201
Kerala Infrastructure and Technology for Education Infrastructure Division (Govt.of Kerala Undertaking) Name of Work : e-Tender for Modernization of Schools to International Standard as Centre of Excellence & Betterment of Infrastructure Facilities in Schools TENDER: KITE/CLUSTER-14/01 (National Competitive Bidding) BID DOCUMENT

BID DOCUMENT - WAPCOS

Embed Size (px)

Citation preview

Kerala Infrastructure and Technology for Education

Infrastructure Division

(Govt.of Kerala Undertaking)

Name of Work : e-Tender for

Modernization of Schools to International Standard as Centre of

Excellence & Betterment of Infrastructure Facilities in Schools

TENDER: KITE/CLUSTER-14/01

(National Competitive Bidding)

BID DOCUMENT

Contents Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education i

CONTENTS

Particulars of BID

Invitation for Bids

PART –I: BIDDING PROCEDURES

Section 1: Instructions to Bidders (ITB)

Section 2: Bid Data Sheet (BDS)

Section 3: Evaluation and Qualification Criteria (EQC)

Section 4: Bidding Forms (BDF)

PART II: REQUIREMENTS

Section 5: Work Requirements (WRQ)

PART III: CONDITIONS OF CONTRACT AND CONTRACT FORMS

Section 6: General Conditions of Contract (GCC)

Annexure1

Section 7: Particular Conditions of Contract (PCC)

Annexure 2: Environmental Management Plan

Construction & Operation Phase Mitigation Measures

Annexure 3: Site Location Map

Volume II – Standard Specifications

Volume III – Drawings

Volume IV – Price Bid Document

Volume I – Technical Bid Document

Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education ii

Kerala Infrastructure and Technology for Education

Infrastructure Division

(Govt.of Kerala Undertaking)

Name of Work : e-Tender for

Modernization of Schools to International Standard as Centres

of Excellence & Betterment of Infrastructure Facilities in

Schools

TENDER: KITE/CLUSTER-14/01

(National Competitive Bidding)

VOLUME-I

TECHNICAL BID

Contents Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education i

CONTENTS

Particulars of BID

Invitation for Bids

PART –I: BIDDING PROCEDURES

Section 1: Instructions to Bidders (ITB)

Section 2: Bid Data Sheet (BDS)

Section 3: Evaluation and Qualification Criteria (EQC)

Section 4: Bidding Forms (BDF)

PART II: REQUIREMENTS

Section 5: Work Requirements (WRQ)

PART III: CONDITIONS OF CONTRACT AND CONTRACT FORMS

Section 6: General Conditions of Contract (GCC)

Annexure1

Section 7: Particular Conditions of Contract (PCC)

Annexure 2: Environmental Management Plan

Construction & Operation Phase Mitigation Measures

Annexure 3: Site Location Map

Volume II – Standard Specifications

Volume III – Drawings

Volume IV – Price Bid Document

Volume I – Technical Bid Document

Notice Inviting Tender Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education ii

NOTICE INVITING TENDER

Particulars of the Bid Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education iii

The Office of:

Kerala Infrastructure and Technology for Education

Infrastructure Division

(Govt.of Kerala Undertaking)

Gitanjali Building,Ganapthi Kovil Road,

Vazhuthacaud,Thiruvanathapuram-695014

(Registered Office: Poojapura, Thiruvanathapuram-695012

Contact for any clarification:

Shri. Sreekumar K. Nair - +919746655535

Shri. V. K. Govindakumar - +918594004425

E-mail for communication:

[email protected]; [email protected];

PARTICULARS OF BID

1. Tender No. : KITE/CLUSTER-14/01

2. Name of the Work : Modernization of Schools to International

Standard as Centers of Excellence

&

Betterment of Infrastructure Facilities in

Schools in the Cluster 14

3. EMD : INR 5,00,000/-(Rupees Five Lakhs Only)

4. Method of EMD Payment : Online

5. Cost of Bid Documents : INR 15,000+ GST

6. Method of Bid fee Payment : Online

7. Estimated Amount (PAC) : 32.00 Crores

8. Period of Completion : 9 MONTHS

9. Last date and time of receipt

of Tenders : 20-02-2018 at 17.00 hrs

10. Pre-Bid Meeting : 05-02-2018 at 11.00 hrs

11. Date and time of opening

of Tender :23-02-2018 at 11.00 hrs

12. Bid Validity : 90 days from the last date of submission

13. Type of Tender : Online Electronic Tender (E-Tender)

14. Tender Documents : Can be downloaded from the website

www.etenders.kerala.gov.in

15. Website for upload tender/

Corrigendum/ Addendum : www.etenders.kerala.gov.in

Invitation to Bid Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education iv

Kerala Infrastructure and Technology for Education

Infrastructure Division

(Govt.of Kerala Undertaking)

Gitanjali Building,Ganapthi Kovil Road,

Vazhuthacaud,Thiruvanathapuram-695014

(Registered Office: Poojapura, Thiruvanathapuram-695012

Contact for any clarification:

Shri. Sreekumar K. Nair - +919746655535

Shri. V. K. Govindakumar - +918594004425

E-mail for communication:

[email protected]; [email protected];

Kerala Infrastructure & Technology for Education Limited (KITE)

INVITATION FOR BIDS (NATIONAL COMPETITIVE BIDDING)

(ELECTRONIC BIDDING)

IFB No.: KITE/CLUSTER-17/01 Date: 25-01-2018

Dead line for bids: Date 20-02-2018 at 17.00 hours

1. Project Implementation Unit, Kerala Infrastructure & Technology for Education Limited

(KITE)), Kerala (The Employer) invites e-Tenders for the following work.

Contract Package

No. and

Title

Description of Work Estimated

Amount(PAC)

Earnest Money

Deposit

Rs.In Lakhs

(INR)

KITE/CLUSTER-

14/01

Modernization and Upgrading

Regional Schools to International

Standard as Centres of Excellence

&

Betterment of Infrastructure

Facilities in Schools

(Thrissur & Malappuram Districts)

32.00 Crores INR 5,00,000/-

The bid should include all the works included in the contract package. Offers for partial

bids will not be considered.

3. Bids are invited through Electronic Bidding system (e-tender) from eligible Bidders.

4. Only eligible bidders with the qualifications as prescribed in bidding document should

participate in the bidding. Bidding documents of the package are uploaded in the e-

procurement website www.etenders.kerala.gov.in for information of the eligibility

requirements and the works.

5. National Competitive Bidding will be conducted in accordance with e-Tender’s Single

Stage: Two Envelope bidding procedure.

6. Interested bidders may obtain further information from

Invitation to Bid Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education v

Kerala Infrastructure and Technology for Education

Infrastructure Division

(Govt.of Kerala Undertaking)

Gitanjali Building,Ganapthi Kovil Road,

Vazhuthacaud,Thiruvanathapuram-695014

(Registered Office: Poojapura, Thiruvanathapuram-695012

Contact for any clarification:

Shri. Sreekumar K. Nair - +919746655535

Shri. V. K. Govindakumar - +918594004425

E-mail for communication:

[email protected]; [email protected];

\

A complete set of bidding documents can be downloaded from e- Tender Portal

Name of the

Package

Package

Number

Issue of Bid

Documents

Cost of

The Bid

Document

Date of

Pre-Bid

meeting

Last Date

of Bid

submissio

n and date

of opening

From To

Modernization

and Upgrading

Regional Schools

to international

Standard as

Centre of

Excellence &

Betterment of

Infrastructure

Facilities in

Schools

KITE/CLU

STER-14/01

25-01-

2018

20-02-

2018

Rs.15000/-

+ GST

05-02-

2018

20-02-

2018 and

23-02-

2018

8. Aspiring bidders submit bids electronically may obtain from the e-portal

website(www.etenders.kerala.gov.in) with valid Digital Signature Certificates (DSC)

9. A pre-bid meeting for the packages will be organized for the interested bidders on date

mentioned in the above table for respective packages at 11.00 AM, in the office of the

Kerala Infrastructure & Technology for Education Limited. Interested bidders may choose

to attend the pre bid meeting at their own expenses.

10. Hard copy of the sealed Technical Bid must be delivered to the address mentioned above

on or before 17.00 Hours

All bids shall remain valid for a period of 90 (one hundred twenty) days beyond the

opening of the bid. The Earnest Money Deposit shall be paid through online only.

Bids will be opened on 23-02-2018 at 11.00 hrs through e-portal website. In the event of

the specified date of bidding/opening being declared a holiday, the bids shall be received

on the next working day.

11. Electronic tendering help desk; Kerala State IT Mission; Contact No. +91-484-2336006

12. Corrigendum (if any) will be published in the website

13. KITE will not be responsible for any costs or expenses incurred by the bidders in

connection with the preparation or delivery of the bids.

14. KITE reserves the right to modify the requirements as well as accept any bid or reject any

Invitation to Bid Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education vi

or all bids, without assigning any reasons whatsoever.

For and on behalf of KITE

Chairman and Managing director

Abstract of Bid Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education vii

Abstract of Bid

1. Name of Work: : Modernization and Upgrading Regional

Schools to International Standard as

Centres of Excellence

&

Betterment of Infrastructure Facilities

in Schools

2. Package No : KITE/CLUSTER-14/01

3. Estimated Amount(PAC) 32.00 Crores

4. Website for upload tender/

Corrigendum/ Addendum

: www.etenders.kerala.gov.in

5. Tender submission fee : Rs. 15,000/-+GST

6. Amount of Earnest Money Deposit : Rs. 5,00,000/- (Refundable)

7. Performance Security 5% of Accepted Contract Amount within 14

days from the date of the issuance of Letter

of Acceptance

8. Project Completion Period : 9 Months from the issuance of Letter of Acceptance

9. Validity of Bid/Tender : 90 Days

10. Start date & time of Procurement

Last date & time of Procurement /

download of tender Document

:

:

25-01-2018 & 10:00 hours

The bidder must officially procure/download

the tender documents from

www.etenders.kerala.gov.in before the last

date and time of sale of tender document in

order to bid.

20-02-2018 & 10:00 hours

11. Last date & time for online

submission of Bid.

: 20/02/2018 up to 15:00 hours

12. Online opening of Technical Bid : 23/02/2018 up to 11:00 hours

13. Online opening of Financial Bid : Intimated to Technically Qualified Bidders

14. KITE Contact information : Kerala Infrastructure and Technology for

Education

Infrastructure Division

(Govt.of Kerala Undertaking)

Gitanjali Building,Ganapthi Kovil Road,

Vazhuthacaud,Thiruvanathapuram-695014

(Registered Office: Poojapura,

Thiruvanathapuram-695012

Contact for any clarification:

Shri. Sreekumar K. Nair - +919746655535

Shri. V. K. Govindakumar - +918594004425

E-mail for communication:

Abstract of Bid Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education viii

[email protected];

[email protected];

15. Period Within Which Formal

Agreement Shall be Executed After

Notification by the Employer:

: Within 21 days from the date of issue of

Letter of Acceptance

16. Liquidity Damages

0.5% (zero-point five percent) of the amount

of delayed work per week subjected to the

maximum 10 % of the contract value

17. Retention Money 2.5% (two point five percent) of the amount

will be deducted from each payment

certificate as Retention and the same will be

released after the satisfactory handing over of

the work

If the case of KITE Office happens to be closed on the last date and time mentioned for any of the event, the said event will take place on the next working day at the same time and venue.

Table of contents Tender No. KITE/CLUSTER-1/001

Kerala Infrastructure and Technology for Education ix

Table of Contents - Summary Description [

Volume-1-Technical Bid Document

PART I BIDDING PROCEDURES

Section 1 - Instructions to Bidders (ITB) ---------------------------------------- 1-1

This section specifies the procedures to be followed by Bidders in the

preparation and submission of their Bids. Information is also provided on

the submission, opening, and evaluation of bids and on the award of

contract.

