or from the first day of handing over of the site, whichever is later, in
accordance with the phasing, if any, indicated in the bid documents.
1.12. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents except Standard General Conditions of Contract Form can be seen on website
[Link] free of cost.
1.13. The contractor will take all necessary guards and precautions during the course of execution to
ensure safety and stability of the adjoining building structures. All legal consequences of any danger/threat
to the safety and stability of adjoining structures rest with the contractor and department stands absolved
from all legal liabilities and consequences thereof if any, initiated by the owner/contractor of these building
structures.
1.14. After submission of the bid, the contractor can re‐submit revised bid any number of times but before
last time and date of submission of bid as notified. While submitting the revised bid, contractor can revise
the rate of one or more item (s) any number of times (he need not re‐enter rate of all other items) but before
last time and date of submission of bid as notified.
1.15. Payment of Tender Fees and EMD/ Bid Security:
1.15.1. Bid must be accompanied with Tender Fees amounting to ₹10,000.00/- (Rupees Ten
Thousand) only and “Earnest Money Deposit” (EMD) amounting to ₹ 26,15,000.00 (Rupees
Twenty Six Lakh Forty Three Thousand Eight Hundred) only respectively drawn in favour
of “Chief Finance Officer, Education Engineering Wing, Education (S) Department,
Manipur”.
1.15.2. Payment of Tender Fees and Earnest Money Deposit should be done ONLY though online
payment gateway. NEFT/RTGS facility may be used for EMD payment, wherever applicable.
1.15.3. Hard copy submission of Demand Draft/Pay Order or any other bank instrument
drawn as Tender Fee or Earnest Money Deposit will not be accepted.
1.15.4. This office Bank Account No. may be used for NEFT/RTGS or any other online transaction.
1.16. Online bid documents submitted by intending bidders shall be opened only of those bidders, whose
receipt of payment towards EMD, tender fee and copy of other documents scanned and uploaded are found
to be of order.
1.17. Certificate of work experience and other documents as specified in the N.I.T. shall be scanned and
uploaded to the e‐Tendering website within the period of bid submission.
1.18. The technical bid submitted shall be opened online at the office of the Chief Engineer, Education
Engineering Wing, Education (S) Department, Manipur. Babupara, Near D.C. Office (Old), Imphal
West.
1.19. The bid submitted shall become invalid and cost of bid shall not be refunded if:
1.19.1. The bidder is found ineligible.
1.19.2. The bidder does not upload scanned copies of all the documents stipulated in the bid
document.
1.19.3. If a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section / sub head in
percentage rate tender, the tender shall be treated as invalid and will not be considered as
lowest tenderer.
1.20. The contractor, whose bid is accepted, will be required to furnish performance guarantee of 5% (Five
Percent) of the bid amount within the period specified in Schedule F. This guarantee shall be in the form of
Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt or Bank Guarantee from any
of the Commercial Banks in accordance with the prescribed form. In case the contractor fails to deposit the
said performance guarantee within the period as indicated in Schedule 'F', including the extended period if
any, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the
contractor.
1.21. Additional Performance Security for the bidders who have quoted abnormally low bid price:
1.21.1. Where the bid price is below 10% but not below 20% of the project cost put to bid, the additional
performance guarantee/security percentage shall be incremented by 0.1% for every
percentage of bid price below 10% of the project cost put to bid starting at 11% with the
additional bid performance guarantee being 0.1% and this additional performance guarantee
percentage shall be applied on the bid price;
1.21.2. Where the bid price is 20% or more below of the project cost put to bid, the additional
performance guarantee percentage shall be incremented by 0.2% for every percentage of bid
price below 20% of the project cost put to bid in addition to 1% of the bid price and this
additional performance guarantee percentage shall be applied on the bid price;
1.21.3. The additional performance guarantee percentage shall be rounded off to the next lower
percentage based on whether the decimal point of the percentage of bid price is below 0.5%
or next higher percentage based on whether the decimal point of the percentage of bid price
is 0.5% or more.
1.21.4. The additional performance security shall be treated as part of the performance security.
1.22. Intending bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is practicable),
the form and nature of the site, the means of access to the site, the accommodation they may require and in
general shall themselves obtain all necessary information as to risks, contingencies and other circumstances
which may influence or affect their bid. A bidder shall be deemed to have full knowledge of the site whether
he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be
allowed. The bidders shall be responsible for arranging and maintaining at his/her own cost all materials,
tools and plants, water, electricity access, facilities for workers and all other services required for executing
the work unless otherwise specifically provided for in the contract documents. Submission of a bid by a bidder
implies that he has read this notice and all other contract documents and has made himself aware of the
scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant,
etc. will be issued to him by the Education Engineering Wing, Education (S) Department, Manipur and local
conditions and other factors having a bearing on the execution of the work.
1.23. The competent authority on behalf of the Governor of Manipur does not bind itself to accept the
lowest or any other bid and reserves to itself the authority to reject any or all the bids received without the
assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any condition
including that of conditional rebate is put forth by the bidders shall be summarily rejected. Unbalanced bids
resulting in abnormally high or abnormally low rates which may cause Major Deviation may be rejected by
the competent authority on behalf of the Governor of Manipur and such matter may not be further pursued
by the tenderer.
