national education society for tribal students (nests) · 2020-03-13 · of dpar 2012/dsr with...
TRANSCRIPT
Ministry of Tribal Affairs Government of India
National Education Society for Tribal Students
(NESTS) Shastri Bhawan, New Delhi
DOCUMENT FOR
Expression of Interest (EoI)
For
Construction of EMRS/EMDBS Schools
EoI document No.:18015/09/2020-NESTS/01
Total no. of pages 43
2
INDEX
Section No Description Pages Cover Page 1 Index 2 Notice Inviting EoI 3
1 Introduction 4
2 General Points and Financial outlay for construction of EMRS
5
3 Aims and Objectives 6
4 Terms of Reference: Scope of Services 7
5 EoI Submission and opening 8-9
6 Allocation of works 10
7 Pre-Qualification Criteria 11
8 Evaluation Criteria 12
9 Court Jurisdiction 13
10 Arbitration 14
11 Force Majeure 15
12 Breach and Remedies 16
13 Performa of Performance Statement 17
14 Price Bid Submission Form 18-19
15 NEFT Mandate Form 20
16 Terms of Payment 21-22
Annexure-I Certificate i.r.o of Rule 133(3) of GFR 2017 23
Annexure-II Integrity Pact 24-28
Appendix -I Form - 'A' Financial Information 29
Appendix -II Credentials of Key Personnel of the PMC 30
Appendix -III Qualification and Experience of Manpower to be deployed in project
31
Appendix -IV Area and Layout Design 32-41
Appendix-V Detail of office setup and Manpower 42
Appendix-VI Format for Performance Security (Bank Guarantee) 42-43
3
National Education Society for Tribal Students
(NESTS)
NOTICE INVITING EoI
National Education Society for Tribal Students (NESTS), New Delhi invites Expression of
Interest (EoI) in terms of Rule133 (3) of GFR 2017 from Construction Agencies i.e. Central /
State Public Sector undertakings (PSUs) engaged in construction activities in general and
school buildings in particular who fulfil all eligibility requirements as specified vide Section 7
of this EoI document No.:18015/09/2020-NESTS/01.The projects are located at different
parts of the Country. EoIs are invited to determine Lowest Service Charges for Project
Management Consultancy services to be provided for Construction of Eklavya Model
Residential Schools (EMRS) commencing within a period of two years (further extendable
by one year) on Service Charges basis.
TIME SCHEDULE
Date of Publication 13.03.2020
Date of Pre-bid Meeting 25.03.2020 (at 3:00PM)
Bid Submission End Date 07.04.2020 (upto 3.00PM)
Bid Opening Date 07.04.2020 (at 5:00PM)
Presentation of Concept Note by Technically
Qualified Bidders 20.04.2020 onwards
Financial Bid Opening Date 21.04.2020 (at 3:00PM)
4
SECTION-1
INTRODUCTION
1.0 Introduction
1.1 Ministry of Tribal Affairs (MoTA) was set up in 1999, with the objective of providing more
focused approach on the integrated socio-economic development of the Scheduled Tribes
(STs), in a coordinated and planned manner. Since its inception, endeavour of Ministry of
Tribal Affairs has been to undertake various initiatives for overall upliftment of Tribal across
the country. Amongst these, providing quality education to ST students has been the key
focus areas of the Ministry as educational development is a stepping-stone to economic and
social development and is also the most effective instrument for overall empowerment.
EMRS: Eklavya Model Residential Schools (EMRS) were conceived in the year1997-98 to
impart quality education to ST children in remote areas in order to enable them to avail of
opportunities in high and professional educational courses besides get employment in
various sectors. The schools focus not only on academic education but on the all-round
development of the students. Each school has a capacity of 480 students, catering to
students from Class VI to XII.
In order to give further impetus to EMRS, it has been decided that by the year 2022, every
block with more than 50% ST population and at least 20,000 tribal populations, will have an
EMRS. Eklavya schools will be on par with Navodaya Vidyalaya and will have special
facilities for preserving local art and culture besides providing training in sports and skill
development. Across the country, as per census 2011 figures, there are 564 such sub-
districts out of which there is an EMRS in 102 sub-districts. Thus, 462 new schools have to
be opened by the year 2022.
1.2 Currently there are 285 schools functional across the country.
1.3 The Ministry of Tribal Affairs has identified the sub-districts, where new schools are to be
opened. These schools require a minimum land of 15 acres for EMRS to be made available
by the respective State Governments.
1.4 The Office of Commissioner, NESTS functions as the custodian of EMRS. The bid scan be
submitted to the below mentioned address:
Commissioner (NESTS),
Room No. 415 B-wing
Shastri Bhawan,
Dr. Rajendra Prasad Road,
New Delhi-01
5
SECTION-2: General Points and Financial outlay for construction of
EMRSs
2.1 General Points:
a. The area and number of units for construction of School Building, Residential facility and Kitchen with Dining has been finalized by the Ministry as mentioned below. The detailed unit wise area and layout design is at Appendix-IV
Sl No Name of Building Unit Finalized Plinth Area
(In Sqm)
1 School Building 1 2580.00
2 Girls Hostels with Warden Residence 1 2360.00
3 Boys Hostels with Warden Residence 1 2360.00
4 Kitchen and Dining 1 550.00
5 Guest House 1 80.00
6 Principal Residence 1 130.00
7 Type III Quarter 15 1200.00
8 Type II Quarter 10 700.00
9 Others (Pump room etc.) 80.00
Total Plinth Area 10,040.00
b. Project Management Consultancy services to be provided for Construction of EMRS for a
period of two years (further extendable by one year) on Service Charges basis.
c. EPF Registration: Preferably agency should have EPF registration, in case EPF
registration is not there, the agency should obtain EPF registration on allotment of work.
d. Submissions of monthly progress reports duly countersigned by authority and progress
chart including uploading on web-based monitoring system of NESTS for release of
funds
e. School building norms specified in the NBC, CBSE & NVS shall be followed in respect of
construction project across the country in plains as well as hilly, North Eastern, LWE
affected and other difficult areas.
f. All the stipulations provided for in the Access India Campaign for Divyang Students to
be ensured.
g. All the fixtures & fitment to be used for construction of EMRS (Schools, Hostels, Kitchen
/Dining & Staff residences) must be of Standard quality conforming to Bureau of Indian
Standard (BIS) without fail.
h. The land for construction of School shall be provided by the concerned State
Government. State Govt. (Principal Secretary/Commissioner, Tribal Affairs) will be
involved for ensuring expeditious transfer of land. Construction work will commence after
transfer of land.
i. The completion period per school shall not be more than 18 months from the date of
award of the contract.
j. The estimated cost of the project will be calculated as per the DSR rate of CPWD for the
year 2012 adjusted for cost indexation for the area mentioned 2.1(a). above
6
SECTION-3
AIMS AND OBJECTIVES
3.1 Aims and Objectives
3.1.1 EoI is invited under Rule 133 (3) of GFR 2017 from Construction Agencies i.e. Central /
State Public Sector undertakings (PSUs) engaged in construction activities in general and
school buildings in particular who fulfil all eligibility requirements as specified vide Section 7
of this document, for constructing EMRSs in EPC mode.
3.1.2 The aim & objective of this EoI is to determine the lowest service charge to carry out
construction work of EMRS projects at any place in India. The Construction Agencies shall
be required to provide the services as per scope of services defined in Section-4 of this
document.
3.1.2 The lowest service charges so determined shall be applicable on new construction works
allocated to the empanelled agency.
7
SECTION-4
TERMS OF REFERENCE: SCOPE OF SERVICES
4.0 Scope of Services to be provided by Construction Agency
The brief scope of services on part of the Construction Agency shall include the services as
may be assigned by the NESTS in general but not limited to the following:
4.1 Providing all engineering services on EPC basis (Engineering Procurement Construction) for
creating desired infrastructure. The services will include in general as described but not
limited to the same. The agency is expected to make the assigned project functional and
complete in all respects.