Section 2 - Bid Data Sheet (BDS) -------------------------------------------------- 2-1

This section consists of provisions that are specific to each procurement

and supplement the information or requirements included in Section 1 -

Instructions to Bidders.

Section 3 - Evaluation and Qualification Criteria (EQC) --------------------- 3-1

This Section contains the criteria to determine the lowest evaluated bid and

the qualifications of the Bidder to perform the contract.

Section 4 - Bidding Forms (BDF) -------------------------------------------------- 4-1

This Section contains the forms which are to be completed by the Bidder

and submitted as part of his Bid.

PART II REQUIREMENTS

Section 5 - Works Requirements (WRQ) ---------------------------------------- 5-1

This Section contains the Specification, the Drawings, and supplementary

information that describe the Works to be procured.

PART III CONDITIONS OF CONTRACT AND CONTRACT FORMS

Section 6 - General Conditions of Contract (GCC) ---------------------------- 6-1

This Section contains the general clauses to be applied in all contracts.

These Conditions are subject to the variations and additions set out in

Section 8 (Particular Conditions of Contract).

Section 7 - Particular Conditions of Contract (PCC) -------------------------- 7-1

This Section contains provisions which are specific to each contract and

which modify or supplement the GCC. Whenever there is a conflict, the

provisions herein shall prevail over those in the GCC.

VOLUME 2 STANDARD SPECIFICATION DOCUMENT

VOLUME 3 DRAWINGS

VOLUME 4 PRICE BID DOCUMENT

Section-1: Instruction to the Bidders Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education x

Kerala Infrastructure and Technology for Education

SECTION 1

Instructions to Bidders (ITB)

January 2018

Section-1: Instruction to Bidders Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 1

Section 1 - Instructions to Bidders This section specifies the procedures to be followed by Bidders in the preparation

and submission of their Bids. Information is also provided on the submission,

opening, and evaluation of bids and on the award of contract.

Table of Clauses

A. General ............................................................................................................................... 3

1. Scope of Bid .................................................................................................................. 3

2. Source of Funds ............................................................................................................ 3

3. Fraud and Corruption .................................................................................................... 3

4. Eligible Bidders ............................................................................................................ 4

5. Eligible Materials, Equipment and Services ................................................................. 6

B. Contents of Bidding Document ........................................................................................ 6

6. Sections of Bidding Document ..................................................................................... 6

7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting ................................. 7

8. Amendment of Bidding Document ............................................................................... 8

C. Preparation of Bids ............................................................................................................ 8

9. Cost of Bidding ............................................................................................................. 8

10. Language of Bid ............................................................................................................ 9

11. Documents Comprising the Bid .................................................................................... 9

12. Letters of Bid, and Schedules ..................................................................................... 10

13. Alternative Bids .......................................................................................................... 11

14. Bid Prices and Discounts ............................................................................................ 11

15. Currencies of Bid and Payment .................................................................................. 11

16. Documents Comprising the Technical Proposal ......................................................... 11

17. Documents Establishing the Qualifications of the Bidder .......................................... 11

18. Period of Validity of Bids ........................................................................................... 12

19. Earnest Money Deposit(EMD) ................................................................................... 12

Section-1: Instructions to Bidders Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 2

20. Format and Signing of Bid .......................................................................................... 13

D. Submission and Opening of Bids .................................................................................... 14

21. e-tender procedure ...................................................................................................... 14

22. Deadline for Submission of Bids ................................................................................ 14

23. Late Bids ..................................................................................................................... 14

24. Withdrawal, Substitution, and Modification of Bids .................................................. 14

25. Bid Opening ................................................................................................................ 14

E. Evaluation and Comparison of Bids .............................................................................. 15

26. Confidentiality ............................................................................................................ 15

27. Clarification of Bids .................................................................................................... 15

28. Deviations, Reservations, and Omissions ................................................................... 16

29. Preliminary Examination of Technical Bids ............................................................... 16

30. Responsiveness of Technical Bid ............................................................................... 16

31. Nonconformities, Errors, and Omissions .................................................................... 16

32. Qualification of the Bidder ......................................................................................... 17

33. Correction of Arithmetical Errors ............................................................................... 17

34. Conversion to Single Currency ................................................................................... 17

35. Margin of Preference .................................................................................................. 17

36. Preliminary Examination of Price Bids ...................................................................... 17

37. Evaluation of Price Bids ............................................................................................. 18

38. Comparison of Bids .................................................................................................... 18

39. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ....................... 18

F. Award of Contract ........................................................................................................... 18

40. Award Criteria ............................................................................................................ 18

41. Notification of Award ................................................................................................. 18

42. Signing of Contract ..................................................................................................... 18

43. Performance Security .................................................................................................. 18

Section-1: Instruction to Bidders Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 3

Section 1 - Instructions to Bidders

A. General

1. Scope of Bid 1.1 In connection with the Invitation for Bids indicated in the Bid

Data Sheet (BDS), the Employer, as indicated in the BDS, issues

this Bidding Document for the procurement of Works as

specified in Section 5 (Works Requirements). The name,

identification, and number of contracts of the National

Competitive Bidding (NCB) are provided in the BDS.

1.2 Throughout this Bidding Document:

(a) the term “in writing” means communicated in written form

and delivered against receipt;

(b) except where the context requires otherwise, words

indicating the singular also include the plural and words

indicating the plural also include the singular; and

(c) “day” means calendar day.

2. Source of Funds 2.1 The Borrower or Recipient (hereinafter called “Borrower”)

indicated in the BDS has applied for or received financing

(hereinafter called “funds”) from the Kerala Infrastructure

Investment Fund Board (hereinafter called “KIIFB”) toward the

cost of the project named in the BDS. The Borrower intends to

apply a portion of the funds to eligible payments under the

contract(s) for which this Bidding Document is issued.

2.2 Payments by the KIIFB will be made only at the request of the

Borrower and upon approval by the KIIFB in accordance with

the terms and conditions of the financing agreement between the

Borrower and the KIIFB (hereinafter called the Employer

Agreement), and will be subject in all respects to the terms and

conditions of that Employer Agreement. No party other than the

Borrower shall derive any rights from the Employer Agreement

or have any claim to the funds.

3. Fraud and

Corruption

3.1 The Anticorruption Policy requires borrowers, as well as bidders,

suppliers, and contractors under all contracts, observe the highest

standard of ethics during the procurement and execution of such

contracts. In pursuance of this policy, the Employer:

(a) defines, for the purposes of this provision, the terms set

forth below as follows:

(i) “Corrupt practice” means the offering, giving,

receiving, or soliciting, directly or indirectly, anything

of value to influence improperly the actions of another

Section-1: Instructions to Bidders Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 4

party;

(ii) “fraudulent practice” means any act or omission,

including a misrepresentation, that knowingly or

recklessly misleads, or attempts to mislead, a party to

obtain a financial or other benefit or to avoid an

obligation;

(iii) “Coercive practices” means impairing or harming or

threatening to harm, directly or indirectly, any party or

the property of the party to influence improperly the

actions of a party;

(iv) “Collusive practices” means an arrangement between

two or more parties designed to achieve an improper

purpose, including, influencing improperly the actions

of another party;

(b) will reject a proposal for award if it determines that the

bidder recommended for award has, directly or

through an agent, engaged in corrupt, fraudulent,

collusive, or coercive practices in competing for the

Contract;

(i) will sanction a party or its successor, including

declaring ineligible, either indefinitely or for a stated

period of time, to participate in other activities if it at

any time determines that the firm has, directly or

through an agent, engaged in corrupt, fraudulent,

collusive, or coercive practices in competing for, or in

executing, a contract. and

(c) Will have the right to require that a provision be included

in Bidding Documents and in contracts, requiring bidders,

suppliers and contractors and consultants to permit the

Employer to inspect their accounts and records and other

documents relating to the Bid Submission and Contract

Performance and to have them audited by auditors

appointed by The Employer.

3.2 Furthermore, Bidders shall be aware of the provisions of GCC

22.2 and 56.2(f).

4. Eligible Bidders 4.1 A Bidder may be a natural person, private entity, government-

owned entity subject to ITB 4.5—or any combination of them in

the form of a Joint Venture (JV) under an existing agreement or

with the intent to constitute a legally-enforceable joint venture.

In the case of a JV:

(a) all partners shall be jointly and severally liable for the

execution of the Contract in accordance with the Contract

terms, and

(b) the JV shall nominate a Representative who shall have the

Section-1: Instruction to Bidders Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 5

authority to conduct all business for and on behalf of any

and all the parties of the JV during the bidding process

and, in the event the JV is awarded the Contract, during

contract execution.

4.2 A Bidder, and all parties constituting the Bidder, shall be an

Indian nationality. A Bidder shall be an Indian nation deemed to

have the nationality of a country if the Bidder is a citizen or is

constituted, or incorporated, and operates in conformity with the

provisions of the laws of that country. This criterion shall also

apply to the determination of the nationality of proposed

subcontractors or suppliers for any part of the Contract including

related services.

4.3 Employer considers a conflict of interest to be a situation in

which a party has interests that could improperly influence that

party’s performance of official duties or responsibilities,

contractual obligations, or compliance with applicable laws and

regulations, and that such conflict of interest may contribute to or

constitute a prohibited practice under Anticorruption Policy. In

pursuance of Anticorruption Policy’s requirement that

Borrowers, as well as bidders, suppliers, and contractors observe

the highest standard of ethics, The Employer will take

appropriate actions, which include not financing of the contract,

if it determines that a conflict of interest has flawed the integrity

of any procurement process. Consequently all Bidders found to

have a conflict of interest shall be disqualified. A Bidder may be

considered to be in a conflict of interest with one or more parties

in this bidding process if, including but not limited to:

(a) they have controlling shareholders in common; or

(b) they receive or have received any direct or indirect subsidy

from any of them; or

(c) they have the same legal representative for purposes of this

bid; or

(d) they have a relationship with each other, directly or

through common third parties, that puts them in a position

to have access to information about or influence on the

Bid of another Bidder, or influence the decisions of the

Employer regarding this bidding process; or

(e) A Bidder participates in more than one bid in this bidding

process. Participation by a Bidder in more than one Bid

will result in the disqualification of all Bids in which the

party is involved. However, this does not limit the

inclusion of the same subcontractor in more than one bid;

or

(f) a Bidder or any of its affiliates participated as a consultant

in the preparation of the design or technical specifications

Section-1: Instructions to Bidders Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 6

of the contract that is the subject of the Bid; or

(g) a Bidder or any of its affiliates has been hired (or is

proposed to be hired) by the Employer or Borrower as

Engineer for the contract

4.4 A firm that is under a declaration of ineligibility by the Employer

in accordance with ITB 3, at the date of the deadline for bid

submission or thereafter, shall be disqualified.

4.5 Government-owned enterprises in the Borrower’s country shall

be eligible only if they can establish that they are legally and

financially autonomous and operate under commercial law, and

that they are not a dependent agency of the Borrower.

4.6 Bidders shall provide such evidence of their continued eligibility

satisfactory to the Employer, as the Employer shall reasonably

request.

4.7 In case a prequalification process has been conducted prior to the

bidding process, this bidding is open only for prequalified

bidders.

5. Eligible

Materials,

Equipment and

Services

5.1 The materials, equipment and services to be supplied under the

Contract shall have their origin as defined in ITB 4.2 above and

all expenditures under the Contract will be limited to such

materials, equipment, and services. At the Employer’s request,

Bidders may be required to provide evidence of the origin of

materials, equipment and services.

5.2 For purposes of ITB 5.1 above, “origin” means the place where

the materials and equipment are mined, grown, produced or

manufactured, and from which the services are provided.

Materials and equipment are produced when, through

manufacturing, processing, or substantial or major assembling of

components, a commercially recognized product results that

differs substantially in its basic characteristics or in purpose or

utility from its components.

