0% found this document useful (0 votes)
61 views24 pages

Tender Document

Uploaded by

ANKIT KALA
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)
61 views24 pages

Tender Document

Uploaded by

ANKIT KALA
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

GOVERNMENT OF MANIPUR

EDUCATION ENGINEERING WING


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

e-TENDER DOCUMENT
For

Construction of New Model Degree


College at Kamjong District Head
Quarters under PM-USHA 2025-26
EE-I/EEW/T-14/E-TENDER/2025-26/20
Dated 22nd August, 2025

Estimated Cost: ₹ 13,07,30,457.00/- (including of 18% GST)


Time allowed: 30(Thirty) Months
Earnest Money Deposit (EMD): ₹ 26,15,000/-
Last Date of Online Bid Submission: 13th September, 2025 up to 5:00 PM
**DISCLAIMER**
This e-tender document is for the purpose of inviting bids for the work “Construction of
New Model Degree College at Kamjong District Head Quarters under PM-USHA 2025-26".
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.
---
GOVERNMENT OF MANIPUR
EDUCATION ENGINEERING WING, EDUCATION (S) DEPARTMENT, MANIPUR
Babupara, Near D.C. Office (Old), Imphal West
NOTICE INVITING e-TENDERS
Imphal, the 22nd August, 2025
No. EE-I/EEW/T-14/E-TENDER/2025-26/20: The Executive Engineer, Division-I, 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 Item Rate Tender basis in electronic tendering mode from the
approved and eligible contractors holding both Civil (appropriate class) and Electrical registration (valid
license) under any Government Engineering Department of Manipur State for the following works listed
below:
Estimated Cost Earnest Time
Sl. Name of School Tender Fee
incl. 18% GST Money Allowed

Construction of New Model


30
Degree College at Kamjong
1 ₹ 13,07,30,457.00 ₹ 26,15,000.00 ₹ 10,000.00 (Thirty)
District Head Quarters under PM-
Months
USHA 2025-26.

IMPORTANT COMMON DATES:


Date of online publication 22-08-2025
Online document Sale Start Date 23-08-2028
Online document Sale End Date & Time 13-09-2025 up to 05:00 PM
Online Bid Submission Start Date 23-08-2028
Pre-Bid Meeting 29-08-2025 at 01:00 PM
Online Bid Submission END Date & Time 13-09-2025 up to 05:00 PM
Date of Opening of Bid (technical) 15-09-2025 up to 02:00 PM
Date of Opening of Bid (financial) To be notified later for Technically qualified bidders
The enlistment of the contractor(s) 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.
Details of the work, bid form and bid document can be obtained/downloaded from the website
[Link] free of cost. Modifications/Amendment/Corrigendum, if any, shall not be
advertised in the newspapers, but shall be uploaded in the official website [Link]
Technical and Financial shall be opened in the office of the Chief Engineer, Education Engineering Wing,
Education (S) Department, Manipur, Babupara, Near D.C. Office (Old), Imphal West.

Executive Engineer,
Division-I,
Education Engineering Wing,
Education (S) Department, Manipur
Copy to:

1. The Secretary (Education/S), Government of Manipur


2. The Director, Education (S) Department, Manipur
3. The Chief Engineer, Education Engineering Wing, Education (S) Department, Manipur.
4. The Chief Finance Officer, Education (S) Department, Manipur
5. Web-Manager, DIT- He is requested to upload the notification in the Manipur Government Website
6. File Concerned
PRESS NOTE

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

NOTICE INVITING e-TENDERS


Imphal, the 22nd August, 2025
No. EE-I/EEW/T-14/E-TENDER/2025-26/20: The Executive Engineer, Division-I, Education Engineering
Wing, Education (S) Department, Manipur, invites composite bids on behalf of the Governor of Manipur. Bids
are invited in two-bid system (Technical & Financial) through electronic tendering on an Item Rate basis.

The work involves Construction of Model Degree College at Kamjong District, Manipur.

IMPORTANT DATES:

Online document Sale Start Date: 23-08-2028


Online Bid Submission END Date & Time: 13-09-2025 up to 05:00 PM

Details of the work, bid form and bid document can be obtained/downloaded from the website
[Link] free of cost.