4.1.1 Architectural Consultancy
The architectural consultancy shall include in general detailed site survey, preparation of
survey plans, preparation of Master Plan, Architectural layouts of buildings, elevations,
sections, detailed working drawing, Structural Drawings, detailed Engineering. The details
are as below but not limited to:
i. Obtain approval of NESTS for the conceptual plan/s of project
ii. Preparation of layout and detailed Architectural plans, individual building plans, detailed
working drawings, Structural drawings, drawings of buildings, plumbing, sanitary, water
supply, electrical services, fire protection services, telephone, wiring, landscaping etc. as
per requirement and submission to concerned local bodies, wherever necessary and to
obtain their approval if required before and after completion of work.
iii. Vetting of Structural drawings before execution from IIT/NIT/reputed Govt. Engg. College
iv. Preparation of Preliminary Estimate/Detailed Estimate (Technical Sanction) on the basis
of DPAR 2012/DSR with prevailing Cost Index approved by CPWD.
4.1.2 Project Management Consultancy
The Project Management Consultancy shall include Value Engineering, Tendering,
Execution, Supervision, Quality Control, Maintenance, disbursement of fund to contracting
agencies, Resource optimization etc. The scope of services shall include the services but not
limited to the following:
i. Complete construction of projects through contractors/vendors for work and supply of
materials and labours or both, by way of time scheduling, monitoring, supervision, quality
assurance/control, accounting, payment bills and taxes, royalty, GST, cess etc.
ii. Adherence to the timelines indicates in the project documents.
iii. Co-ordination with all other agencies, local authorities/bodies for implementation of
project as per requirement of site conditions and local bye-laws.
iv. Invitation of tenders giving wide publicity as per GFR 2017 norms and award of works.
v. Supervision and Quality control as per CPWD specifications/BIS codes of practice.
vi. After completion, handing over the project to NESTS in complete shape between NESTS
and the Agency along with a hard copy and soft copy of full set of completed drawings.
vii. Any other services as included in the specific sanction of project.
8
SECTION-5:
EOI SUBMISSION & OPENING
5.0 Instructions for submission of EOI
5.0.1 Submission of EOI in two envelope system shall be followed:
i. ENVELOPE – I
The Envelope – I (sealed) shall contain all technical documents except financial bid duly
certified by the competent authority in respect of pre-qualification criteria as mentioned in
Section-7 and evaluation criteria mentioned in Section-8.
ii. ENVELOPE – 2
The financial bid in the format specified in Section-14 together with conditions specified
therein duly filled up the blank spaces and all pages duly signed & sealed shall be kept in
Envelope – 2.
iii. ENVELOPE – 3
The Envelope -3 shall contain Envelope – 1 &Envelope – 2.
The wax sealed envelope – 3 shall be submitted in the office of Commissioner, NESTS,
Commissioner (NESTS), Room No. 415 B-wing, Shastri Bhawan, Dr. Rajendra Prasad
Road, New Delhi-01
The envelopes shall be super-scribed as below:
a. Envelope – 1 : “Eligibility documents”
b. Envelope – 2 : “BID DOCUMENT”
c. Envelope – 3 : Name of work ________________ Bid reference no. _____________ Name of CA _________________ With address
5.0.2 The Envelope – 3 shall be opened first and then Envelope – 1 (eligibility documents) shall be
opened. The intending bidders who fulfil eligibility criteria shall be considered as qualified.
5.0.3 The Envelope – 2 (containing complete Bid Document) shall be opened only for shortlisted
bidders.
5.0.4 Each page of the bid document shall be signed with seal by an officer of bidder not less than
the rank of General Manager or Chief Engineer or equivalent.
5.0.5 Bids of only those bidders whose bids are complete in all respects and qualify as per
eligibility criteria prescribed by NESTS shall be considered. NESTS reserve the right to
accept or reject any or all bids received by it without assigning any reason.
5.0.6 No Correction/modifications in Bid Document shall be allowed at any stage.
5.0.7 The bids can be submitted to the below mentioned address:
Commissioner (NESTS), Room No. 415 B-wing, Shastri Bhawan, Dr. Rajendra Prasad Road,
New Delhi-01.
5.1 Pre-Bid Meeting
5.1.1 The bidder (or his authorized representative) to whom the bid document has been issued or
who have downloaded the bid documents from website (www.tribal.nic.in) shall be invited to
9
attend the pre-bid meeting on date and time mentioned on page 3 of this document which
shall take place in the Conference Room No 734-735, 7th Floor, Shastri Bhawan, New
Delhi. Representatives shall carry Authority Letter for attending the above meeting.
5.1.2 The purpose of the pre-bid meeting shall be to clarify the issues and to answer queries on
any matter that will be raised by the participating intending bidders.
5.1.3 The bidders are requested, to submit all queries so as to reach NESTS office not later than
two days before the meeting. It may not be practicable to answer all queries received during
the meeting but queries and responses / clarifications shall be issued in accordance with the
subsequent clause. All communication must be addressed to Commissioner (NESTS), Room
No. 415 B-wing, Shastri Bhawan, Dr. Rajendra Prasad Road, New Delhi-01
5.1.4 The text of the queries raised and the responses given together with any responses
prepared after the pre-bid meeting shall be posted on the website (www.tribal.nic.in) for
information of all concerned. The minutes of pre-bid meeting shall form part of the Bid
Document.
5.2 Opening of Bids
5.2.1 Bids shall be opened at the prescribed time and date as indicated in the bid document. The
bids shall be scrutinized and evaluated by the custodian with reference to prescribed
parameters. During opening of the Bid, the Bid opening official(s) will read the salient
features of the bids like terms and conditions and Service Charges quoted.
5.2.2 In case the specified date of Bid opening falls on or is subsequently declared a holiday or
closed day for the NESTS, the Bids will be opened at the appointed time and place on the
next working day.
5.2.3 Authorized representatives of the Agency/Bidder, who have submitted Bids on time may
attend the Bid opening provided they bring with them letters of authority from the
corresponding Bidders.
5.3 Comparison of Bids and Award Criteria
5.3.1 Shortlisted agency for a particular State may be given an opportunity to accept the Charges
quoted by L1 so notified for that State within the specified period. Eligible bidders may be
considered for allocation of works within the State. Validity of accepted service charges shall
be for a period of 2 years with provision of further extension for an additional period of one
year.
5.3.2 NESTS reserve the right to allocate any or all works on the lowest service charges as
determined & notified in para 5.3.1 above.
10
SECTION-6
ALLOCATION OF WORKS
6.0 Custodian’s Right to accept any Bid and to reject any or all Bids without assigning
any reason thereof.
6.1 The Custodian reserves the right to accept in part or in full any Bid or reject any or more
Bid(s) without assigning any reason or to cancel the entire or part Bidding process and reject
all Bids at any time without incurring any liability, whatsoever to the affected Bidder or
Bidders.
6.2 NESTS shall not be bound to award any work or all the work to eligible Construction
Agencies only. (The bids being invited are non-binding and without any commitment of
award of work).
6.3 NESTS reserve full right to empanel more agencies after the bidding process is over and who have not participated in the bidding process, provided such agency meets the pre-qualification criterion specified in Section-7 and accept to work on lowest service charges so notified.
6.4 Execution of Memorandum of Agreement
6.4.1 The NESTS shall notify the lowest service charges State-wise in writing. NESTS shall also provide a reasonable time to all eligible bidders to submit the acceptance for execution of works on lowest service charges so notified.
6.4.2 The successful bidder shall execute Memorandum of Agreement on non-judicial stamp paper of Rs. 100/- within fifteen days on allocation of each work from the date of issue of A/A & E/s and start the work from the date of issue of Administrative Approval. The same shall be as per norms of NESTS as amended time to time and can be seen during office hours at NESTS headquarters.
6.5 Corrupt or Fraudulent Practices
6.5.1 It is required by all concerned to observe the highest standard of ethics during the bidding
process and execution of such contracts. In pursuance of this policy, the Custodian/NESTS:
(a) Will reject bid/contract if it determines that the Bidder, recommended for award, has engaged in corrupt or fraudulent or collusion or coercive practices in competing for the contract in question;
(b) Will declare a firm ineligible or blacklist, either indefinitely or for a stated period of time, to be awarded a contract by the custodian/NESTS if it at any time determines that the agency has engaged in corrupt or fraudulent or collusion or coercive practices in competing for, or gross/ deliberate negligence in executing the contract.
(c) The Custodian reserves the right not to conclude contract and in case contract has been issued, terminate the same, if, found to be obtained by any misrepresentation, concealment and suppression of material facts by the Bidder. In addition, legal as well as administrative action for such misrepresentation, concealment & suppression of material facts shall be initiated.