B. Contents of Bidding Document

6. Sections of

Bidding Document

6.1 The Bidding Document consist of Parts I, II, and III, which

include all the Sections indicated below, and should be read in

conjunction with any Addenda issued in accordance with ITB 8.

Section-1: Instruction to Bidders Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 7

PART I Bidding Procedures

Section 1 - Instructions to Bidders (ITB)

Section 2 - Bid Data Sheet (BDS)

Section 3 - Evaluation and Qualification Criteria (EQC)

Section 4 - Bidding Forms (BDF)

PART II Requirements

Section 5 - Works Requirements (WRQ)

PART III Conditions of Contract and Contract Forms

Section 6 - General Conditions (GCC)

Section 7 - Particular Conditions (PCC)

6.2 The Invitation for Bids issued by the Employer is not part of the

Bidding Document.

6.3 The Employer is not responsible for the completeness of the

Bidding Document and their Addenda, if they were not obtained

directly from the source stated by the Employer in the Invitation

for Bids.

6.4 The Bidder is expected to examine all instructions, forms, terms,

and specifications in the Bidding Document. Failure to furnish

all information or documentation required by the Bidding

Document may result in the rejection of the bid.

7. Clarification of

Bidding Document,

Site Visit, Pre-Bid

Meeting

7.1 A prospective Bidder requiring any clarification of the Bidding

Document shall contact the Employer in writing at the

Employer’s address indicated in the BDS or raise his inquiries

during the pre-bid meeting if provided for in accordance with

ITB 7.4. The Employer will respond in writing to any request for

clarification, provided that such request is received prior to the

deadline for submission of bids, within a period given in the

BDS. The Employer shall forward copies of its response to all

Bidders who have acquired the Bidding Document in accordance

with ITB 6.3, including a description of the inquiry but without

identifying its source. Should the Employer deem it necessary to

amend the Bidding Document as a result of a request for

clarification, it shall do so following the procedure under ITB 8

and ITB 22.2.

7.2 The Bidder is encouraged to visit and examine the Site of Works

and its surroundings and obtain for itself on its own risk and

responsibility all information that may be necessary for

preparing the bid and entering into a contract for construction of

the Works. The costs of visiting the Site shall be at the Bidder’s

own expense.

Section-1: Instructions to Bidders Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 8

7.3 The Bidder and any of its personnel or agents will be granted

permission by the Employer to enter upon its premises and lands

for the purpose of such visit, but only upon the express condition

that the Bidder, its personnel, and agents will release and

indemnify the Employer and its personnel and agents from and

against all liability in respect thereof, and will be responsible for

death or personal injury, loss of or damage to property, and any

other loss, damage, costs, and expenses incurred as a result of the

inspection.

7.4 The Bidder’s designated representative is invited to attend a pre-

bid meeting, if provided for in the BDS. The purpose of the

meeting will be to clarify issues and to answer questions on any

matter that may be raised at that stage.

7.5 The Bidder is requested, as far as possible, to submit any

questions in writing, to reach the Employer not later than one

week before the meeting.

7.6 Minutes of the pre-bid meeting, including the text of the

questions raised, without identifying the source, and the

responses given, together with any responses prepared after the

meeting, will be published in e-portal transmitted promptly to all

Bidders who have acquired the Bidding Document in accordance

with ITB 6.3. Any modification to the Bidding Document that

may become necessary as a result of the pre-bid meeting shall be

made by the Employer exclusively through the issue of an

addendum pursuant to ITB 8 and not through the minutes of the

pre-bid meeting.

7.7 Nonattendance at the pre-bid meeting will not be a cause for

disqualification of a Bidder.

8. Amendment of

Bidding Document

8.1 At any time prior to the deadline for submission of bids, the

Employer may amend the Bidding Document by issuing

addenda.

8.2 Any addendum issued shall be part of the Bidding Document and

shall will be publish in the e-portal communicated in writing to

all who have obtained the Bidding Document from the Employer

in accordance with ITB 6.3.

8.3 To give prospective Bidders reasonable time in which to take an

addendum into account in preparing their bids, the Employer

may, at its discretion, extend the deadline for the submission of

bids, pursuant to ITB 22.2

C. Preparation of Bids

9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation

Section-1: Instruction to Bidders Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 9

and submission of its Bid, and the Employer shall in no case be

responsible or liable for those costs, regardless of the conduct or

outcome of the bidding process.

10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to

the bid exchanged by the Bidder and the Employer, shall be

written in the language specified in the BDS. Supporting

documents and printed literature that are part of the Bid may be

in another language provided they are accompanied by an

accurate translation of the relevant passages in the language

specified in the BDS, in which case, for purposes of

interpretation of the Bid, such translation shall govern.

11. Documents

Comprising the Bid

11.1 The Bid shall be e-tender single stage two bid system. The

intending bidders must read the terms & conditions of tender

documents carefully. The eligible bidder should upload the

technical bid and the Price bid as per the documents listed in ITB

11.2 and 11.3 through e-portal website. He should only submit

his technical bid (in hard copy)if he considers himself eligible as

the documents listed in ITB 11.2.

11.2 The Technical Bid shall be uploaded with coloured scanned

copies of following documents. All the documents must be

Serial wise as stated below :

S.N Particular of Document

a) Original Authorization Letter to sign the Tender.

in accordance with ITB 20.2;

b) Copy of Proof of online payment for Tender Fee

c) Copy of Proof of online payment for EMD in

accordance with ITB 19;

d) Letter of Transmittal on bidder letter Head to

submit Technical Bid.

e) Annually sales Turnover and Audited Balance

Sheet for Last 3 (three) years ending on the

financial year 2016-17.

f) Documentary evidence in accordance with ITB

17 establishing the Bidder’s qualifications to

perform the contract;

g) Solvency certificate with details of Financial

Status i.e. Name of the Banker & Current

Solvency Certificate not older than 12 months

from the Banker in original or copy (attested

from bank)

Section-1: Instructions to Bidders Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 10

h) The Bidder shall produce an undertaking from the

Bankers that Bank will finance the entire project

until completion if the project is awarded to

Bidder

i) Name, Address, details of the Organization,

Name(s) of the Owner/Partners/Promoters and

Directors of the firm / company.

j) Copy of P.F and PAN Number.

k) Goods and Service Tax (GST) Registration

l) The bidder should be an Indian Registered

Company under Companies Act 1956/ Eligible

Contractors from State Government and Central

Government/ Proprietorship Company/

Partnership Company/ Limited company private

or public or corporation. Copy of Certificate of

Incorporation/Registration/Partnership Deed or

any other relevant document, as applicable,

should be submitted along with a copy of address

proof.

m) Bidder should not be blacklisted/ debarred by any

government/ semi government department/ PSU.

Bidder should submit the declaration of not

being ineligible for corrupt or fraudulent

practices

n) ‘No Deviation Certificate’ in prescribed format in

Bidder’s Letter Head

o) Consent Letter to execute the Integrity Pact

p) Technical Proposal in accordance with ITB 16;

q) Any other document required in the BDS.

11.3 The Price Bid shall be uploaded as per the listed documents

below:

(a) Letter of Price Bid;

(b) completed Price Schedules, in accordance with ITB 12 and

14, or as stipulated in the BDS;

(c) alternative price bids, at Bidder’s option and if

permissible, in accordance with ITB 13;

(d) Any other document required in the BDS.

12. Letters of Bid,

and Schedules

12.1 The Letters of Technical bid and Price bid, and all documents

listed under Clause 11, i.e Schedules, including the Bill of

Quantities etc., shall be prepared using the relevant forms

furnished in Section 4 (Bidding Forms) if so provided. The forms

must be completed without any alterations to the text, and no

substitutes shall be accepted. All blank spaces shall be filled in

Section-1: Instruction to Bidders Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 11

with the information requested.

13. Alternative Bids 13.1 Unless otherwise indicated in the BDS, alternative bids shall not

be considered.

13.2 Alternative times of completion will not be accepted.

14. Bid Prices and

Discounts

14.1 The price quoted by the Bidder in the e-tender and in the Bill of

Quantities shall conform to the requirements specified below.

14.2 The Bidder shall submit a bid for whole of the works described

in ITB 1.1 by filling in prices for all items of Works. In case of

admeasurement contracts, the bidder shall fill in rates and prices

for all items of the Works described in the Bill of Quantities.

Items against which no rate or price is entered by the Bidder will

not be paid for by the Employer when executed and shall be

deemed covered by the rates for other items and prices in the Bill

of Quantities.

14.3 The price to be quoted in the Letter of Price Bid, in accordance

with ITB 12.1 shall be the total price of the Bid, excluding any

discounts offered. The quoted rate shall inclusive of all taxes

(Including GST), duties and statutory levies

14.4 Unless otherwise provided in the BDS and the Conditions of

Contract, the prices quoted by the Bidder shall be fixed. If the

prices quoted by the Bidder are subject to adjustment during the

performance of the Contract in accordance with the provisions of

the Conditions of Contract, the Bidder shall furnish the indices

and weightings for the price adjustment formulae in the Schedule

of Adjustment Data in Section 4 (Bidding Forms) and the

Employer may require the Bidder to justify its proposed indices

and weightings.

14.5 All duties, taxes, and other levies payable by the Contractor

under the Contract, or for any other cause, as of the date 28 days

prior to the deadline for submission of bids, shall be included in

the rates and prices and the total bid price submitted by the

Bidder.

15. Currencies of

Bid and Payment

15.1 The currency(ies) of the bid and payment shall be as specified in

the BDS.

16. Documents

Comprising the

Technical Proposal

16.1 The Bidder shall upload (through e-portal)/furnish, as a part of

the Technical bid, a Technical Proposal including a statement of

work methods, equipment, personnel, schedule and any other

information as stipulated in Section 4 (Bidding Forms), in

sufficient detail to demonstrate the adequacy of the Bidders’

proposal to meet the work requirements and the completion time.

17. Documents 17.1 To establish its qualifications to perform the Contract in

Section-1: Instructions to Bidders Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 12

Establishing the

Qualifications of the

Bidder

accordance with Section 3 (Evaluation and Qualification

Criteria) the Bidder shall upload/provide the information

requested in the corresponding information sheets included in

Section 4 (Bidding Forms).

18. Period of

Validity of Bids

18.1 Bids shall remain valid for the period specified in the BDS after

the bid submission deadline date prescribed by the Employer. A

bid valid for a shorter period shall be rejected by the Employer

as nonresponsive.

18.2 In exceptional circumstances, prior to the expiration of the bid

validity period, the Employer may request Bidders to extend the

period of validity of their Bids. The request and the responses

shall be made in writing. If a Earnest Money Deposit is

requested in accordance with ITB 19, it shall also be extended

for a corresponding period. A Bidder may refuse the request

without forfeiting its Earnest Money Deposit. A Bidder granting

the request shall not be required or permitted to modify its Bid.

18.3 In the case of fixed price contracts, if the award is delayed by a

period exceeding fifty-six (56) days beyond the expiry of the

initial bid validity, the Contract price shall be adjusted by a

factor specified in the request for extension. Bid evaluation shall

be based on the Bid Price without taking into consideration the

above correction.

19. Earnest Money

Deposit(EMD)

19.1 Unless otherwise specified in the BDS, the Bidder shall furnish

as part of its bid, in original form, either Bid Securing

Declaration or an Earnest Money Deposit as specified in the

BDS. In case of Earnest Money Deposit the amount shall be as

specified in the BDS.

19.2 A Bid Securing Declaration shall use the form included in

Section 4 (Bidding Forms).