Executive Engineer, Division-I,


Education Engineering Wing,
Education (S) Department, Manipur
CHECKLISTS OF DOCUMENTS TO BE SCANNED AND UPLOADED

A. TECHNIAL BID/ ELIGIBILITY BID:


Copy of receipt/ counter foil payment towards cost of Bid Document and Earnest Money
Deposit. Tender Fee/ Cost of Bid and Earnest Money Deposit to be paid only through
1
online payment gateway. Bidder shall also ensure that UTR or Transaction Reference
No. is clearly mentioned in the counter foil.
2 Following documents in prescribed format –
a. Letter of Transmittal
b. Integrity Pact / Preamble
c. Declaration regarding blacklisting or litigation
d. Undertaking in bidder’s /firm’s letter head as per Clause 1.2
e. Annual Financial Statement for the last three years ending 31st March, 2024 (Form ‘A’).
Banker’s Certificate from a Commercial Bank (Form B) or
f.
Net Worth Certificate from Chartered Accountant (Form B-1)
List of all works of similar class completed during the last five years (Form ‘C’). Along
g.
with copy of Work Order and Work Completion Certificate.
h. List of all works under execution (Form ‘C-1’).
i. Information of the bidder’s Organization (Form ‘D’).
3 Copy of valid PAN Card.
4 Copy of Certificate of Registration for GST.
5 Copy of Latest GST Clearance Certificate.
6 Copy of latest GST-R3B
7 Copy of Latest Professional Tax Payment Receipt/ Chalan
8 Any other Document as specified in the Notice Inviting e‐Tender.
Full address of the bidder along with a valid e‐mail ID and Mobile Phone No. for
9
communication.
10 Machinery/equipment details as per Schedule F
11 Manpower Details as per Schedule F
B. FINANCIAL BID:
1 B.O.Q. (Bill of Quantity) (uploaded as a separate file)
Form 6 for e-Tender
GOVERNMENT OF MANIPUR
EDUCATION ENGINEERING WING, EDUCATION (S) DEPARTMENT, MANIPUR
Babupara, Near D.C. Office (Old), Imphal West

NOTICE INVITING E-TENDER

No. EE-I/EEW/T-14/E-TENDER/2025-26/20 Imphal, the 22nd August, 2025

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.

1.1. The work is estimated to cost ₹ 13,07,30,457.00 (inclusive of 18% GST).


1.2. Intending bidder is eligible to submit the bid provided he has definite proof from the appropriate
authority, which shall be to the satisfaction of the competent authority of having satisfactorily completed
similar works.
To become eligible for issue of bid, the bidders shall have to furnish an undertaking as under:
(Scanned copy is to be uploaded at the time of submission of bid).
“I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another
contractor on back-to-back basis. Further that, if such a violation comes to the notice of Department,
then I/we shall be debarred for bidding in Education (S) Department’s works in future forever. Also, if
such a violation comes to the notice of Department before date of start of work, the Chief Engineer shall
be free to forfeit the entire amount of Performance Guarantee.”

1.3. Criteria of eligibility for contractors:


a) Should have valid registration certificate as civil contractor and electrical contractor with State
Govt’s 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
e) Should have latest GSTR-3B.
f) Should have latest Professional Tax Payment Receipt/ Chalan.
Should have satisfactorily completed similar the works as mentioned below during the last five
years ending 31st March, 2025:

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.

1.11. (i) The site for the work is available.


(ii) The architectural and structural drawing for the work is available.

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.

Beneficiary Name Account Number IFSC Bank


CFO ENGINEERING CELL Axis Bank Ltd.,
920020059111936 UTIB0003210
DEPT. OF EDUCATION (S) Chingmeirong, Imphal

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.

1.30.2. Standard Manipur PWD Form 7/8.

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.

1.33. Subsequent Corrigendum/Addendum if any shall be available in website


[Link] only and shall not be published in any Newspaper. Bidders are requested to
visit e-tender portal regularly in their own interest to check for any amendment/modification to the Bidding
documents.

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:

Contact Person Executive Engineer,


Konsam Victor Singh Division-I,
Executive Engineer, Div- I, Education Engineering Wing,
Email:eew6062@[Link] Education (S) Department, Manipur
GOVERNMENT OF MANIPUR
EDUCATION ENGINEERING WING, EDUCATION (S) DEPARTMENT, MANIPUR
Babupara, Near D.C. Office (Old), Imphal West

BRIEF PARTICULARS OF THE WORK


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

[Link]. Name of work Estimated Cost Period of Completion


1 2 3 4
1 Construction of New Model Degree
College at Kamjong District Head ₹ 13,07,30,457.00 30 (Thirty) Months
Quarters under PM-USHA 2025-26 .

General features and major component of the work are as under

Name of Components Scope of work

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.