6.5.2 A separate Integrity Pact as per Annexure-II shall be executed on non-judicial on
denomination of Rs. 100/- with the bidder to whom the work shall be allocated.
6.6 Any dispute arising out of the process of bidding shall be dealt with by courts at New Delhi
only.
6.7 It is made clear that acceptance of bid and conveying of the same by NESTS to the
successful bidder does not confer any right to the bidder to get the work allotted. NESTS
reserve its right to take appropriate decision in the matter after taking into account overall
issues concerning the projects as time is the essence of the contract which should be strictly
adhered to by the bidder.
11
SECTION-7
PRE-QUALIFICATION CRITERIA
7.0 The bidders who shall produce sufficient documents/certificates in respect of having pre-
qualification criteria as mentioned below shall be considered as qualified and eligible for
technical evaluation.
7.1 Pre-qualification Criteria
The pre-qualification criteria for declaring the intending bidders as eligible for technical
evaluation:
7.1.1 As specified under Rule 133(3) of GFR 2017, the bidder/Agency should be a Public Sector
Undertaking set up by the Centre or State Govt. to carryout Civil & Electrical works or any
Central/State Govt. Organization/PSU which may be notified by the Ministry of Urban
Development for such purpose. Relevant supporting documents shall be furnished.
(An affidavit in this regard as per Annexure - I shall be submitted & signed by an officer not
below the rank of General Manager or Chief Engineer or equivalent.)
7.1.2 The Bidder/Agency should have average annual financial turnover of Rs.200.00 Crores (Rs.
60.00 Crores in case of Hilly, North Eastern & other hard areas) on Construction Work (Civil
including Electrical) during last three consecutive balance sheet (i.e. FY 16-17, 17-18 &
2018-19) duly audited by Finance Wing. The Bidder/ Agency should not be a loss-making
agency during any two years in the last three Financial Years mentioned above.
7.1.3 The Bidder/Agency should have an office setup located in the bidding state. The bidder
needs to submit the detail of each office location along with technical staff posted in different
States. Relevant supporting documents shall be furnished for the scrutiny. Details as per
Appendix V
7.1.4 The Bidder/Agency should have satisfactorily completed following building works as
mentioned in Para 8.2 (a) of this document during the last five years ending previous day of
last date of submission of tender as this should be certified by the officer not below the rank
of Chief Engineer / General Manager or equivalent.
a. Five similar work each costing not less than Rs. 25.00 Crores
Note: Similar Works as mentioned in Para 8.2 (a) of this document.
7.1.5 The Bidder/Agency should submit the proposed concept plan (Area, Layout Design, cost and
other) as per specification in Appendix-IV for construction of EMRS with the Bidding
documents.
Note:
a. The Certificate/Documents received from Client Department in respect of satisfactory
completion of work may also be submitted along with MoA/Agreement copy of the awarded
work.
b. In support of above, the Bidder is required to furnish the required documents, Performance
Statement as per Performa in Section-13.
c. Agencies should indicate their preferred State(s) of operation along with the specific reasons.
12
SECTION: 8
EVALUATION CRITERIA
8.1 Bidder(s) who qualify as per the Eligibility Criteria given in the preceding Clauses will be
shortlisted for further evaluation. They would be required to give a presentation of their
methodology and understanding of the project strategy etc. before the Expert Committee. The
past performance and credentials of the firm will also be assessed by a panel of experts. This will
form a part of Technical Evaluation besides the Documentary Credentials submitted by the
Bidder.
8.2 Technical evaluation once completed, the list of the technically qualified Bidders for opening of their Financial Bids will be displayed on the website (www.tribal.nic.in). Financial Bids of only those Bidders who score a minimum of 60 marks (qualifying) out of 100 in the Technical Qualification Criteria will be opened. The final selection of the successful bidder would be considered as per CVC and NESTS guidelines on the basis of the “Least Cost System (LCS)" in line with Rule 193 of GFR 2017. The Technical Qualification Criteria are:
(Rule 193 of GFR 2017 - Least Cost System (LCS) is appropriate for assignments of a standard or routine nature (such as audits and engineering design of non-complex works) where well established methodologies, practices and standards exist. Unlike QCBS, there is no weightage for Technical score in the final evaluation and the responsive technically qualified proposal with the lowest evaluated cost shall be selected.)
SI No
Sub Head Max. Scor
e
Remarks (Relevant information is to be furnished in tabular form
along with certified Supporting Documents)
a Applicant should have the experience of completion of similar works during last 7 years ending last day of month previous to the one in which tenders are invited. Civil works comprising- RCC framed structure Institutional/ Residential/ Industrial building including services like Electrification, Sanitary & Water Supply, Drainage and Waste Management, Road works, Fire Fighting & Site development etc. from Central/State Govt. Departments / PSUs and/or Autonomous bodies/Public Limited Company listed with stock exchange with supporting evidence & TDS certificate (only as a PMC) as detailed in EoI. The weightage criteria are mentioned below: a. No. of Years of Experience: 20% b. No of Completed Projects: 80%
40 Maximum score will be awarded to the Bidder having the highest number of years of experience in PMC work with highest completed projects. (a) Marking criteria for experience: Less than 4 years = 2 marks 4-6 years = 4 marks More than 6 years = 8 marks (b) Completed projects in the last 5 years: Less than Rs.25 crore = 10 marks Rs. 25 to 50 crore = 20 marks More than Rs. 50 crore = 32 marks (Total score subject to a maximum of 40 marks)
b Annual certified turnover during the last three years, as certified by statutory Auditor/ Chartered Accountant (as per Form-A of Appendix-I)
25 Marking criteria: Less than Rs. 450 crore = 10 marks Rs. 450 to 900 crore = 15 marks More than Rs.900 crore = 25 marks
c Qualification and competence of the personnel to be deputed by PMC for NESTS Project. (Qualification and Experience, as per Appendix-III)
25 Criteria Points: Qualification: 30%;Experience: 70% Total 100% Team Leader- 1, Planning Engineer – 1, Sr. Construction Manager (Civil) – 1 Sr. Construction Manager (Elec.) - 1
d Presentation before Expert Panel 10 Presentation before Expert/Selection Panel in support of Firm's credentials, understanding of the Project, methodology, satisfactory answers to the queries of Members of Expert/Selection Panel etc.
Total Technical Score (TS) 100
13
SECTION-9
COURT JURISDICTION
The NESTS shall not be bound to give justification for any aspect of the Selection Process and the
decision of the NESTS shall be final and binding on all without anyright of appeal. Further, in case of
any dispute, any Suit or Legal Proceedings against the NESTS, the jurisdiction shall be restricted to
the Courts at Delhi/High Court, New Delhi.
14
SECTION- 10
ARBITRATION
10.1 Any and all disputes arising from this Agreement or a breach thereof shall be first informed
and settled amicably through mutual discussion within 30 days from notice of dispute by
either of the party.
10.2 In the event of failure to resolve the dispute(s) amicably within 30 days from the date of
notification in writing of the existence of the dispute /difference, such unresolved dispute/
difference shall be settled through Arbitration.
10.3 Any dispute between the Parties arising out of or in connection with this contract or in
respect of any defined legal relationship associated therewith or derived there from, the
Parties agree to submit that dispute to arbitration under the Arbitration and Conciliation
(Amendment) Act, 2015 to be decided by a sole arbitrator. The authority to appoint the
arbitrator(s) shall be the International Centre for Alternate Dispute Resolution. The
International Centre for Alternate Dispute Resolution will provide administrative services in
accordance with the Arbitration and Conciliation (Amendment) Act, 2015 or as amended
from time to time, and the parties shall consent to the same.
a. The arbitration proceedings shall be held at New Delhi (India) and the language used in
the proceedings shall be English.
b. The decision of Arbitrator appointed to deal with such matters shall be accepted by the
parties as final and binding on parties.
c. The decision to continue performance of their respective remaining obligation under this
contract or to rescind the contract shall be decided mutually, despite the continuation of
arbitration proceedings.
d. The parties shall use their best endeavours to procure the decision of the arbitrator within
a period of six months or as early as possible after it has been demanded.
e. The courts in New Delhi (India) shall have exclusive jurisdiction in relation to this contract
including this clause.
f. All fees pertaining to arbitration proceedings shall be borne by the parties equally.
g. All other costs incurred by the parties shall be borne by the respective parties.
h. NESTS will not be a party to any such arbitration and the PMC shall deal with it.