19.3 If a Earnest Money Deposit is specified pursuant to ITB 19.1, the

Earnest Money Deposit shall be paid through online. at the

Bidder’s option, in any of the following forms:

(a) an unconditional Bank Guarantee;

(b) an irrevocable letter of credit; or

(c) a cashier’s or certified check;

all from a reputable source from an eligible country. In the case

of a bank guarantee, the Earnest Money Deposit shall be

submitted either using the Earnest Money Deposit Form included

in Section 4 (Bidding Forms) or another form acceptable to the

Employer. The form must include the complete name of the

Bidder. The Earnest Money Deposit shall be valid for Twenty

Eight days (28) beyond the original validity period of the bid, or

Section-1: Instruction to Bidders Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 13

beyond any period of extension if requested under ITB 18.2.

19.4 Any Bid not accompanied by an enforceable and substantially

compliant Earnest Money Deposit or Bid Securing Declaration,

if required in accordance with ITB 19.1, shall be rejected by the

Employer as non responsive.

19.5 If an Earnest Money Deposit is specified pursuant to ITB 19.1,

the Earnest Money Deposit of unsuccessful Bidders shall be

returned upon the successful Bidder’s furnishing of the

performance security pursuant to ITB 43.1.

19.6 If an Earnest Money Deposit is specified pursuant to ITB 19.1,

the Earnest Money Deposit of the successful Bidder shall be

returned as promptly as possible once the successful Bidder has

signed the Contract and furnished the required performance

security.

19.7 The Earnest Money Deposit may be forfeited or the Bid Securing

Declaration executed:

(a) if a Bidder withdraws its bid during the period of bid

validity specified by the Bidder on the Letter of Bid,

except as provided in ITB 18.2 or

(b) if the successful Bidder fails to:

(i) sign the Contract in accordance with ITB 42;

(ii) furnish a performance security in accordance with

ITB 43.1.

(iii) accept the correction of its Bid price pursuant to ITB

37.2 or;

(iv) furnish domestic preference security if so required.

19.8 The Earnest Money Deposit or the Bid Securing Declaration of a

JV shall be in the name of the JV that submits the bid. If the JV

has not been legally constituted at the time of bidding, the Bid

Securing Declaration shall be in the names of all future partners

as named in the letter of intent mentioned in ITB 4.1.

20. Format and

Signing of Bid

20.1 The Bidder shall upload scanned copies as per Section 3 -

Evaluation and Qualification Criteria as described in ITB 11 and

the hard copy of the technical bid shall submit in accordance

with ITB 11.1.

20.2 The all pages of the Bid shall be signed by a person duly

authorized to sign on behalf of the Bidder. This authorization

shall consist of a written confirmation as specified in the BDS

and shall be attached to the bid. The name and position held by

each person signing the authorization must be typed or printed

Section-1: Instructions to Bidders Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 14

below the signature.

20.3 Any amendments such as interlineations, erasures, or overwriting

shall be valid only if they are signed or initialed by the person

signing the Bid.

D. Submission and Opening of Bids

21. e-tender

procedure

21.1 Bidders may always submit their bids by e-Tender.

(a) The Bidder shall submit enclosed hard copy of the

Technical Bid.

Bidders submitting bids electronically shall follow the electronic

bid submission procedures specified in the BDS.

22. Deadline for

Submission of Bids

22.1 Bids must be received/uploaded by the Employer at the address

and no later than the date and time indicated in the BDS.

22.2 The Employer may, at its discretion, extend the deadline for the

submission of bids by amending the Bidding Document in

accordance with ITB 8, in which case all rights and obligations

of the Employer and Bidders previously subject to the deadline

shall thereafter be subject to the deadline as extended.

23. Late Bids 23.1 The Employer shall not consider any bid after the deadline for

submission of bids, in accordance with ITB 22.

24. Withdrawal,

Substitution, and

Modification of Bids

24.1 A Bidder may withdraw, substitute, or modify its bid after it has

been submitted by following e-tender procurement rules by the

authorized Digital Signature Certificates (DSC) prior to the

deadline prescribed for submission of bids, in accordance with

ITB 22.

24.2 Bids requested to be withdrawn in accordance with ITB 24.1

shall not be considered.

24.3 No bid may be withdrawn, substituted, or modified in the

interval between the deadline for submission of bids and the

expiration of the period of bid validity specified by the Bidder on

the Letter of Bid or any extension thereof.

25. Bid Opening 25.1 The Employer shall open the Technical bids through the e-

Tender Portal, on date and time specified in the BDS in the

presence of Bidders` designated representatives and anyone who

choose to attend. Any specific electronic bid opening procedures

required if electronic bidding is permitted in accordance with

ITB 22.1, shall be as specified in the BDS. The Price bids shall

be opened through the e- Tender Portal for those who technically

qualified bidders on date and time specified in the BDS.

25.2 Those Bids submitted in the e- portal shall be considered for

Section-1: Instruction to Bidders Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 15

evaluation

25.3 The Employer shall publish the evaluated Technical Bids in the

e- portal

25.4 At the end of the evaluation of the Technical Bids, the Employer

will intimate bidders who have submitted substantially

responsive Technical Bids and who have been determined as

being qualified for award to attend the opening of the Price Bids.

The price bid of the successfully qualified bidders, after

evaluation of the technical bids by the technical committee, will

be opened through the e- Tender Portal .

25.5 The Employer will notify Bidders who have been rejected on the

grounds of their Technical Bids in the e- portal

(a) The Employer shall conduct the online opening of Price

Bids of all Bidders who are Technically responsive, in the

presence of Bidders` representatives on date and time

specified by the Employer .

E. Evaluation and Comparison of Bids

26. Confidentiality 26.1 Information relating to the examination, evaluation, comparison,

and post qualification of bids and recommendation of contract

award, shall not be disclosed to Bidders or any other persons not

officially concerned with such process until information on

Contract award is communicated to all Bidders.

26.2 Any attempt by a Bidder to influence the Employer in the

evaluation of the bids or Contract award decisions may result in

the rejection of its Bid.

26.3 Notwithstanding ITB 26.2, from the time of bid opening to the

time of Contract award, if any Bidder wishes to contact the

Employer on any matter related to the bidding process, it may do

so in writing.

27. Clarification of

Bids

27.1 To assist in the examination, evaluation, and comparison of the

Technical and Price bids, and qualification of the Bidders, the

Employer may at its discretion ask any Bidder for a clarification

of its bid. Any clarification submitted by a Bidder that is not in

response to a request by the Employer shall not be considered.

The Employer’s request for clarification and the response shall

be through the e- Tender Portal. . No change in substance of the

Technical bid shall be sought, offered, or permitted except to

confirm the correction of arithmetic errors discovered by the

Employer in the evaluation of the bids, in accordance with ITB

31.

27.2 If a Bidder does not provide clarifications of its bid by the date

Section-1: Instructions to Bidders Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 16

and time set in the Employer’s request for clarification, its bid

may be rejected.

28. Deviations,

Reservations, and

Omissions

28.1 During the evaluation of bids, the following definitions apply:

(a) “Deviation” is a departure from the requirements specified

in the Bidding Document;

(b) “Reservation” is the setting of limiting conditions or

withholding from complete acceptance of the requirements

specified in the Bidding Document; and

(c) “Omission” is the failure to submit part or all of the

information or documentation required in the Bidding

Document.

29. Preliminary

Examination of

Technical Bids

29.1 The Employer shall examine the Technical Bid to confirm that

all documents and technical documentation requested in ITB

Sub-Clause 11.2 have been provided, and to determine the

completeness of each document submitted. If any of these

documents or information is missing, the Bid may be rejected.

30. Responsiveness

of Technical Bid

30.1 The Employer’s determination of a bid’s responsiveness is to be

based on the contents of the bid itself, as defined in ITB11.

30.2 A substantially responsive Technical bid is one that meets the

requirements of the Bidding Document without material

deviation, reservation, or omission. A material deviation,

reservation, or omission is one that,

(a) if accepted, would:

(i) affect in any substantial way the scope, quality, or

performance of the Works specified in the Contract; or

(ii) limit in any substantial way, inconsistent with the

Bidding Document, the Employer’s rights or the

Bidder’s obligations under the proposed Contract; or

(b) if rectified, would unfairly affect the competitive position

of other Bidders presenting substantially responsive bids.

30.3 The Employer shall examine the technical aspects of the bid

submitted in accordance with ITB 16, Technical Proposal, in

particular, to confirm that all requirements of Section 5 (Works

Requirements) have been met without any material deviation,

reservation or omission.

30.4 If a bid is not substantially responsive to the requirements of the

Bidding Document, it shall be rejected by the Employer and may

not subsequently be made responsive by correction of the

material deviation, reservation, or omission.

31. Nonconformities,

Errors, and 31.1 Provided that a bid is substantially responsive, the Employer may

waive any nonconformity in the bid that does not constitute a

Section-1: Instruction to Bidders Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 17

Omissions material deviation, reservation or omission.

31.2 Provided that a Technical bid is substantially responsive, the

Employer may request that the Bidder submit the necessary

information or documentation, within a reasonable period of

time, to rectify nonmaterial nonconformities in the Technical bid

related to documentation requirements. Requesting information

or documentation on such nonconformities shall not be related to

any aspect of the price of the bid. Failure of the Bidder to

comply with the request may result in the rejection of its bid.

31.3 Provided that a Technical bid is substantially responsive, the

Employer shall rectify quantifiable nonmaterial nonconformities

related to the Bid Price. To this effect, the Bid Price may be

adjusted, for comparison purposes only, to reflect the price of a

missing or non-conforming item or component. The adjustment

shall be made using the methods indicated in Section 3

(Evaluation and Qualification Criteria).

32. Qualification of

the Bidder

32.1 The Employer shall determine to its satisfaction during the

evaluation of Technical Bids whether Bidders meet the

qualifying criteria specified in Section 3 (Evaluation and

Qualification Criteria).

32.2 The determination shall be based upon an examination of the

documentary evidence of the Bidder’s qualifications submitted

by the Bidder, pursuant to ITB 17.1.

32.3 An affirmative determination shall be a prerequisite for the

opening and evaluation of a Bidder’s Price Bid. A negative

determination shall result into the disqualification of the Bid, in

which event the Employer shall return the unopened Price Bid to

the Bidder.

33. Correction of

Arithmetical

Errors

Not Applicable

34. Conversion to

Single Currency

34.1 For evaluation and comparison purposes, the currency(ies) of the

bid shall be converted into a single currency as specified in the

BDS.

35. Margin of

Preference

35.1 Unless otherwise specified in the BDS, a margin of preference

shall not apply.

36. Preliminary

Examination of

Price Bids

The Employer shall examine the Price Bid to confirm that all

documents and schedules requested in ITB Sub-Clause 11.3 have

been provided, and to determine the completeness of each

document submitted. If any of these documents or information is

missing, the Bid may be rejected.

Section-1: Instructions to Bidders Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 18

37. Evaluation of

Price Bids

37.1 As per the rules of e-tender price evaluation GoK

38. Comparison of

Bids

38.1 The Employer shall compare all substantially responsive bids to

determine the lowest evaluated bid in accordance with ITB 37.1.

39. Employer’s

Right to Accept Any

Bid, and to Reject

Any or All Bids

39.1 The Employer reserves the right to accept or reject any bid, and

to annul the bidding process and reject all bids at any time prior

to contract award, without thereby incurring any liability to

Bidders. In case of annulment, all bids submitted and

specifically, bid securities, shall be promptly returned to the

Bidders.

F. Award of Contract

40. Award Criteria 40.1 The Employer shall award the Contract to the Bidder whose offer

has been determined to be the lowest evaluated bid and is

substantially responsive to the Bidding Document, provided

further that the Bidder is determined to be qualified to perform

the Contract satisfactorily.

41. Notification of

Award

41.1 Prior to the expiration of the period of bid validity, the Employer

shall notify the successful Bidder, in writing, that its bid has been

accepted. The Notification letter (herein after and in the

conditions of contract and contract forms called “The Letter of

Acceptance”), shall specify the sum that the Employer will pay

the contractor in consideration of the execution and completion

of the works. (herein after and in the conditions of contract and

contract forms called “The Contract Price”) and the requirement

for the contractor to remedy any defects there in as prescribed by

the Contract.