2.5. Defect Liability Period (DLP) of 1 (one) years


(a) Defect liability period is 1 (one) year after completion of the project.
CHECKLISTS OF DOCUMENTS TO BE SCANNED AND UPLOADED

A. TECHNIAL BID/ ELIGIBILITY BID:


Copy of receipt/ counter foil payment towards cost of Bid Document and Earnest Money
Deposit. Tender Fee/ Cost of Bid and Earnest Money Deposit to be paid only through
1
online payment gateway. Bidder shall also ensure that UTR or Transaction Reference
No. is clearly mentioned in the counter foil.
2 Following documents in prescribed format –
a. Letter of Transmittal
b. Integrity Pact / Preamble
c. Declaration regarding blacklisting or litigation
d. Undertaking in bidder’s /firm’s letter head as per Clause 1.2
e. Annual Financial Statement for the last three years ending 31st March, 2024 (Form ‘A’).
Banker’s Certificate from a Commercial Bank (Form B) or
f.
Net Worth Certificate from Chartered Accountant (Form B-1)
List of all works of similar class completed during the last five years (Form ‘C’). Along
g.
with copy of Work Order and Work Completion Certificate.
h. List of all works under execution (Form ‘C-1’).
i. Information of the bidder’s Organization (Form ‘D’).
3 Copy of valid PAN Card.
4 Copy of Certificate of Registration for GST.
5 Copy of Latest GST Clearance Certificate.
6 Copy of latest GST-R3B
7 Copy of Latest Professional Tax Payment Receipt/ Chalan
8 Any other Document as specified in the Notice Inviting e‐Tender.
Full address of the bidder along with a valid e‐mail ID and Mobile Phone No. for
9
communication.
10 Machinery/equipment details as per Schedule F
11 Manpower Details as per Schedule F
B. FINANCIAL BID:
1 B.O.Q. (Bill of Quantity) (uploaded as a separate file)
LETTER OF TRANSMITTAL

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:

Seal of the bidder

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


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 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:

(Signature of the bidder with Official Seal)


(Name and Designation)
(Name of the Bidder/Firm)
(Address of the Bidder/Firm)
Date:
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:
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

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.

(Signature) For the Bank


NOTE
1. Banker’s Certificates should be on letter head of the Bank, addressed to tendering authority.
2. In case of Partnership firm, certificate should include names of all partners as recorded with the
Bank.

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)."

Unique Document Identification Number (UDIN) ……………….

Signature of Chartered Accountant ………………………………..……


Name of Chartered Accountant ………………………………..……
Membership No. of ICAI
Date and Seal
FORM ‘C’ – DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS COMPLETED
DURING THE LAST FIVE YEARS ENDING 31.03.2025
Name and
Litigation/arbitration address/telephone
Name of work/ Owner or Cost of work Stipulated Date of Actual
Sl. case pending/in number of the
project and sponsoring in crore of period of commencement date of Remarks
No progress with officer to whom
location organization rupees completion as per contract completion
details* reference may be
made
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)

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.

Has the bidder, or any constituent partner in case of


13 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 bidder
14
has specialization and interest?
Any other information considered necessary but not included
15
above.
I / We hereby declare that the particulars given above are correct and complete.

Signature of Bidder with Seal: _______________________________________________________

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

(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

SCHEDULE ‘E’

Reference to General Conditions of Contract.

Name of work: Construction of New Model Degree College at Kamjong District Head Quarters
under PM-USHA 2025-26

Estimated Cost of work: ₹ 13,07,30,457.00

i. Earnest Money: ₹ 26,15,000.00

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

Maximum percentage for quality of Items of work to be See below


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 (Time & Progress) and applicable labour
licenses, registration with EPF, ESIC and BOCW Welfare
10 (ten) days
Board or proof of applying thereof from the date of issue
of letter of acceptance

ii) Maximum allowable extension with late fee @ 0.1% per


day of Performance Guarantee amount beyond the 1 to 15 days
period provided in (i) above in days
Clause 2
Concerned Executive Engineer,
Authority for fixing compensation under clause 2. Education Engineering Wing,
Education (S) Department, Manipur
Clause 2A
Whether Clause 2A shall be applicable No
Clause 5
Number of days from the date of issue of letter of acceptance
7 (seven) days
for reckoning date of start

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: 30 (Thirty) 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


Part Portion of Site Description reckoned from date of issue of letter
of intent
Part A Portion without any hindrance

Part B Portion without encumbrance

Portions dependent on work of other


Part C
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.

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

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

Rate at which recovery


component)
Experience

Minimum shall be made from the


Discipline

Minimum

Designation
+ Minor

SL. Qualifications contractor in the vent of


(Technical
No. & Technical not fulfilling provision of
Staff)
representative clause 36 (i)
Figures Words
1 Graduate Civil & Project / Site 3 years 2 (Civil) + Rs. Rupees
Engineer or Electrical Engineer 1 15,000 Fifteen
retired (Electrical) per thousand
Assistant month only per
Engineer month

--- END ---

You might also like