15
SECTION- 11
FORCE MAJEURE
11.1 Notwithstanding the provisions of contract, the parties shall not be liable for forfeiture of its
performance, security, penalties or termination for default, its delay in performance or other
failure to perform its obligations under the Contract is the result of an event of Force
Majeure.
11.2 For purpose of this clause, "Force Majeure" means an event beyond the control of the parties
and not involving the party’s fault or negligence and not foreseeable, either in its sovereign or
contractual capacity. Such events may include but are not restricted to Acts of God, wars or
revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes, currency
restrictions, insurrection and civil commotion, acts of terrorism etc. Whether a “Force
Majeure” situation exists or not, shall be decided by NESTS, New Delhi and its decision shall
be final and binding on the PMC(s) and all other concerned.
16
SECTION- 12
BREACH AND REMEDIES
12.1 The PMC agrees to indemnify the NESTS against any and all losses, damages, claims, or
expenses incurred or suffered by the NESTS as a result of the PMC’s negligence or breach
of this Agreement. The PMC understands and acknowledges that any negligence or breach
of this Agreement may cause the NESTS irreparable damage, the amount of which may be
difficult to ascertain and, therefore, agrees that the NESTS shall have the right to apply to a
court of competent jurisdiction for an order restraining any such further breach and for such
other relief as the NESTS shall deem appropriate. Such right of the NESTS shall be in
addition to Remedies otherwise available to the NESTS at law or in equity.
17
SECTION-13
PERFORMA OF PERFORMANCE STATEMENT
(For the period of last five years)
Bid Reference no :
Name and address of the Bidder :
Details of Building and Similar works received & completed satisfactory
Sl No
Work/Project State
Work order placed by
(full address of purchasers
Order No. and Date
Order Value (Rs.
In
Crore)
Name & Description
of Work Awarded
Total Value at
the time of completion
(Rs. In
Crore)
Cost Diff. +/-
Schedule Date
of Comple
tion
Actual Date of
Completion
Reasons for
delay if any
1 2 3 4 5 6 7 8 9 10 11
Signature and seal of the Bidder
Note:
The Bidder should furnish Order copies and Satisfactory Completion Certificate, performance
report and proof of settlement of final bill from purchaser in respect of above.
18
SECTION-14
PRICE BID SUBMISSION FORM
Date: ____________
To
The Commissioner,
National Education Society for Tribal Students (NESTS)
Room No. 415 B-wing, Shastri Bhawan, Dr. Rajendra Prasad Road, New Delhi-01
Ref.: Your EOI Document No.: …………………………… dated______________
We, the undersigned have examined the above-mentioned Bidding Document, including
amendment/corrigendum No.__________, dated __________ (if any), the receipt of which is hereby
confirmed.
We hereby submit our proposal in conformity with your above referred EoI document for the Service
Charges for new construction in the Price Bid as below, attached herewith and made part of this Bid.
Sl.
No. State to be covered
Service Charges (% of project cost)
(Exclusive of taxes levies etc.)
(in figure) (in words)
01
02
03
04
05
06
07
08
We agree to keep our Bid valid for acceptance for 180 days or for subsequently extended period, if
any, agreed to by us. We also accordingly confirm to abide by this Bid up to the aforesaid period and
this Bid may be accepted any time before the expiry of the aforesaid period. We further confirm that,
until a formal Contract is executed, this Bid read with your written acceptance thereof within the
aforesaid period shall constitute a binding Contract between us.
We agree to all terms and conditions of NESTS. We have read and well understood the para 5.3.1
to 5.3.2 of Section – 5& para 6.2 & 6.3 of Section-6 and shall not make any claim in case NESTS
entrusts the work to any other agency.
We further understand that NESTS is not bound to accept the lowest or any Bid you may receive
against your above-referred Bid Reference.
19
We also understand that the above quoted service charges are exclusive of all taxes, levies (if
any), etc. Nothing extra shall be paid on such account. We also undertake and confirm to deposit
the so collected GST/taxes to the Govt. in time bound manner. Taxes to be claimed separately.
We confirm that the above quoted service charges shall be applicable on new construction as well
as on maintenance & repair works. We also understand and confirm that any modification to this
condition shall make our bid as non-responsive and shall be summarily rejected.
We confirm that we do not stand de-registered/banned/blacklisted by any Govt. Authorities.
We confirm that we fully agree to the terms and conditions specified in above mentioned Bidding
Document, including amendment/corrigendum if any.
____________________________
____________________________
[Signature with date, name and designation]
Duly authorized to sign Bid for and on behalf of
__________________________
(Name of Organisation)
20
SECTION-15
NEFT MANDATE FORM
Date: ____________
From: M/s_________________________
To
The Commissioner,
National Education Society for Tribal Students (NESTS)
Room No. 415 B-wing, Shastri Bhawan, Dr. Rajendra Prasad Road, New Delhi-01
Subject: NEFT PAYMENTS
We refer to the NEFT being set up by NESTS. For remittance of our payments using RBI’s
NEFTscheme, our payments may be made through the above scheme to us under noted account.
NATIONAL ELECTRONIC FUNDS TRANSFER MANDATE FORM
Name of City
Bank Code No.
Bank’s Name
Branch Address
Branch Telephone/Fax no.
Bank Account No.
Type of Account
IFSC code for NEFT / RTGS
Bidder’s Name as per Account
Telephone No. of Bidder
Bidder’s E-mail ID
PAN No.
____________________________
____________________________
[Signature with date, name and
designation] For and on behalf of
Organisation
__________________________
[Name & address of the Bidder on
behalf of Organisation]
Confirmed by Bank
Enclosed a copy of Crossed Cheque
21
SECTION-16
TERMS OF PAYMENT
16.0 Terms of Payment
The work is proposed to the interested short-listing agency concept to commission basis.
Therefore, terms of payment have been drawn up as per the milestone given below:
Milestone and Payment Terms
Phase-1
Stage Sl.
No. Milestone
%
Payment
of Service
Charges
to PMC
Cumulative
% payment
of Service
Charges to
PMC
% Payment
for
Construction
(CA Amount)
Cumulative
% payment
for
Construction
(CA Amount)
Stage 1 1 Approval of Master Plan
20% 20% - -
2 Approval of Preliminary
Architectural Design
3 Clearances and Approvals
from Statutory bodies and
basic working drawings
Stage 2 4 Submission of Draft DPR
5 Proof Checking and
approval of DPR by the
Competent Authority
Stage 3 6 Approval of Tender
Document& Award of
Contract
20% 40% 10%** 10%
** For Mobilization Advance to the construction Agency on furnishing of the Bank Guarantee in two
instalments (5% each) 1st Instalment at start of work and 2nd instalment at 10% of progress of work.
Phase-2
Stage 4
Sl.
No. Milestone
%
Payment
of
Service
Charges
to PMC
Cumulative
% payment
of Service
Charges to
PMC
% Payment for
Construction
(project Cost)
Cumulative %
payment for
Construction
(Project cost)
1 Completion of Work
a. 20% completion of work
10% 50% 15% 25%
b. 40% completion of work
10% 60% 15% 40%
c. 60% completion of work
10% 70% 20% 60%
d. 80% completion of work
10% 80% 20% 80%
e. 100% completion including all clearances and approvals including occupancy certificates
10% 90% 18% 98%
f. Successful completion of Defect Liability period of 12 months (DLP)
10% 100% 2% 100%
Note: Completion of Scope of work for the consultant will be considered only after the completion of stage 4.
22
16.1 Clause for Performance Security as per Rule 171 of GFR 2017.
i. The Successful Bidder shall furnish to the Client a security in the form of a bank
guarantee for an amount of 5% of the total Assignment Fee towards satisfactory
performance of the Consultant towards the Contract. The Bank Guarantee has to be from
a scheduled Commercial bank based in India and shall be as per Form C at Appendix
VI. The Performance Security shall be furnished within the time limit.
ii. Failure of the successful Bidder to submit the required Performance Security shall
constitute sufficient grounds for the annulment of the award of the contract and forfeiture
of the Bid Security.
iii. The said performance security shall be refunded as follows:
a. 50% of the amount within 60 days after the successful completion of milestone Phase
1 stated above
b. 50% of the amount within 60 days after the successful completion of Defect Liability
Period
23
Annexure-I
Certificate in respect of fulfilment of terms of Rule 133(3) of GFR 2017
Certified that ______________________________(Name of organization), fulfils the terms of Rule
133(3) of GFR 2017i.e. “A public sector undertaking set up by the Central or State Govt. To carry
out civil or electrical works or any other Central/State Govt. Organization/PSU notified by the
Ministry of Urban Development (MoUD) for such purposes”.