41.2 Until a formal contract is prepared and executed, the notification

of award shall constitute a binding Contract.

41.3 The Employer shall promptly respond in writing to any

unsuccessful Bidder who, after notification of award in

accordance with ITB 39.1, requests in writing the grounds on

which its bid was not selected.

42. Signing of

Contract

42.1 Promptly after notification, the Employer shall send the

successful Bidder the Contract Agreement.

42.2 Within twenty-one (21) days of receipt of the Contract

Agreement, the successful Bidder shall sign, date, and return it to

the Employer.

43. Performance

Security

43.1 Within Fourteen (14) days of the receipt of notification of award

from the Employer, the successful Bidder shall furnish the

performance security in accordance with the conditions of

contract, subject to ITB 37.5, using for that purpose the

Performance Security Form included in Section 9 (Contract

Forms), or another form acceptable to the Employer.

Section-1: Instruction to Bidders Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 19

43.2 Failure of the successful Bidder to submit the above-mentioned

Performance Security or to sign the Contract Agreement shall

constitute sufficient grounds for the annulment of the award and

forfeiture of the Earnest Money Deposit. In that event the

Employer may award the Contract to the next lowest evaluated

Bidder whose offer is substantially responsive and is determined

by the Employer to be qualified to perform the Contract

satisfactorily.

43.3 The above provision shall also apply to the furnishing of a

domestic preference security if so required.

Section-2: Bid Data Sheet Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education

i

Kerala Infrastructure and Technology for Education

SECTION 2

Bid Data Sheet (BDS)

January 2018

Section-2: Bid Data Sheet Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education

1

Section 2 - Bid Data Sheet

This section consists of provisions that are specific to each procurement and

supplement the information or requirements included in Section I. Instructions to

Bidders.

A. General

ITB 1.1 The number of the Invitation for Bids is : KITE/CLUSTER-14/01

ITB 1.1 Kerala Infrastructure and Technology for Education

Infrastructure Division

(Govt.of Kerala Undertaking)

Gitanjali Building,Ganapthi Kovil Road,

Vazhuthacaud,Thiruvanathapuram-695014

(Registered Office: Poojapura, Thiruvanathapuram-695012

Contact for any clarification:

Shri. Sreekumar K. Nair - +919746655535

Shri. V. K. Govindakumar - +918594004425

E-mail for communication:

[email protected];

[email protected];

ITB 1.1 The Name of the bidding process is : National Competitive Bidding (NCB)

e- tender for

Modernization and Upgrading Regional Schools to International

Standard as Centers of Excellence &

Betterment of Infrastructure Facilities in Schools for Cluster-16

schools

The identification number of the NCB is: KITE/CLUSTER-14/01

ITB 2.1 The Borrower is: Kerala Infrastructure & Technology for Education

ITB 2.1 The name of the Project is:

Modernization and Upgrading Regional Schools to International

Standard as Centers of Excellence &

Betterment of Infrastructure Facilities in Schools for Cluster-

16schools

B. Bidding Documents

ITB 7.1 For clarification purposes only, the Employer’s address is:

Kerala Infrastructure and Technology for Education

Infrastructure Division

Section-2: Bid Data Sheet Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education

2

(Govt.of Kerala Undertaking)

Gitanjali Building,Ganapthi Kovil Road,

Vazhuthacaud,Thiruvanathapuram-695014

(Registered Office: Poojapura, Thiruvanathapuram-695012

Contact for any clarification:

Shri. Sreekumar K. Nair - +919746655535

Shri. V. K. Govindakumar - +918594004425

E-mail for communication:

[email protected];

[email protected];

The Employer will respond in writing to any request for clarification,

provided that such request is received on or before 31.01.2018

ITB 7.4 A Pre-Bid meeting will take place 05.02.2012 at 11.00 A.M. in the office

of the Kerala Infrastructure and Technology for Education

Infrastructure Division

(Govt.of Kerala Undertaking)

Gitanjali Building,Ganapthi Kovil Road,

Vazhuthacaud,Thiruvanathapuram-695014

(Registered Office: Poojapura, Thiruvanathapuram-695012

Contact for any clarification:

Shri. Sreekumar K. Nair - +919746655535

Shri. V. K. Govindakumar - +918594004425

E-mail for communication:

[email protected];

[email protected];

A site visit by the Employer will not be organized. However, the Employer

will guide the Bidders in visiting the sites.

C. Preparation of Bids

ITB 10.1 The language of the bid is: English

ITB 11.2(g) The Bidder shall upload with the Technical Bid the following additional

documents:

One copy of Bidding Technical document and Addendums duly signed by

the Authorized representative

Copy of the agreement entered into by the Joint Venture partners if

applicable shall be submitted with the Bid.

ITB 11.3 (d) The Bidder shall upload /submit with the Price Bid the following

additional documents:

No additional documents are required.

Section-2: Bid Data Sheet Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education

3

ITB 13.1 Alternative bids will not be permitted.

ITB 13.2 Alternative times for completion will not be permitted.

ITB 14.4 Price adjustments are not applicable

ITB 14.5

Add ITB 14.6

ITB 14.6

The Contractor shall be deemed to have satisfied himself as to the

correctness and sufficiency of the Bid and the rates and prices stated in the

Bill of Quantities, all of which shall, except in so far as it is otherwise

provided in the contract, cover all his obligations under the contract and all

matters and things necessary for the proper execution and completion of

the works and the remedying of any defects there in.

The quoted rate shall include all soil investigations/surveys(if any) related

to the works.

ITB 15.1 The unit rates and the prices shall be quoted by the bidder entirely in

Indian Rupees only. The payment in this contract will also be made in

Indian Rupees only.

ITB 17.2 Not Applicable

ITB 18.1 The bid validity period shall be 90 days after the submission of the bid (i.e

up to 21-05-2018)

ITB 18.3 Not Applicable

ITB 19.1 A Earnest Money Deposit (EMD) be required.

The amount and currency of the bid security shall be: the Earnest Money

Deposit of Rs. 5,00,000/- (Indian Rupees Five lakh only) shall be paid

through online only. which is valid for a period of 28 days beyond the

original validity period of the bid.

ITB 19.2 Not Applicable

ITB 19.3 Not Applicable

Section-2: Bid Data Sheet Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education

4

ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder

shall consist of: A Power of Attorney from the authorized person to issue

from the company.

Also add after the last sentence: All the pages of the bid shall be signed or

initialed by a person signing the bid along with the seal.

D. Submission and Opening of Bids

ITB 21.1 Add after

Only Electronic bid submission is permitted. Bidders shall follow the

following electronic bid submission procedure:

Electronic Tendering Process (e-tender) steps for Bid Submission

e-Tendering System (Govt of Kerala) – E Procurement System Procedure

e-Tendering System by Govt of Kerala also known as E Procurement

System. This is an e-Submission Tender System of Kerala which enables

the Tenderers to download the Tender Schedule free of cost and then

submit the bids online through this portal.

You can visit the site “etenders.kerala.gov.in” and check for latest

tenders and corrigendum. Various options and services available from this

website includes, MIS Reports, Tenders by Location, Tenders by

organization, Tenders by Classification, Tenders in Archive, Tenders

Status, Cancelled Tenders, Downloads, Announcements, Awards and Site

compatibility.

Services and Options available at e-Tendering System (Govt of Kerala)

Website

In order to check Tenders in Archive, you need to enter Tender ID and

keyword. Below to that page you can see list shows all the Expired tenders.

To check “Tender Status” you need to enter Tender ID, form of contact,

tender type, tender status, keyword, tender category, product category etc.

You can also check “Cancelled Tenders List” by providing Tender ID

and keyword. The site also offers Downloads facility by providing various

Section-2: Bid Data Sheet Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education

5

Open Source Software Link. You can download and use Open office

suite, AutoCAD DWF Viewer, PDF Reader, PDF Creator, JRE

download, Alternate JRE Download etc.

e-Tendering System by Govt of Kerala publishes related announcements in

this site. You can check them from “Announcements” section. Some may

have difficulty in proceeding technically, if so

check “compatibility” section. You will get Site Compatibility Test and

suggestion to correct or improve it.

There is another section in this site “Tenders Closing Today”. You can

see list of tenders closing today, closing within 7 days and closing within

14 days. You can check “Latest Active Tenders” from the site by

entering Tender ID, Tender Title and sorting option. You can see list

of latest Tender documents issued by various Government Departments,

Directorates, organizations, Institutions and local bodies of Kerala.

There are also options like Tender Search By Classification, “Tender

Search By Organization” and Latest Active Corrigendum. You can

check latest Tender documents issued by various Government

Departments, Directorates, Organization’s, Institutions and local bodies of

Kerala on the site. If you are looking for “Results Of Tenders” enter

tender ID and keyword and search.

To check MIS Reports, you need login ID and password. Other options

and facilities available are Tender Search By Location and Tender Search

By organization.

Section-2: Bid Data Sheet Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education

6

Instructions for Contractors (bidder) for e-submission of the bids

online

1. Do Online Enrolment in this Portal using the option Click Here

to Enroll available in the Home Page

2. Digital Signature enrollment has to be done with the e-token

3. Then Logs into the portal giving user id / password chosen

during enrollment.

4. e-token that is registered should be only used by the bidder

5. DSC once mapped to an account cannot be remapped to any

other account

6. Update well in advance, the documents such as certificates,

purchase order etc.

7. After Downloading the tender schedule, submit the documents

as per the tender document

8. Clarifications must be obtained online through the e

Procurement Portal,

9. The BOQ template must not be modified/replaced by the bidder

10. Prepare the bid documents to be submitted as indicated in the

tender schedule

Section-2: Bid Data Sheet Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education

7

11. Arrange for the EMD as specified in the tender.

12. Reads the terms and conditions and accepts the same

13. Submit the tender document(s) online well in advance before the

prescribed time

14. There is no limit on the size of the file uploaded at the server

end.

15. Click on the Freeze Bid Button, to ensure that he/she completes

the Bid Submission Process.

16. After the bid submission, the bid summary has to be printed and

kept as an acknowledgement

Submit the bids through online e Procurement system to the TIA well

before the bid submission end date and time (as per Server System

Clock).

Bid submission:

The bidders shall upload the filled up bid documents to the site. The

qualification documents, technical sheets and other supporting documents

may be uploaded in the General Document section and attached to tender

during the submission. The bid security ( DD/ Bank Guarantee or Term

Deposit ) should be scanned in and attached in any one of the most

common formats or image data with adequate levels of resolutions for

viewing such as JPEG, GIF, TIFF and PDF format and this scanned image

shall be uploaded during bid submission. ( The scanned copy will be

considered only for information and not as submission)

(The bidders may please be aware that the scanned copies of the bid

securities submitted along with e E-bid is considered only for information

and not as submission and the employer will consider the hard copies of

the bid securities received with the scheduled time of submission)

ITB 22.1 Only Electronic bid submission is permitted

The hard copy of the technical bid shall submit to the following address:

Kerala Infrastructure and Technology for Education

Infrastructure Division

(Govt.of Kerala Undertaking)

Gitanjali Building,Ganapthi Kovil Road,

Vazhuthacaud,Thiruvanathapuram-695014

(Registered Office: Poojapura, Thiruvanathapuram-695012

Contact for any clarification:

Shri. Sreekumar K. Nair - +919746655535

Shri. V. K. Govindakumar - +918594004425

E-mail for communication:

[email protected];

[email protected];

Section-2: Bid Data Sheet Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education

8

The deadline for online bid submission is:

Date: 20-02-2018

Time: 15.00 hrs

The deadline for offline bid submission is:

Date: 22-02-2018

Time: 17.00 hrs

ITB 25.1 The opening of the Technical Bid shall take place on:

Date 23-02-2018

Time: 11.00 hrs

E. Evaluation and Comparison of Bids

ITB 33 Not Applicable

ITB 34.1 Please replace the ITB clause as

‘The bid should be quoted in Indian Rupees Only and will be evaluated in

Indian Rupees only.