1.24. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids
submitted by the contractors who resort to canvassing will be liable for rejection.
1.25. The competent authority on behalf of Governor of Manipur reserves to himself the right of accepting
the whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.
1.26. The department reserves the right to reject any prospective application without assigning any reason
and to restrict the list of qualified contractors to any number deemed suitable by it, if too many bids are
received satisfying the laid down criterion.
1.27. The contractor shall not be permitted to bid for works in the Education Engineering Wing, Education
(S) Department, Manipur (responsible for award and execution of contracts) in which his near relative is
posted as Accountant or as an officer in any capacity between the grades of Superintending Engineer and
Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in
any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the
Education Engineering Wing, Education (S) Department, Manipur. Any breach of this condition by the
contractor would render him liable to be blacklisted.
1.28. No Engineer of gazetted rank or other Gazetted officer employed in Engineering or Administrative
duties in Engineering Department of Government of Manipur is allowed to work as a contractor for a period
of one year after his retirement from Government service, without the prior permission of the Government of
Manipur in writing. This contract is liable to be cancelled if either the contractor or any of his employees is
found any time to be such a person who had not obtained the permission of the Government of Manipur as
aforesaid before submission of the bid or engagement in the contractor’s service.
1.29. The bid for the works shall remain open for acceptance for a period of 90 (ninety) days from the date
of opening of bid.
1.29.1. If any bidders withdraw his/her bid before the said period or issue of letter of acceptance,
which-ever is earlier, or makes any modifications in the terms and conditions of the bid which
are not acceptable to the department within 7 days after last date of submission of bids, then
the Government shall without prejudice to any other right or remedy, be at liberty to forfeit 50%
of the earnest money absolutely irrespective of letter of acceptance for the work is issued or
not.
1.29.2. If any tenderer withdraws his tender or makes any modification in the terms & conditions of the
tender which is not acceptable to the department after expiry of 7 days after last date of
submission of bids, then the Government shall without prejudice to any other right or remedy,
be at liberty to forfeit 100% of the earnest money absolutely irrespective of letter of acceptance
for the work is issued or not.
1.29.3. In case of forfeiture of earnest money as prescribed in para (i) and (ii) above, the bidders shall
not be allowed to participate in the rebidding process of the same work.
1.30. This Notice Inviting tender shall form a part of the contract document. The successful
bidder/contractor, on acceptance of his bid by the Accepting Authority, shall, within 15 days from the
stipulated date of start of the work, sign the contract consisting of:
1.30.1. The notice inviting Bid, all the documents including additional conditions, specifications and
drawings, if any, forming part of the bid at the time of invitation of bid and the rates quoted at
the time of submission of bid and acceptance thereof together with any correspondence
leading thereto.
1.31. Information and instructions for bidders forming part of the bid document is enclosed.
1.32. Integrity Pact: The contractor shall download the Integrity Pact, which is a part of tender documents,
affix his signature in the presence of a witness, and upload the same while submitting online bids for all
works of estimated cost put to tender equal or more than the threshold value given in Schedule-F. In the
event of his failure to sign and upload the Integrity Pact along with other bid documents, his bid shall be
rejected.
1.34. Any clarification or queries shall be raised during the “Pre-Bid Meeting”. Further, any queries or
complains after opening if Technical Bids will not be entertained.
1.35. Communications & Queries: All the communications/queries with respect to the tender shall be
addressed to the below contact person on any working day (Monday to Friday) between 11.00 AM to 3:00
PM:
1 Earthwork
1) Construction of Administrative Building
2) Providing W.S. & S.I. for Administrative 2 Isolated footing
Building
3) Providing IEI for Administrative Building 3 RCC work in columns/beams
4) Construction of Staff Quarters s
4 Brick work in foundation
5) Providing W.S. & S.I. for Staff Quarters s
6) Providing IEI for Staff Quarters s 5 Half brick work in superstructure
7) Construction of Hostel
8) Providing W.S. & S.I. for Hostel Steel tubular truss with Profile Sheet
9) Providing IEI for Hostel 6
Roofing
10) Construction of Multipurpose Hall
11) Providing W.S. & S.I. Multipurpose Hall Wood work in Doors, windows, frames and
7
12) Providing IEI for Multipurpose Hall ceiling
13) Construction of Academic Building
14) Providing W.S. & S.I. for Academic 8 Insulating board for ceilings
Building
9 Painting
15) Providing IEI for Academic Building
16) Construction of Approach Road 10 Internal Electrification & Installation works
17) Fire Fighting System
18) Land Development 11 Water supply & Sanitary Installation works
2.1. The work site is located at Model Degree College, Kamjong District, Manipur.
2.2. Work shall be executed according to General Conditions of Contract for Manipur PWD, Form 7/8 and
other documents enclosed in the bid document.
2.3. The scope of work includes construction of Administrative Building, Staff Quarters , Hostel, Multipurpose
Hall, Academic Building, Approach Road, Internal Electrification work, Fire Fighting System, Plumbing
& Water Supply.
2.4. 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
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, facade, 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.