____________________________
____________________________
[Signature with date, name and designation]
For and on behalf of
__________________________
(Name of Organisation)
[Name & address of the Bidder] Seal of the Organisation
NOTE:
This certificate shall be signed by an officer not below the rank of General Manager or Chief Engineer or eq. and shall be submitted in Envelope-1.
24
Annexure-II
INTEGRITY PACT
To The Commissioner,
National Education Society for Tribal Students (NESTS)
Room No. 415 B-wing, Shastri Bhawan, Dr. Rajendra Prasad Road, New Delhi-01
Sub: Submission of EOI for providing PMC services for construction of EMRSs.
Dear Sir,
I/We acknowledge that NESTS is committed to follow the principles thereof as enumerated
in the Integrity Agreement enclosed with the tender/bid document.
I/We agree that the EoI is an invitation to offer made on the condition that I/We will sign the
enclosed Integrity Agreement, which is an integral part of tender documents, failing which I/We will
stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF THE EOI
SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this
condition of the NIT.
I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and
further agree that execution of the said Integrity Agreement shall be separate and distinct from the
main contract, which will come into existence when tender/bid is finally accepted by NESTS. I/We
acknowledge and accept the duration of the Integrity Agreement, which shall be in the line with
Article 1 of the enclosed Integrity Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the bid, NESTS shall have unqualified, absolute and unfettered right to
disqualify the bidder and reject the bid is accordance with terms and conditions of the bid.
Yours faithfully
(Duly authorized signatory of the Bidder
along with name of Organization / Construction Agency)
25
To be signed by the bidder / Construction Agency and same signatory competent /authorized to sign the
relevant contract on behalf of NESTS.
INTEGRITY AGREEMENT
This Integrity Agreement is made at ............... on this ........... day of .......... 20......
BETWEEN
Commissioner, NESTS represented through Additional Commissioner (NESTS), Shastri Bhawan,
New Delhi.
.................................................................,
NESTS.................................................................................(Hereinafterreferred as the
“Principal/Owner‟, which expression shall unless repugnant to the meaning or context hereof include
its successors and permitted assigns)
AND
..........................................................................................................................................
(Name and Address of the Organisation / Construction Agency)
through ...................................................................................................
(Details of duly authorized signatory)
(Hereinafter referred to as the“Bidder/ Construction Agency” and which expression shall unless
repugnant to the meaningor context hereof include its successors and permitted assigns) preamble
WHEREAS the Principal / Owner has floated EOI (EoI No. ………………….) (hereinafter referred to
as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract for
“providing PMC services for construction of EMRSs”. hereinafter referred to as the “Contract”.
AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules,
regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s)
Construction Agency.
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this
Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of
which shall also be read as integral part and parcel of the Tender/Bid documents and Contract
between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby
agree as follows and this Pact witnesses as under:
Article 1: Commitment of the NESTS.
1) The NESTS commit itself to take all measures necessary to prevent corruption and to observe
the following principles:
a) No employee of the Principal/Owner, personally or through any of his/her family members,
will in connection with the Tender, or the execution of the Contract, demand, take a promise
for or accept, for self or third person, any material or immaterial benefit which the person is
not legally entitled to.
26
b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and
reason. The Principal/Owner will, in particular, before and during the Tender process,
provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential
/ additional information through which the Bidder(s) could obtain an advantage in relation to
the Tender process or the Contract execution.
c) The Principal/Owner shall endeavour to exclude from the Tender process any person, whose conduct in the past has been of biased nature.
2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned or if there be a substantive suspicion in this regard, the Principal/Owner will inform the Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its internal laid down policies and procedures.
Article 2: Commitment of the Bidder(s)/ Construction Agency(ies)
1) It is required that each Bidder/Contractor (including their respective officers, employees and agents) adhere to the highest ethical standards, and report to the Government / Department all suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge or becomes aware, during the tendering process and throughout the negotiation or award of a contract.
2) The Bidder(s)/Construction Agency commits himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his participation in the
Tender / bidding process and during the Contract execution:
a) The Bidder(s)/ Construction Agency will not, directly or through any other person or firm,
offer, promise or give to any of the Principal/Owner’s employees involved in the Tender
process or execution of the Contract or to any third person any material or other benefit
which he/she is not legally entitled to, in order to obtainin exchange any advantage of any
kind whatsoever during the Tender process or during the execution of the Contract.
b) The Bidder(s)/ Construction Agency will not enter with other Bidder(s) into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non-submission of bids or
any other actions to restrict competitiveness or to cartelize in the bidding process.
c) The Bidder(s)/Construction Agency (ies) will not commit any offence under the relevant
IPC/PC Act. Further the Bidder(s)/ Construction Agency will not use improperly, (for the
purpose of competition or personal gain), or pass on to others, any information or documents
provided by the Principal/Owner as part of the business relationship, regarding plans,
technical proposals and business details, including information contained or transmitted
electronically.
d) The Bidder(s)/Construction Agency will, when presenting his bid, disclose any and all
payments he has made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the Contract.
3) The Bidder(s)/Construction Agency will not instigate third persons to commit offences outlined
above or be an accessory to such offences.
4) The Bidder(s)/Construction Agency will not, directly or through any other person or firm indulge
in fraudulent practice means a wilful misrepresentation or omission offacts or submission of
fake/forged documents in order to induce public official to act in reliance thereof, with the
purpose of obtaining unjust advantage by or causing damage to justified interest of others and/or
to influence the procurement process to the detriment of the Government interests.
27
5) The Bidder(s)/Construction Agency will not, directly or through any other person or firm use
Coercive Practices (means the act of obtaining something, compelling an action or influencing a
decision through intimidation, threat or the use of force directly or indirectly, where potential or
actual injury may befall upon a person, his/ her reputation or property to influence their
participation in the tendering process).
Article 3: Consequences of Breach
Without prejudice to any rights that may be available to the Principal/Owner under law or the
Contract or its established policies and laid down procedures, the Principal/Owner shall have the
following rights in case of breach of this Integrity Pact by the Bidder(s)/Construction Agency and the
Bidder/ Construction Agency accepts and undertakes to respect and uphold the Principal/Owner’s
absolute right:
1) If the Bidder(s)/Construction Agency, either before award or during execution of Contract has
committed a transgression through a violation of Article 2 above or in any other form, such as to
put his reliability or credibility in question, the Principal/Owner after giving 14 days’ notice to the
Construction Agency shall have powers to disqualify the Bidder(s)/Construction Agency from the
Tender process or terminate/determine the Contract, if already executed or exclude the Bidder/
Construction Agency from future contract award processes. The imposition and duration of the
exclusion will be determined by the severity of transgression and determined by the
Principal/Owner. Such exclusion may be forever or for a limited period as decided by the
Principal/Owner.
2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has
disqualified the Bidder(s) from the Tender process prior to the award of the Contract or
terminated/determined the Contract or has accrued the right to terminate/determine the Contract
according to Article 3(1), the Principal/Owner apart from exercising any legal rights that may
have accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of
Earnest Money Deposit, Performance Guarantee and Security Deposit of the Bidder/
Construction Agency.
3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or
Construction Agency, or of an employee or a representative or an associate of a Bidder or
Construction Agency which constitutes corruption within the meaning of IPC Act, or if the
Principal/Owner has substantive suspicion in this regard, the Principal/Owner will inform the
same to law enforcing agencies for further investigation.
Article 4: Previous Transgression
1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other
Company in any country confirming to the anticorruption approach or withCentral Government or
State Government or any other Central/State Public Sector Enterprises in India that could justify
his exclusion from the Tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender
process or action can be taken for banning of business dealings/ holiday listing of the Bidder/
Construction Agency as deemed fit by the Principal/ Owner.
3) If the Bidder/ Construction Agency can prove that he has resorted / recouped thedamage caused
by him and has installed a suitable corruption prevention system, the Principal/Owner may, at its
own discretion, revoke the exclusion prematurely.