ITB 35.1 A margin of preference shall not apply to this contract.

Section-3: Evaluation and Qualification Criteria Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education i

Kerala Infrastructure and Technology for Education

SECTION 3

Evaluation and Qualification Criteria (ECQ)

January 2018

Section-3: Evaluation and Qualification Criteria Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 1

Section 3 - Evaluation and Qualification Criteria

Table of Criteria

1. Evaluation .............................................................................................................................................. 2

1.1 Adequacy of Technical Proposal ......................................................................................................... 2

1.2. Quantifiable Nonconformities, Errors and Omissions ......................................................................... 2

2. Qualification ........................................................................................................................................... 3

2.1 Eligibility ............................................................................................................................................ 3

2.1.1 Nationality ............................................................................................................................................ 3

2.1.2 Conflict of Interest .............................................................................................................................. 3

2.1.3 Eligibility ........................................................................................................................................... 3

2.1.4 Government-owned Entity .................................................................................................................. 3

2.2.1 Pending Litigation .......................................................................................................................... 4

2.3 Financial Situation ............................................................................................................................. 4

2.3.1 Historical Financial Performance ....................................................................................................... 4

2.3.2 Average Annual Construction Turnover ............................................................................................. 5

2.3.3 Financial Resources ............................................................................................................................ 5

2.4 Experience .......................................................................................................................................... 6

2.4.1 General Construction Experience ....................................................................................................... 6

2.5 Personnel ............................................................................................................................................ 7

2.6 Equipment .......................................................................................................................................... 7

Section-3: Evaluation and Qualification Criteria Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 2

1. Evaluation

In addition to the criteria listed in ITB 32 the following criteria shall apply:

1.1 Adequacy of Technical Proposal

Evaluation of the Bidder's Technical Proposal will include an assessment of the Bidder's

technical capacity to mobilize key equipment and personnel for the contract consistent

with its proposal regarding work methods, scheduling, and material sourcing in

sufficient detail and fully in accordance with the requirements stipulated in Section 5

(Works Requirements).

1.2. Quantifiable Nonconformities, Errors and Omissions

The evaluated cost of quantifiable non-conformities, errors and omissions is determined

as follows:

a) If any item is not quoted by the bidder, to this effect, the Bid Price will be adjusted, for

comparison purposes only, to reflect the price of a missing or non-conforming item or

component. For this purpose, the highest price quoted amongst the substantially

responsive bidders of that particular missing or non-conforming item would be added to

the Bid Price to arrive at the Evaluated Bid Price of the respective bidder. (In case all the

bidders have not quoted the particular item, then the Engineer’s Estimate for the

particular item would be taken for this purpose) However, it should be noted that this

adjustment would be for comparison only and the ‘Award Price’ to the successful bidder

would be based on the Lowest Evaluated Bid Price without the price adjusted for the

purpose on non-conformities / errors / omissions. No separate payment would be made to

the missing or non-confirming item and it is deemed that contractor would execute the

missing / nonconforming item at the ‘Award Price’ (calculated without adjustments of

missing or non-confirming item or component) as mentioned above.

b) If different rates are quoted for the same specifications of work under identical working

conditions at the same site( one school) in different appendices of the Bill of Quantities,

for comparison purpose, while arriving at the ‘Lowest Evaluated Bid Price’, the lowest

rate quoted by the contractor amongst the different appendices for that item would be

considered for evaluation and comparison purpose and the ‘Award Price’ to the

successful bidder would be calculated considering the same lowest rate quoted by the

contractor amongst different appendices in the Bill of Quantities for that item,” and the

payment also would also be for the lowest rate quoted for that item among all the

appendices.

Section-3: Evaluation and Qualification Criteria Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 3

2. Qualification

2.1 Eligibility

Criteria Compliance Requirements Documents

Requirement Single

Entity

Joint Venture

Submission

Requirements All

Partners

Combined

Each

Partner

One

Partner

2.1.1 Nationality

Nationality in

accordance with ITB

Sub-Clause 4.2.

must meet

requirement

existing or

intended JV

must meet

requirement

must meet

requirement

Must meet

requirement

Forms

ELI –1; ELI

–2

with

attachments

2.1.2 Conflict of Interest

No conflicts of

interest in

accordance with ITB

Sub-Clause 4.3.

must meet

requirement

existing or

intended JV

must meet

requirement

must meet

requirement

Must meet

requirement

Letter of Bid

2.1.3 Eligibility

Not having been

declared ineligible

by KITE, as

described in ITB

Sub-Clause 4.4.

must meet

requirement

existing or

intended JV

must meet

requirement

must meet

requirement

Must meet

requirement

Letter of Bid

2.1.4 Government-owned Entity

Applicant required to

meet conditions of

ITB Sub-Clause 4.5.

must meet

requirement

existing or

intended JV

must meet

requirement

must meet

requirement

Must meet

requirement

Forms

ELI -1, ELI -

2 with

attachments

Section-3: Evaluation and Qualification Criteria Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 4

2.2 Pending Litigation

Criteria Compliance Requirements Documents

Requirement Single

Entity

Joint Venture Submission

Requirements All Partners

Combined

Each

Partner

One

Partner

2.2.1 Pending Litigation

All pending litigation

shall be treated as

resolved against the

Applicant and so

shall in total not

represent more than

50 percent of the

Applicant’s net

worth.

must meet

requirement

not

applicable

must meet

requirement

by itself or

as partner

to past or

existing JV

must meet

requirement

by itself or

as partner

to past or

existing JV

Form LIT –

1

2.3 Financial Situation

Criteria Compliance Requirements Documents

Requirement Single

Entity

Joint Venture Submission

Requirements All Partners

Combined

Each

Partner

One

Partner

2.3.1 Historical Financial Performance

Submission of audited

balance sheets and income

statements, for the last

three (3) years to

demonstrate the current

soundness of the

applicant’s financial

position. As a minimum, a

Bidder's net worth

calculated as the difference

between total assets and

total liabilities should be

positive.

must meet

requirement

Must meet

requirement

must meet

requirement

Must meet

requirement

Form FIN - 1

with

attachments

Section-3: Evaluation and Qualification Criteria Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 5

2.3.2 Average Annual Construction Turnover

Average annual financial

turnover on construction

works should be at least

50% of the estimated cost

of work during the

immediate last 3

consecutive financial

years ending 2016-17.

This should be duly

audited by the Chartered

Accountant.

must meet

requirement

must meet

requirement

must meet

25 %

of the

requirement

must meet

40 % of the

requirement

Form FIN - 2

The bidder should not be

insolvent, in receivership,

bankrupt or being wound

up, not have had their

business activities

suspended. Accordingly,

Bidder shall submit

Solvency certificate with

details of Financial Status

i.e. Name of the Banker

& Current Solvency

Certificate not older than

12 months from the

Banker in original or

copy (attested from bank)

for a sum of at least 40%

of the estimated cost of

work.

must meet

requirement

must meet

requirement

must meet

50 %

of the

requirement

must meet

80 % of the

requirement

2.3.3 Financial Resources

Using the relevant Forms FIN -3 and FIN - 4 in Section 4 (Bidding Forms) the Bidder must

demonstrate access to, or availability of, financial resources such as liquid assets,

unencumbered real assets, lines of credit, and other financial means, other than any contractual

advance payments, to meet the financial requirements of the contract in the amount of his Bid.

As a minimum the Bidder must show that his resources, in terms of at least his latest year’s

working capital and lines of credit, will be adequate to cover his Bid Price and current work

commitments.

Bid Capacity

The Bidder shall produce an undertaking from the Bankers that Bank will finance the entire

project until completion if the project is awarded to Bidder

Section-3: Evaluation and Qualification Criteria Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 6

2.4 Experience

Criteria Compliance Requirements Documents

Requirement Single

Entity

Joint Venture Submission

Requirements All Partners

Combined

Each

Partner

One

Partner

2.4.1 General Construction Experience

1. General

Construction

Experience to show

the capacity of the

Company

Form EXP -

1

2.4.2 Specific Construction Experience (a) Contracts of Similar Size and Nature

1.At least

1completed work

costing not less than

60% of the estimated

cost of the work

(Or)

2. At least 2 similar

works of order value

each not less than

40% of the estimated

cost of work

(or)

3. At least 3 similar

completed works

and order value each

not less than 30% of

the estimated cost of

work

must meet

requirement not applicable

(each partner of

the JV should

have a minimum

stipulated

experience)

must meet

requirement not

applicable

(each partner

of the JV

should have a

minimum

stipulated

experience)

Form EXP –

2(a)

Section-3: Evaluation and Qualification Criteria Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 7

2.5 Personnel

The Bidder must demonstrate that it has the personnel for the key positions that meet the

following requirements:

No.

Position

Total Work

Experience

[years]

Experience

In Similar

Works [years]

No Required

per Cluster

1 Project Manager 15 10 1

2 Structural Engineer 8 5 1

3 Site Engineers (Civil) for each

school (1 No. Engineering

Graduate) -Mandatory

5 3 1 No. for

Each School

3 Electrical Supervisors for each

school (1 Nos. Diploma holder )

-Mandatory

4 1 No. for

Each School

The Bidder shall provide details of the proposed personnel and their experience records in

the relevant Information Forms included in Section 4 (Bidding Forms).

2.6 Equipment

The Bidder must demonstrate that it has the key equipment listed hereafter:

The Bidder shall provide further details of proposed items of equipment using the

relevant Form in Section 4 (Bidding Forms)

No. Equipment Type and Characteristics

1 Excavator / JCB

2 Concrete mixing plant

3 Concrete mixers

4 Vibrators

5 Generator

6 Slump Cone apparatus

7 Cube Moulds

Section-3: Evaluation and Qualification Criteria Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 8

Test Required

Note: The bidder must demonstrate either ownership or confirmed lease

arrangement of the required equipment. There are several tests mentioned under

work requirements and not limited to 5 numbers as shown in the table

Important Point to be noted:

KITE is simultaneously releasing different Bid documents for different Clusters for selection of

Contractor. The Contractors are permitted to Participate for more than one Cluster. If the

Contractor participates in more than one of Clusters Bid, the Contractor will have to satisfy the

cumulative requirement of the Evaluation and Qualification Criteria.

No. Tests requires

1 Sieve Analysis for aggregates

2 Simple test for cement

3 Lab test for cement

4 Test report for electrical claim

5 Slump Cone apparatus

6 Cube Moulds

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 1

Kerala Infrastructure and Technology for Education

SECTION 4

Bidding Forms

January 2018

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 2

Section 4 - Bidding Forms

Without Prequalification -

This Section contains the forms which are to be completed by the Bidder and submitted as

part of his Bid.

Table of Forms

Technical Proposal ......................................................................................................................................... 9

Personnel ..................................................................................................................................................... 10

Form PER – 1: Proposed Personnel ............................................................................................................. 10

Form PER – 2: Resume of Proposed Personnel ........................................................................................... 11

Equipment ................................................................................................................................................... 12

Site Organization .......................................................................................................................................... 13

Method Statement ........................................................................................................................................ 14

A. Employer’s requirement .......................................................................................................................... 14

Mobilization Schedule ................................................................................................................................... 15

Construction Schedule ........................................................................................ Error! Bookmark not defined.