From:
To:
Executive Engineer,
Division - I,
Education Engineering Wing,
Education (S) Department, Manipur.
Subject: Submission of bids for the work of “Construction of New Model Degree College at
Kamjong District Head Quarters under PM-USHA 2025-26”
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 D 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 Executive Engineer, Division - I, 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:
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 EE-I/EEW/T-14/E-TENDER/2025-26/20, dated 22nd
August, 2025 (hereinafter referred to as the Tender) and intends to award, under laid down organizational
procedure, contract for “Construction of New Model Degree College at Kamjong District Head Quarters
under PM-USHA 2025-26 ” 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:
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
Average for 3
Financial Year 2021-2022 2022-2023 2023-2024
years
FORM "B"
BANKER’S CERTIFICATE FROM A COMMERCIAL BANK
This is to certify that to the best of our knowledge and information that M/s./Shri ………………………
….…………....................................................................... having marginally noted address,
……………………………………………………………………... as a Customer of our bank are/ is respectable
and can be treated as good for any engagement upto a limit of ₹…………………. (Rupees
…...……………………….……………………………………………..)
This certificate is issued without any guarantee or responsibility on the bank or any of the officers.
FORM "B-1"
FORM FOR CERTIFICATE OF NET WORTH FROM CHARTERED ACCOUNTANT
"It is to certify that as per the audited balance sheet and profit & loss account during the financial year
............., the Net Worth of M/s ……………………… ………..…………….. (Name & Registered Address of
individual/firm/ company), as on …………………..…………. (the relevant date) is ₹. …… after considering
all liabilities. It is further certified that the Net Worth of the company has not eroded by more than 30 % in
the last three years ending on (the relevant date)."
FORM 'C'-1
PROJECTS UNDER EXECUTION
Sl. Name of work/ Owner or Cost of work Date of Stipulated Upto date Slow progress if Name and Remarks
project and sponsoring in crore of common date of percentage any and address/teleph
No. location organization rupees cement as per completion progress of reasons thereof one number of
contract work officer to
whom
reference may
be made
1 2 3 4 5 6 7 8 9 10
FORM ‘D’ – 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.
3 Email id:
4 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 Bodies
5
(Scan & upload attested photocopy)
Organization/Placed of Registration Registration No.
1
2
3
6 PAN Number
7 TAN Number
8 GST Registration Number
9 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 designation to
10
be concerned with this work.
Designation & details of individuals authorized to act for the
11
organization
Has the bidder, or any constituent partner in case of
12 partnership firm, ever been debarred/ blacklisted for
tendering in any organization at any time? If so, give details.
Name: __________________________________________________________________
Address: ___________________________________________________________________
FORM OF PERFORMANCE SECURITY/ BANK GUARANTEE BOND
Inconsideration of the Governor of Manipur (hereinafter called “The Government”) having offered
to accept the terms and conditions of the proposed agreement between the Chief Finance Officer,
Education Engineering Wing, Education (S) Department, Manipur and………………………(herein after
called “the said Contractor(s)”) for the work Construction of New Model Degree College at
Kamjong District Head Quarters under PM-USHA 2025-26 (herein after 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, ………………………………. (herein after referred to as “the Bank”) here by undertake to pay
(indicate the name of the Bank)
to the Government an amount not exceeding Rs.……………………….………..
(Rupees………………………………………only) on demand by the Government.
2. We, ………………………………. do hereby under take 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 note exceeding Rs.………………….. (Rupees………………………only)
3. We, the said bank further undertake to pay the Government any money so demanded not with
standing any dispute or disputes raised by the contractor(s) in any suit or proceeding pending
before any court or Tribunal relating there to, our liability under this present being absolute and
unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for payment
there under and the Contractor(s) shall have no claim against us for making such payment.
4. We, ……………………………. Further agree that the guarantee here in 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 been forceable 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 here
under 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 upto ………………………… unless extended on demand by the
Government.
Not with standing 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)
PROFORMA OF SCHEDULES
SCHEDULE ‘A’
SCHEDULE ‘D’
Extra schedule for specific requirements/documents for the work, if any. NIL
SCHEDULE ‘E’
Name of work: Construction of New Model Degree College at Kamjong District Head Quarters
under PM-USHA 2025-26
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’
Officer inviting tender: Chief Engineer, Education Engineering Wing, Education (S) Department,
Manipur
1.
2.
3.
Authority to decide:
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
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.
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
Cause 16
Competent Authority for deciding reduced rates: Chief Engineer, Education Engineering Wing,
Education (S) Department, Manipur
Clause 18
List of mandatory machinery, tools & plants either Owned/Lease/Hired to be Submitted by the contractor
at the time of Bid Submission : -
1 Concrete Mixture (4 Nos) 2 Concrete Vibrator (2 Nos)
3 Generator Set of appropriate capacity 4 Handheld Mechanical Earth Rammer
5 JCB (1 No) 6 Tata Tipper (3 Nos)
Note *Lease or Hired Equipment should be available within the state not from outside the state.
Clause 32
Requirement of Technical Representative(s) and recovery rate
Number (of Major
Minimum
Designation
+ Minor