Article 5: Equal Treatment of all Bidders/ Construction Agency /Subcontractors
1) The Bidder(s)/Construction Agency undertake(s) to demand from all subcontractors a
commitment in conformity with this Integrity Pact. The Bidder/ Construction Agency shall be
28
responsible for any violation(s) of the principles laid down in this agreement/Pact by any of its
contractors/vendors/Sub contractor (sub venders).
2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and
Construction Agency.
3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between the
Principal/ Owner and the bidder, along with the Tender or violate its provisions at any stage of
the Tender process, from the Tender process.
Article 6: Duration of the Pact
This Pact begins when both the parties have legally signed it. It expires for the Construction Agency
12 months after the completion of work under the contract or till the continuation of defect liability
period, whichever is more and for all other bidders, till the Contract has been awarded.
If any claim is made/lodged during the time, the same shall be binding and continue to be valid
despite the lapse of this Pacts as specified above, unless it is discharged/determined by the
Competent Authority of NESTS.
Article 7: Other Provisions
1) This Pact is subject to Indian Law, place of performance and jurisdiction is theHeadquartersof the Division of the Principal/Owner, who has floated the Tender.
2) Changes and supplements need to be made in writing. Side agreements have not been made.
3) Should one or several provisions of this Pact turn out to be invalid; the remainder ofthis Pact remains valid. In this case, the parties will strive to come to an agreement to their original intensions.
4) It is agreed term and condition that any dispute or difference arising between the parties with regard to the terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal in accordance with this Integrity Agreement/ Pact or interpretation thereof shall not be subject to arbitration.
Article 8: Legal and Prior Rights
All rights and remedies of the parties hereto shall be in addition to all the other legal rights and
remedies belonging to such parties under the Contract and/or law and the same shall be deemed to
be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of
brevity, both the Parties agree that this Integrity Pact will have precedence over the Tender/Contract
documents with regard any of the provisions covered under this Integrity Pact.
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and
date first above mentioned in the presence of following witnesses:
...............................................................
(For and on behalf of Principal/Owner)
................................................................
(For and on behalf of Bidder/Construction Agency along with name of construction Agency)
WITNESSES:
1. ..............................................
(signature, name and address)
2. ...............................................
(signature, name and address)
Place:
Date:
29
APPENDIX-I
FORM — 'A' FINANCIAL INFORMATION
Financial Analysis — Details to be furnished duly supported by figures in Balance Sheet/ Profit and
Loss Account for the last Three Years duly certified by the Chartered Accountant, three years
considered for average Financial Turnover and Profitability.
Particulars Financial Year
2016-17 2017-18 2018-19
I. Gross Annual turnover (In Lakhs)
ii. Capital
iii. Profit / Loss
iv. Certified by
II. The following certificates are enclosed:
(a) Current Income Tax Clearance Certificate / Profit & Loss account
(b) Solvency Certificate from Bankers of Bidder
(c) Signature of Chartered Accountant with Seal
Signature of the Bidder with Date & Seal
30
APPENDIX-II
Credentials for Key Personnel of the PMC
[Form of Power of Attorney (On Rs.100 Stamp Paper)]
Know All Men by these presents that I,………………….., (Name and Designation of the person to
whom Power of Attorney is given) .....................................as the true & lawful attorney (hereinafter
referred to as the "Attorney") of the Company and in the name of the Company to exercise all or the
powers for and on its behalf in connection with the EOI Notice No.: …………………………. dated
……………. which have been invited by the National Education Society for Tribal Students
(NESTS), New Delhi and to undertake the following acts:
1. To submit the proposal and participate in the EOI, published by National Education Society for
Tribal Students (NESTS), New Delhi on behalf of the company.
2. To authorize any other Individual, or a nominated User to submit a Bid, and subsequently
negotiate and sign the Contract with any entity, agency or National Education Society for Tribal
Students (NESTS), New Delhi (wherein after referred to as Owner) for which Tenders are
floated.
3. To negotiate with the Owner, the Terms and Conditions including price for award of the Contract
pursuant to the aforesaid Bid and to sign the Contract with the Owner for and on behalf of the
Company.
4. To receive, accept and execute the Contract for and on behalf of the Company.
5. Do any other act or submit any Document related to the above.
6. Handover the Site to the Authorities for execution and obtain Completion Certificate (as
applicable).
7. To make estimation of the Work done from time to time (as applicable).
8. To make Design and Drawing Measurement of the Work done from time to time (as applicable).
9. To draw Bills in the name of the Company.
10. To receive the payment in favor of the Company against the aforesaid Bills from the Authorities
concerned.
11. To make Correspondence with the said Authorities.
12. To carry out all the activities which the PMC has to perform for owner as per Agreement.
13. To appear and represent on behalf of the Company with all other Authorities such as State
Government, Central Government, Electricity Board, Telephone Department, RTO Office,
Income Tax, Sales Tax, Labor Departments and such other Departments connected to the
Project(s) and to carry on correspondence with the above, in respect of the Contract.
Signature of the Bidder with Date & Seal
31
APPENDIX-III
Qualification and Experience of Manpower to be deployed in Project
Staff Key Personnel
Qualification Minimum
Minimum Experience
Relevant Experience
Team Leader
Degree in Engineering/ Architect/ MBA
10-15 Years of Professional Experience
At least 5 years in capacity of Project Manager at senior level and should have supervised at least one project of School Building Construction
Planning Engineer
Degree in Civil Engineering preferable post graduate in Structural Engineering
7 Years
Should have planned, supervised/ executed at least one project of worth Rs. 100 crores preferably School Building Construction Project and be capable of carrying out Structural design as per site requirements
Sr. Construction Manager (Civil)
Degree in Civil Engineering preferable post graduate in Structural Engineering
7 Years
Should have planned, supervised/ executed at least one project of worth Rs. 100 crores preferably School Building Construction Project and be capable of carrying out Structural design as per site requirements
Sr. Construction Manager (Electrical)
Degree in Electrical Engineering
7 Years
Should have, supervised/ executed at least one project of worth Rs. 100 crores preferably School Building Construction Project in the capacity of Sr. Electrical Engineer in charge. He should have sound knowledge of non-conventional energy system and installation and commissioning of HT/LT Sub-Station and Eco-friendly Captive Power System
Note:
Updated CV for each post to be submitted
32
APPENDIX-IV
1. Area and Layout Design
Sl.
No Features Unit
Area
(in Sq.m)
Total Area
(in Sq.m)
Propose
d Cost
(Cost as
per
DPAR
2012/DS
R)
Remarks
A School Building (G+1)
1 Class Room 16 40.58 649.28
Strength of 30
students per
classroom
2 Computer Lab 1 81.16 81.16
3 Science Labs 3 81.16 243.48 Includinginstruction
room and store room
4 Math Labs 1 40.58 40.58 (Equivalent to class
room size)
5 Language Lab/Art and
Craft Room 1 40.58 40.58
(Equivalent to class
room size)
6 Recreation Room 1 40.58 40.58
(For common purpose
and indoor sports
purpose)
7 Library 1 91.92 91.92
8 Boys Toilet 2 40.58 81.16 1 Block each with 4
WC, 10 Urinals & 4
Wash Basin(Including
Handicapped toilets
with Ramp and
Handrail)
9 Girls Toilet 2 40.58 81.16
10 Principal Room 1 40.58 40.58 With attached Toilet
11 Vice Principal Room 1 20.58 20.58
12 Office Room 1 40.58 40.58
13 Medical Room 1 14.44 14.44
14 Staff Room (Male) 1 20.29 20.29
15 Staff Room (Female) 1 20.29 20.29
16 Staff Toilet (Male) 1 10.00 10.00 1 Block each with 1
WC, 1 Urinals & 1
WASH Basin as per
Indian Standard
Institution clause
Sanitary fittings for
School
17 Staff Toilet (Female) 1 10.00 10.00
18 Physically
Handicapped Toilet 4 0.00 0.00
Inside the boys’ and
girls’ toilet
19 Security Room 1 0.00 0.00 Provision at Main
Gate
33
Sl.