Contractor’s Work Schedule shall be attached below. .................................................................................. 15

Bidders Qualification ................................................................................................................................... 16

Form ELI - 1: Bidder’s Information Sheet ..................................................................................................... 17

Form ELI - 2: JV Information Sheet ............................................................................................................. 18

Form LIT - Pending Litigation ...................................................................................................................... 20

Form FIN - 1: Financial Situation ................................................................................................................. 21

Form FIN - 2: Average Annual Construction Turnover ................................................................................. 22

Form FIN – 3: Financial Resources .............................................................................................................. 23

Form FIN- 4: Current Contract Commitments / Works in Progress ............................................................ 24

Form EXP – 1: General Construction Experience ......................................................................................... 25

Form EXP – 2(a): Specific Construction Experience ..................................................................................... 26

Schedules ..................................................................................................................................................... 27

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 3

Schedule of Payment Currencies ................................................................................................................... 27

All Payments would be made in Indian Rupees. ........................................................................................... 27

Declaration Form for Standard Specifications .............................................................................................. 28

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 4

Letter of Technical Bid

Date : …………………

Invitation for Bid No.: : …………………

To:-

The Chairman & Managing Director,

Kerala Infrastructure & Technology for Education Limited

Infrastructure Division

(A Govt. of Kerala Undertaking)

Gitanjali Building,Ganapathi Kovil Road,Vazhuthacaud,Thiruvanathapuram-695014

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda

issued in accordance with Instructions to Bidders (ITB) 8;

(b) We offer to execute in conformity with the Bidding Documents the following Works:

(c) Our Bid consisting of the Technical Bid and the Price Bid shall be valid for a period of

120 days from the date fixed for the bid submission deadline in accordance with the

Bidding Documents, and it shall remain binding upon us and may be accepted at any

time before the expiration of that period;

(d) If our Bid is accepted, we commit to obtain a performance security in accordance with

the Bidding Documents;

(e) We, including any subcontractors or suppliers for any part of the contract, do not have

any conflict of interest in accordance with ITB 4.3;

(f) We are not participating, as a Bidder or as a subcontractor, in more than one bid in this

bidding process in accordance with ITB 4.3, other than alternative offers submitted in

accordance with ITB 13;

(g) Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any

part of the contract, has not been declared ineligible by the Employer

(h) We are not a government owned entity / We are a government owned entity but meet the

requirements of ITB4.5; *

(i) We here by state our preferences with respect to the clusters floated by the Employer

Name of the Cluster Order of Preference

1

2

3

4

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 5

5

Name ...........................................................................................................................................

In the capacity of .........................................................................................................................

Signed .........................................................................................................................................

Duly authorized to sign the Bid for and on behalf of .................................................................

Date .............................................................................................................................................

* Use one of the two options as appropriate

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 6

Performance Security (Bank Guarantee)

The Chairman & Managing Director

Kerala Infrastructure & Technology for Education Limited

Infrastructure Division

(A Govt. of Kerala Undertaking)

Gitanjali Building,Ganapathi Kovil Road,Vazhuthacaud,Thiruvanathapuram-695014

In consideration of Kerala Infrastructure and Technology for Education Ltd (Employer’s name)

(hereinafter referred to as "the Employer") which expression shall, unless repugnant to the

context or meaning thereof include its successors, administrators and assigns) having awarded to

_____________________ (Contractor’s name & address) (hereinafter referred to as "the

Contractor “ which expression shall unless repugnant to the context or meaning thereof, include

its successors, administrators, executors and assigns) a contract, by issue of Employer’s

Notification of Award No. _______________ dt. _____________ and the same having been

unequivocally accepted by the Contractor, resulting into a contract valued at Rs.

_____________(Rupees ______________only) for ________________(name of work)

(hereinafter called “ the contract”) and the Contractor having agreed to provide a Contract

Performance Guarantee for the faithful performance of the entire contract equivalent to Rs.

_____________ (Rupees ______________________only) .

We, ____________________(name & address of bank) (hereinafter referred to as "the Bank"

which expression shall, unless repugnant to the context or meaning thereof, include its

successors, administrators, executors and assigns) do hereby guarantee and undertake to pay the

Employer, on demand any or, all monies payable by the Contractor to the extent of Rs.

_____________(Rupees __________________only) as aforesaid at any time upto

___________without any demur, reservation, contest , recourse or protest and/or without any

reference to the Contractor. Any such demand made by the Employer on the bank shall be

conclusive and binding notwithstanding any difference between the Employer and the Contractor

or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. The Bank

undertakes not to revoke this guarantee during its currency without previous consent of the

Employer and further agrees that the guarantee herein contained shall continue to be enforceable

till the Employer discharges this guarantee.

We the said Bank further agree that the guarantee herein contained shall remain in full

force and effect during the period that would be taken for the performance of the said Contract

and that it shall continue to be enforceable till all the dues of the Employer under or by virtue of

the said contract have been fully paid and its claims satisfied or discharged or till the Employer

certifies that the terms and conditions of the said Contract have been fully and properly carried

out by the said Contractor and accordingly discharges the guarantee.

The Employer shall have the fullest liberty without affecting in any way the liability of

the Bank under this guarantee, from, time to time to extend the time for performance of the

Contract by the Contractor. The Employer shall have the fullest liberty without affecting this

guarantee, to postpone from time to time the exercise of any powers vested in them or of any

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 7

right which they might have against the Contractor and to exercise the same at any time in any

manner and either to enforce or to forbear to enforce any covenants, contained or implied, in the

Contract between the Employer and the Contractor or any other course or remedy or security

available to the Employer. The bank shall not be released of its obligations under these presents

by any exercise by the Employer of its liberty with reference to the matters aforesaid or any of

them or by reason of any other act or forbearance or other acts of omission or commission on the

part of the Employer or any other indulgence shown by the Employer or by any other matter or

thing whatsoever which under law would but for this provision, have the effect of relieving the

Bank. The guarantee shall not be affected by a change in the constitution of the bank or of the

employer.

The bank also agrees that the Employer at its option shall be entitled to enforce this Guarantee

against the Bank as a principal debtor, in the first instance, without proceeding against the

Contractor and notwithstanding any security or other guarantee that the Employer may have in

relation to the Contractor's liabilities.

We The Said Bank do hereby declare that we have absolute and unconditional power to

issue this guarantee in your favour under the Memorandum and Articles of Association or such

other constitutional documents of the Bank and the undersigned have full power to execute this

guarantee under the Power of Attorney/ Post Approval Authorization

dated_____________________ of the bank granted to him / us by the Bank. We the said bank

do hereby declare and undertake that your claim under the guarantee shall not be affected by any

deficiency or other defect in the powers of the bank or its officials and the guarantee shall be

deemed to have been issued as if the bank and its officials have all the powers and authorization

to give this guarantee on behalf of the bank.

We the said bank do hereby certify the genuineness and appropriateness of the Stamp

paper and stamp value used for issuing the guarantee. We the said bank do hereby declare and

undertake that your claim under the guarantee shall not be affected by any deficiency or other

defect in the stamp paper or its stamp value.

We the said bank do hereby declare that our payments hereunder shall be made to you ,

free and clear of and without and deduction, reduction on account of any reasons including any

and all present and future taxes, levies, charges of withholding whatsoever imposed or collected

with respect thereto.

Notwithstanding anything contained hereinabove our liability under this guarantee is restricted to

Rs. _____________(Rupees ____________________ only) and it shall remain in force upto and

including _____________ and shall be extended from time to time for such period as may be

desired by Kerala Infrastructure and Technology for Education Ltd on whose behalf this bank

guarantee has been given.

Notwithstanding anything contained herein

i) our liability under this guarantee shall not exceed Rs. _____________ (Rupees

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 8

_______________ only) ;

ii) This bank guarantee shall be valid upto _____________; and

iii) our liability to make payment shall arise and we are liable to pay the guaranteed amount or

any part thereof under this guarantee, only and only if you serve upon us a written claim or

demand in terms of the guarantee on or before _________(indicate a date twelve months after

validity of guarantee).

Dated this ________day of ________ at --------------------.

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 9

Technical Proposal

Personnel

Equipment

Site Organization

Method Statement

Mobilization Schedule

Construction Schedule

Quality Assurance Plan

Safety Manual & Environmental Management Plan

Others

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 10

Personnel

Bidders should provide the names of suitably qualified personnel to meet the requirements

specified in Section 3 (Evaluation and Qualification Criteria). The data on their experience

should be supplied using the Form below for each candidate.

Form PER – 1: Proposed Personnel

1. Title of position*

Name

2. Title of position*

Name

3. Title of position*

Name

4. Title of position*

Name

*As listed in Section 3 (Evaluation and Qualification Criteria).

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 11

Form PER – 2: Resume of Proposed Personnel

Position

Personnel information

Name Date of birth

Professional qualifications

Present employment

Name of employer

Address of employer

Telephone Contact (manager / personnel officer)

Fax E-mail

Job title Years with present employer

Summarize professional experience in reverse chronological order. Indicate particular technical and managerial experience relevant to the project.

From To Company / Project / Position / Relevant technical and management experience

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 12

Equipment

The Bidder shall provide adequate information to demonstrate clearly that it has the capability

to meet the requirements for the key equipment listed in Section 3 (Evaluation and Qualification

Criteria). A separate Form shall be prepared for each item of equipment listed, or for alternative

equipment proposed by the Bidder.

Item of Equipment

Equipment Information

Name of manufacturer

Model and power rating

Capacity

Year of manufacture

Current Status

Current location

Details of current commitments

Source Indicate source of the equipment

Owned Rented Leased Specially manufactured

Omit the following information for equipment owned by the Bidder.

Owner Name of owner

Address of owner

Telephone

Contact name and title

Fax

Telex

Agreements Details of rental / lease / manufacture agreements specific to the project

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 13

Site Organization

The Bidder must demonstrate that it has the personnel for the key positions that

meet the following requirements:

No.

Position

Total Work

Experience

[years]

Experience

In Similar

Works [years]

No Required

per Cluster

1 Project Manager 15 10 1

2 Structural Engineer 8 5 1

3 Site Engineers (Civil) for each

school (1 No. Engineering

Graduate) -Mandatory

5 3 1 No. for

Each School

3 Electrical Supervisors for each

school (1 Nos. Diploma holder )

-Mandatory

4 1 No. for

Each School

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 14

Method Statement

Employers’ requirement and proposals for methods of construction are given below. The

contractor shall propose his own method statement.

A. Employer’s requirement

1. The contractor shall mobilize fully to site within 15 days of signing the contract.

2. Submit the Work Programme in M.S .Project within 21days of signing the contract. The

Work Programme should highlight the requirement of resources every week and also the Cash

Flow

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 15

Mobilization Schedule

Construction Schedule as proposed by Employer:

The following percentage of physical and matching financial progress should be achieved in the

specified time.

Employer proposes the following work schedule. The Contractor shall provide his own works

Schedule keeping the Employer’s work schedule as a broad guideline.

Sl. No. Description of elements of Works Completion weeks,

from commencement

1 Site leveling/earth work excavation including material

procurement

1

2 Foundation work including reinforcement 2.5

3 Grade beams 3.5

4 Column raised to floor beam level-first floor slab

including stair cases, filling basement, anti termite

treatment, etc

6.5

5 Concreting first floor slab(Cover slab of GF) 9.5

6 Concreting second floor slab 13.5

7 Partition walls including lintel, etc of GF 15

8 Concreting third floor slab 17.5

9 Partition walls including lintels of First floor 20

10 Partition walls including lintels of Second floor 23

11 Partition walls of third floor 25

12 Fixing Doors, Windows and other fixtures, sump, septic

tank, etc

27

13 Plastering and finishing works 29

1 Water proofing for WCs 31

14 Plumbing for water supply and sanitary works and water

proofing works for roof slab

32

15 Flooring/tiling fixtures for water supply and sanitary

works.

33

16 Electrical works including panel boards, etc and power

connections.

34

17 Landscaping and gardens 34

18 Painting works, signage, etc 37

19 Full Completion 39

20 Handing over with all documents 40

Contractor’s Work Schedule shall be attached below.

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 16

Bidders Qualification

To establish its qualifications to perform the contract in accordance with Section 3

(Evaluation and Qualification Criteria) the Bidder shall provide the information requested in

the corresponding Information Sheets included hereunder.