No Features Unit
Area
(in Sq.m)
Total Area
(in Sq.m)
Propose
d Cost
(Cost as
per
DPAR
2012/DS
R)
Remarks
20 Store Room 1 20.29 20.29
21 Circulation Area 1033.05 Maximum Total Civil Work 0.00
Total Sanitary Work 0.00
Total Electrical Work 0.00
School Building Carpet
Area 1546.95
School Building Plinth
Area 2580.00
Sub Total (A) 0.00
B Boys Hostel (G+1)
1 Dormitories 30 34.70 1041.12 30 rooms with 8 beds
per room
2 Bathroom and
Toilets
8 32.68 261.44 Each unit contain (4
WC,4 Bathroom, 3
Wash basin)
3 Warden Residence
cum Office
1 80.00 80.00 Close to Hostel
Building
4 Study Room 1 31.25 31.25
5 Store Room 1 11.90 11.90
6 Laundry Area
Included in circulation
area
7 Physically
Handicapped Toilet
2 0.00 0.00 Include in circulation
area near to ground
floor toilet blocks
8 Circulation Area
934.29 Maximum Total Civil Work
0.00
Total Sanitary Work
0.00 Total Electrical Work
0.00
Boys Hostel Carpet
Area
1425.71
Boys Hostel Plinth Area
2360.00
Sub Total (B) 0.00
C Girls Hostel (G+1)
1 Dormitories 30 34.70 1041.12 30 rooms with 8 beds
per room
2 Bathroom and
Toilets
8 32.68 261.44 Each unit contain (4
WC,4 Bathroom, 3
Wash basin)
3 Warden Room cum
Office 1 80.00 80.00
Close to Hostel
Building
34
Sl.
No Features Unit
Area
(in Sq.m)
Total Area
(in Sq.m)
Propose
d Cost
(Cost as
per
DPAR
2012/DS
R)
Remarks
4 Study Room 1 31.25 31.25
5 Store Room 1 11.90 11.90
6 Laundry Area
Included in circulation
area
7 Physically
Handicapped Toilet
2 0.00 0.00 Include in circulation
area near to ground
floor toilet blocks
8 Circulation Area
934.29 Maximum Total Civil Work
0.00
Total Sanitary Work
0.00 Total Electrical Work
0.00
Boys Hostel Carpet
Area
1425.71
Boys Hostel Plinth Area
2360.00 Sub Total (B) 0.00
D Kitchen & Dinning Hall
1 Kitchen 1 210.00 210.00 with store and pantry
room
2 Store Room 1 0.00 0.00 Included in Kitchen
3 Dining Room (Boys) 1 150.00 150.00 Includes Wash basin
4 Dining Room (Girls) 1 150.00 150.00 Includes Wash basin
5 Hand Wash/ Utensil
Cleaning Area
1 0.00 0.00 Included in Dining
space
6 Pantry 1 0.00 0.00 Included in Kitchen
space
7 Circulation Area
40.00 Hand wash and other
use Total Civil Work
0.00
Total Sanitary Work
0.00 Total Electrical Work
0.00
Kitchen & Dinning-
Carpet Area
510.00
Kitchen & Dinning-
Plinth Area 550.00
Sub Total (D) 0.00
E Principal Quarter
1 Bed Rooms 3 13.48 40.44
2 Toilet 3 3.51 10.53
3 Kitchen 1 8.06 8.06
4 Dinning 1 16.38 16.38
35
Sl.
No Features Unit
Area
(in Sq.m)
Total Area
(in Sq.m)
Propose
d Cost
(Cost as
per
DPAR
2012/DS
R)
Remarks
5 Drawing Room 1 18.00 18.00
6 Balcony/Varandah 1 0.00 0.00 Included in circulation
area
7 Store 1 2.70 2.70
8 Office 1 6.31 6.31
9 Circulation Area 27.58 Total Civil Work 0.00 Total Sanitary Work 0.00 Total Electrical Work 0.00
Principal Residence-
carpet Area 102.42
Principal Residence-
Plinth Area 130.00
Sub Total (E) 130.00 0.00
F Type III Quarter (15 nos)
1 Bed Rooms 2*15 11.02 330.45 CPWD
2 Toilet 2*15 3.87 115.95 CPWD
3 Kitchen 1*15 8.60 129.00 With utility balcony
4 Dinning 1*15 17.28 259.20 CPWD
5 Drawing Room 1*15 0.00 0.00 Included in dining
area
6 Balcony 1*15 6.50 97.50 CPWD
7 Circulation Area 268.00
Total Civil Work 0.00 Total Sanitary Work 0.00 Total Electrical Work 0.00 Type III-carpet Area 932.00 Type III-Plinth Area 1200.00 Sub Total (F) 1200.00 0.00
G Type II Quarter (10 nos)
1 Bed Rooms 2*10 9.75 195.00 CPWD
2 Toilet 2*10 3.87 77.40 CPWD
3 Kitchen 1*10 7.30 73.00 With utility balcony
4 Dinning 1*10 13.62 136.20 CPWD
5 Drawing Room 1*10 6.00 60.00 Included in dining
area
6 Balcony 1*10 6.50 65.00 CPWD
7 Circulation Area 93.40 Total Civil Work 0.00 Total Sanitary Work 0.00 Total Electrical Work 0.00
36
Sl.
No Features Unit
Area
(in Sq.m)
Total Area
(in Sq.m)
Propose
d Cost
(Cost as
per
DPAR
2012/DS
R)
Remarks
Type II-carpet Area 606.60 Type II-Plinth Area 700.00 Sub Total (G) 0.00
H Guest House
1 Bed Room 2 11.02 22.03 CPWD
2 Drawing Cum Dinning 1 17.28 17.28 CPWD
3 Kitchen cum Pantry 1 8.60 8.60 CPWD
4 Toilet 1 3.87 3.87 CPWD
5 Balcony 1 6.50 6.50 CPWD
6 Caretaker Room 1 11.02 11.02 CPWD (Bed room
Size)
7 Circulation Area 10.70 Total Civil Work 0.00 Total Sanitary Work 0.00 Total Electrical Work 0.00
Guest House-carpet
Area 69.30
Guest House-Plinth
Area 80.00
Sub Total (H) 80.00 0.00
I Sports Facility
1 Play Ground 1 Mandatory One Play field of size
190mx110m (having
400m/200m track)
2 Kho Kho May be play at Volley
Ball Court
3 Basketball 2 Mandatory 40x30 Sqm Separate (B+G)
4 Volley Ball 2 Mandatory 40x30 Sqm Separate (B+G)
5 Archery 1 Mandatory 2500
Total Civil Work 0.00 Total Sanitary Work 0.00 Total Electrical Work 0.00 Sub Total (I) 0.00
J Fire Fighting
1 School YES Mandatory
2 Hostel YES Mandatory
3 Quarter YES Mandatory Total Civil Work 0.00 Total Sanitary Work 0.00 Total Electrical Work 0.00 Sub Total (J) 0.00
37
Sl.
No Features Unit
Area
(in Sq.m)
Total Area
(in Sq.m)
Propose
d Cost
(Cost as
per
DPAR
2012/DS
R)
Remarks
K Drinking Water
1 Sump
RCC underground
sump (1.0 lakh
litre)
80
CPWD
2 Deep Boring 2 CPWD
3 Overhead Tank 50,000 litres CPWD
4 External Water Supply
System As per requirements
Total Civil Work 0.00 Total Sanitary Work 0.00 Total Electrical Work 0.00 Sub Total (K) 80 0.00
L Green Features
1 Recharge Pit YES Mandatory
2 Solar Power Plant May be planned through
Ministry of New and
Renewable Energy
3 Solar Water Heaters YES Mandatory As per requirements
4 Kitchen Waste Disposal
Unit YES Mandatory
5 Compost Pit YES Mandatory
6 Dust Bins YES Mandatory
7 Solar Street Lights YES Mandatory
8 Rain Water Harvesting YES Mandatory
9 Storm Water drain YES Mandatory
10 Eco Friendly Sewage
System YES Mandatory
Total Civil Work 0.00 Total Sanitary Work 0.00 Total Electrical Work 0.00 Sub Total (L) 0.00
M Horticulture / Landscaping
1 Landscaping YES Mandatory
2 Herbal Garden YES Mandatory
3 Plantation YES Mandatory
4 RCC Benches YES Mandatory
5 Dustbins YES Mandatory
6 Campus Development YES Mandatory
7
Electric Substation,
Generator, External
Water Supplier,
Irrigation System,
YES Mandatory
38
Sl.
No Features Unit
Area
(in Sq.m)
Total Area
(in Sq.m)
Propose
d Cost
(Cost as
per
DPAR
2012/DS
R)
Remarks
Parking Area) Total Civil Work 0.00 Total Sanitary Work 0.00 Total Electrical Work 0.00 Sub Total (M) 0.00
N Others
1 Boundary Wall (1.8
Meter Height) YES Mandatory
2.6 mt Height, 1.8
Masonry work and 0.8
concertino wire
2 Entry Gate with
Security Room YES Mandatory
As per NBC (Minimum
W- 6 M X H- 4.5 M)
Included in building
work cost
3 Flag Hoisting Stage YES Mandatory
4 Doors & Windows with
Mosquito Net YES Mandatory
5 Internal Roads YES Mandatory As per site
requirements
6 Internal pathways YES Mandatory As per site
requirements
7 Electric substation YES Mandatory
8 Pump room YES Mandatory
9 Surface Drain including
culvert YES Mandatory (With Storm Water)
11 Smart Class Room Mandatory Only wiring work
12 External Electrical
Work YES Mandatory Connection, services
etc
13 Levelling YES Mandatory As per site
requirements
14 Filtered Water Supply YES As per requirements
15
SITC of substation
equipment (200/250
KVA Transformer)
YES Mandatory (1. Substation building
and transformer)
16 SITC of DG set (25
KVA) YES Mandatory
17 SITC UPS (5 KVA) YES Mandatory
18
Payment to Local
Electrical Supply
Authority
19 CCTV Facility YES Mandatory As per requirements Total Civil Work 0.00 Total Sanitary Work 0.00
39
Sl.
No Features Unit
Area
(in Sq.m)
Total Area
(in Sq.m)
Propose
d Cost
(Cost as
per
DPAR
2012/DS
R)
Remarks
Total Electrical Work 0.00 Sub Total (N) 0.00 Total Plinth Area 10,040.00
Total Cost (A to N)
2. Proposed Layout and Façade Designs
10. TYPE II QUARTER
11. PLAYGROUND5
12. Archery 12
1 2
34 56 6
7
89 9 10
11
LEGENDS
1. SCHOOL
2. AUDITORIUM
3. BOY’S DORMITORY
4. GIRLS’S DORMITORY
5. DINING BLOCK
6. WARDEN RESIDENCE
7. PRINCIPAL’S RESIDENCE
8. GUEST HOUSE
9. TYPE III QUARTERS
SITE AREA = 15 ACRE
(212 M x 287.3 M) APPROX
GROUND COVERAGE: 14.5%12
7
SCHOOL BUILDING FRONT
ELEVATION
40
TY
PIC
AL C
LA
SS
RO
OM
SE
AT
ING
LA
YO
UT
32 STUDENT
CAPACITY CLASSROOM
(6370 X 6370)
700 600600
1
0
11
HOSTEL BUILDING FRONT
ELEVATION
41
1
2
GROUND FLOOR PLAN
AREA: 1138 sqm (TOTAL AREA = 2280 sqmt)
HOSTEL
BUILDING 8
BEDDED
LEGENDS
1. 8 BEDDED ROOM (7230X 4800)
2. ENTRANCE FOYER (3860X
4180)
3. WARDEN RESIDENCE (80 Sqm)
4. COMMON ROOM(3860X4180)
5. SICK ROOM(2800X5400)
6. TOILET BLOCK(4300X7600)
7. DIFF. TOILET
8. DRINKING WATER
1
1
1
1
1
1
1
1
1
1
1
1
1
12
3
4 5
66
6 6
7
7
8
8
3
1
3
FIRST FLOOR
PLAN AREA: 1142
SQM
HOSTEL
BUILDING 8
BEDDED
LEGENDS
1. 8 BEDDED ROOM (7230X4800)
2. TOILET BLOCK(4300X7600)
3. DRINKING WATER
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
22
2 2
3
3
ROOM BLOW UP
16
1200mm
1800mm 900mm
450mm
1800mm
CUPBOAR
D
(750x600)
BE
D
STUD
Y
TABL
E
HOSTEL
BUILDING
1
7
KITCHEN &
DINING BLOCK
GROUND FLOOR
PLAN
AREA: 550 SQM
GROUND FLOOR
PLAN AREA :130 SQM
PRINCIPAL’S
QUARTER
1
8
2
1
GUEST
HOUSE
TYPICAL GROUND FLOOR
PLAN
Area = 80 sqmt
TYPE III
QUARTERS
TYPICAL FLOOR
PLAN
1
9
TYPE II
QUARTERS
TYPICAL FLOOR
PLAN2
0
42
Appendix V
Detail of office setup and Manpower
S.No
.
Nam
e of
State
Addres
s of
office
Locatio
n
Telephon
e No.
Detail of Manpower posted
S.No
.
Nam
e of
Staff
Designatio
n
Experience
of handling
constructio
n works
Date of
Posting
Edu.
Qualificati
on
Appendix VI
Form-C-Format for Performance Security (BANK GUARANTEE)
This deed of guarantee made this day of …………………..between Bank of……………..
(hereinafter called the “Bank”) of the one part, and National Education Society for Tribal
Students (NESTS) (hereinafter called “NESTS” and the Client) of the other part.
WHEREAS National Education Society for Tribal Students (NESTS), has awarded the
Contract for providing comprehensive consultancy for preparation of design, DPR and
tender documents for setting up of Eklavya Model Residential School and Eklavya Model
Day Boarding School at……………………………..(name of the site) (The Project) to
(hereinafter called the Consultant).
(Name of the Consultant)
AND WHEREAS the Consultant is bound by the said Contract to submit to NESTS, a
Performance Security for a total amount of Rs………….(Rupees in word)
1. Now we the undersigned …………………………….(Name of the Bank) being fully
authorized to sign and to incur obligations for and on behalf of and in the name of
………………..(Full name of Bank), hereby declare that the said Bank will guarantee
NESTS the full amount of Rs. ………………..(Rupees in word) as stated above.
2. On or before, the Consultant has signed the aforementioned Contract with NESTS, the
Bank is engaged to pay NESTS, any amount up to and inclusive of the aforementioned
full amount upon written order from NESTS to indemnify NESTS for any liability of
damage resulting from any defects or shortcomings of the Consultant or the debts he
may have incurred to any parties involved in the works under the Contract mentioned
above, whether these defects or shortcomings or debts are actual or estimated or
expected. The Bank will deliver the money required by NESTS immediately on demand
without delay without reference to the Consultant and without the necessity of a previous
notice or of judicial or administrative procedures and without it being necessary to prove
to the Bank the liability or damages resulting from any defects or shortcomings or debts
of theConsultant. The Bank shall pay to NESTS any money so demanded
notwithstanding any dispute/disputes raised by the Consultant in any suit or proceedings
43
pending before any Court, Tribunal or Arbitrator/s relating thereto and the liability under
this guarantee shall be absolute and unequivocal.
3. This guarantee is valid for a period till six months beyond the successful completion of
project or the extended period, thereof.
4. At any time during the period in which this guarantee is still valid, if NESTS agrees to
grant a time extension to the Consultant or if the Consultant fails to complete the Works
within the time of completion as stated in the Contract, or fails to discharge himself of the
liability or damages or debts as stated under Para 2, above, it is understood that the
Bank will extend this Guarantee under the same conditions for the required time on
demand by NESTS and at the cost of the Consultant.
5. The guarantee hereinbefore contained shall not be affected by any change in the
Constitution of the Bank or of the Consultant.
6. The neglect or forbearance of NESTS in enforcement of payment of any moneys, the
payment whereof is intended to be hereby secured or the giving of time by NESTS for
the payment hereof shall in no way relieve the bank of their liability under this deed.
7. The expressions “NESTS”, “the Bank” and “the Consultant” hereinbefore used shall
include their respective successors and assigns.
In witness whereof I/We of the bank have signed and sealed this guarantee on the -------
--- day of ----------- (Month) 2019 being herewith duly authorized.
For and on behalf of
The………………………….Bank.
Signature of authorized bank official
Name: ……………………………..
Designation: …………………………...…
Stamp/Seal of the Bank: …………………….………..
Signed, sealed and delivered for and on behalf of the Bank by the above named……….
in the presence of :
Witness 1
Signature ……………………….
Name …………………………
Address ……………………………
Witness 2
Signature ………………………
Name …………………………..
Address ………………………..