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 17

Form ELI - 1: Bidder’s Information Sheet

Bidder’s Information

Bidder’s legal name

In case of JV, legal

name of each

partner

Bidder’s country of

constitution

Bidder’s year of

constitution

Bidder’s legal

address in country

of constitution

Bidder’s authorized

representative

(name, address,

telephone numbers,

fax numbers, e-mail

address)

Attached are copies of the following original documents.

1. In case of single entity, articles of incorporation or constitution of the legal entity named

above, in accordance with ITB 4.1 and 4.2.

2. Authorization to represent the firm or JV named in above, in accordance with ITB 20.2.

3. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.

4. In case of a government-owned entity, any additional documents not covered under 1

above required to comply with ITB 4.5.

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 18

Form ELI - 2: JV Information Sheet

Each member of a JV must fill in this form

JV / Specialist Subcontractor Information

Bidder’s legal name

JV Partner’s or

Subcontractor’s

legal name

JV Partner’s or

Subcontractor’s

country of

constitution

JV Partner’s or

Subcontractor’s

year of constitution

JV Partner’s or

Subcontractor’s

legal address in

country of

constitution

JV Partner’s or

Subcontractor’s

authorized

representative

information

(name, address,

telephone numbers,

fax numbers, e-mail

address)

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 19

Attached are copies of the following original documents.

1. Articles of incorporation or constitution of the legal entity named above, in accordance

with ITB 4.1 and 4.2.

2. Authorization to represent the firm named above, in accordance with ITB 20.2.

3. In the case of government-owned entity, documents establishing legal and financial

autonomy and compliance with commercial law, in accordance with ITB 4.5.

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 20

Form LIT - Pending Litigation

Each Bidder or member of a JV must fill in this form

Pending Litigation

No pending litigation in accordance with Criteria 2.2 of Section 3 (Evaluation and

Qualification Criteria)

Pending litigation in accordance with Criteria 2.2 of Section 3 (Evaluation and

Qualification Criteria)

Year Matter in Dispute

Value of

Pending

Claim in

INR

Million

Value of

Pending

Claim as a

Percentage

of Net

Worth

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 21

Form FIN - 1: Financial Situation

Each Bidder or member of a JV must fill in this form

Financial Data for Previous 3 Years [INR ]

Year 1: Year 2: Year 3:

Information from Balance Sheet

Total Assets

Total Liabilities

Net Worth

Current Assets

Current Liabilities

Information from Income Statement

Total Revenues

Profits Before Taxes

Profits After Taxes

Attached are copies of financial statements (balance sheets including all related notes, and

income statements) for the last three years, as indicated above, complying with the

following conditions.

• All such documents reflect the financial situation of the Bidder or partner to a JV, and

not sister or parent companies.

• Historic financial statements must be audited by a certified accountant.

• Historic financial statements must be complete, including all notes to the financial

statements.

• Historic financial statements must correspond to accounting periods already completed

and audited (no statements for partial periods shall be requested or accepted).

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 22

Form FIN - 2: Average Annual Construction Turnover

Each Bidder or member of a JV must fill in this form

Annual Turnover Data for the Last 3 Years (Construction only)

Year Amount(INR)

Average Annual Construction Turnover

The information supplied should be the Annual Turnover of the Bidder or each member of a JV

in terms of the amounts billed to clients for each year for work in progress or completed.

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 23

Form FIN – 3: Financial Resources

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of

credit, and other financial means, net of current commitments, available to meet the total

construction cash flow demands of the subject contract or contracts as indicated in Section 3

(Evaluation and Qualification Criteria)

Financial Resources

No. Source of financing Amount (INR equivalent)

1

2

3

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 24

Form FIN- 4: Current Contract Commitments / Works in Progress

Bidders and each partner to a JV should provide information on their current commitments on all

contracts that have been awarded, or for which a letter of intent or acceptance has been received,

or for contracts approaching completion, but for which an unqualified, full completion certificate

has yet to be issued.

Current Contract Commitments

No. Name of Contract

Employer’s Contact Address,

Tel, Fax

Value of Outstanding

Work [Current INR Equivalent]

Estimated Completion

Date

Average Monthly Invoicing Over

Last Six Months [INR Million/

month)]

1

2

3

4

5

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 25

Form EXP – 1: General Construction Experience

Each Bidder or member of a JV must fill in this form

General Construction Experience

Starting

Month

Year

Ending

Month

Year

Years

Contract Identification and Name

Name and Address of Employer

Brief Description of the Works Executed

by the Bidder

Role of Bidder

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 26

Form EXP – 2(a): Specific Construction Experience

Fill up one (1) form per contract.

Contract of Similar Size and Nature

Contract No . . . . . .

of . . . . . .

Contract

Identification

Award Date Completion Date

Role in Contract Contractor Management

Contractor Subcontractor

Total Contract

Amount

INR Million

If partner in a JV or

subcontractor,

specify participation

of total contract

amount

Percent of Total Amount

Employer’s Name

Address

Telephone/Fax

Number

E-mail

Description of the similarity in accordance with Criteria 2.4.2(a) of Section 3

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 27

Schedules

Schedule of Payment Currencies

All Payments would be made in Indian Rupees.

Section-4: Bidding Forms Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 28

Declaration Form for Standard Specifications

(To be signed and submitted by the bidder along with his bid)

Name of Contract : Modernization of Schools to International Standard as

Centres of Excellence

&

Betterment of Infrastructure Facilities in Schools:

Kerala Infrastructure & Technology for Education Limited

Infrastructure Division

(A Govt. of Kerala Undertaking)

Gitanjali Building,Ganapathi Kovil Road,Vazhuthacaud,Thiruvanathapuram-695014

(Registered Office: Poojapura, Thiruvanathapuram-695012

Contact for any clarification:

Shri. Sreekumar K. Nair - +919746655535

Shri. V. K. Govindakumar - +918594004425

E-mail for communication:

[email protected];[email protected];

Gentlemen:

1. We have received a copy of the Section 6A: Standard Specifications and we have studied and

understood all the Clauses of this Section. We accordingly offer to design, execute and

complete the said Works and remedy any defects therein, fit for purpose in conformity with

the relevant Clauses of this Section.

2. We further undertake to accept that these form a part of our Bid and we agree to sign these at

the time when the contract agreement is executed.

Dated this _____________________ day of ______________ 2018__.

Signed and Sealed by: ___________________________

In the Capacity of: ___________________________

Name and Address of Bidder: ___________________________

(Affix company seal)

_______________________ ___________________________

Contractor Employer

(The Bidders need not submit the Volume 2 - Standard Specification Document along with

the Bid. But should submit the above declaration)

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education i

Kerala Infrastructure and Technology for Education

SECTION 5

Work Requirements

January 2018

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 2

Section-5: Work Requirements

1. Background of the Project

Government of Kerala (GoK) has taken a policy decision to modernize 1,000 Government Schools in

the State of Kerala as “Centers of Excellence” under the “Public Education Rejuvenation Campaign”

of the General Education Department (GED). This ambitious programme is expected to elevate these

schools to high educational standards, considering the requirements of the schools over a twenty-year

horizon. The school modernization programme is proposed to be executed in a phased manner and

the first phase of this programme envisions the modernization of schools in the following pattern

mentioned in Table:

No

Description

Number of Schools

in Phase I

1 Centers of Excellence 141

2

Betterment of infrastructure

facilities in other Schools 229

Total 370

The Kerala Infrastructure Investment Fund Board (KIIFB) shall provide the necessary funds for this

programme. In addition to the financial allocation shown in the Table above, the Schools have been

permitted to add more project components in the Scheme, provided they are able to mobilize their

own sources of funding for the excess amount required beyond the funds to be provided by KIIFB.

2. Modernization of scheme

The entire Modernization Scheme has been finalized through a detailed consultative process with all

stakeholders connected to a school. While preparing the Master Plan, creation of the new

infrastructure has revolved around the following four requirements:

❖ Addressing academic requirements

➢ Addition of class rooms as per KER norms,

➢ Libraries; and

➢ Laboratories

❖ Ensuring clean and secure campus

➢ Integration of toilets for boys and girls with the main academic blocks;

➢ Modern dining and kitchen complex

➢ Waste management system

➢ Sewage Treatment Plant (STP), where required

➢ Entry & exit ways for physically challenged

➢ Compound Walls

❖ Providing infrastructure for extra-curricular activities

➢ Playing fields

➢ Stages

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 3

➢ Auditoria

❖ Accommodating facilities for emerging needs

For accommodating the new structures, some of the existing dilapidated and unsafe buildings in the

school campus must be demolished. These have been marked in the demolition plan. Once the

buildings are demolished as per the procedure of Kerala Public Works Department (PWD), the site

will be ready for construction as per the scheme.

3. Project

The total project divided into 3 Zones namely North Zone, Central Zone and South Zone. The names

of Districts included in each Zone, along with the total number of schools under the two categories –

“Centre’s of Excellence” and “betterment of infrastructure facilities in other Schools” – in each Zone

is given in the following Table:

No District Zone wise total

no of Schools

Name of Zone

1 Thiruvananthapuram

108 South 2 Kollam

3 Pathanamthitta

4 Alappuzha

5 Kottayam

110 Central

6 Idukki

7 Ernakulam

8 Trissur

9 Palakkad

10 Malappuram

152 North

11 Kozhikode

12 Wayanad

13 Kannur

14 Kasaragod

State wide total 370

4. Details of Clusters

The Entire Project area (for the KIIFB approved schools) divided into 25 clusters as detailed below:

No Cluster Total No of

Schools

Districts under Cluster

1 Cluster-1 11 Thiruvananthapuram & Kollam

2 Cluster-2 9 Thiruvananthapuram

3 Cluster-3 12 Kollam

4 Cluster-4 8 Kollam

5 Cluster-5 8 Alappuzha

6 Cluster-6 5 Pathanamthitta

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 4

7 Cluster-7 7 Thiruvananthapura, Alappuzha & Kottayam

8 Cluster-8 10 Idukki and Kottayam

9 Cluster-9 9 Kollam, Kottayam & Ernakulam

10 Cluster-10 9 Ernakulam

11 Cluster-11 10 Ernakulam and Idukki

12 Cluster-12 8 Thrissur

13 Cluster-13 8 Thrissur

14 Cluster-14 7 Thrissur & Malappuram

15 Cluster-15 8 Palakkad

16 Cluster-16 10 Palakkad

17 Cluster-17 5 Malappuram

18 Cluster-18 10 Malappuram

19 Cluster-19 8 Malappuram

20 Cluster-20 7 Wayanad and Kozhikode

21 Cluster-21 6 Kozhikode & Wayanad

22 Cluster-22 6 Palakkad, Malappuram & Kozhikode

23 Cluster-23 7 Kannur & Kasargod

24 Cluster-24 9 Kannur & Kasargod

25 Cluster-25 11 Kozhikode, Kannur & Kasargod

Total 208

The detailed list of Schools in each Cluster is attached in Annexure-1 to this Section

5. Project Area (Project Summary)

This Cluster consists of new constructions of school buildings including addition/modification of the

various government high/higher secondary, vocational higher secondary schools listed below

grouped as cluster no.14 with the intention of making these schools Centers of Excellence at

International Standards by Government of Kerala through specially created special purpose vehicle

viz Kerala Infrastructure and Technology for Education popularly known as KITE. These have been

categorized as A and B; A costing INR 5 Cr or more and B with INR 3 Cr or more. Cluster no.14

consists of seven schools of category A Major funding is form KIIFB limited. Balance matching

funds are to be pooled from resources with MLAs, PTAs, CRS of companies, etc.

Cluster No Sl No Name of school Assembly

Constituency

14

1 GHSS Chembuchira Pudukkad

2 GHSS Varavoor Chalakkara

3 GVHSS Pazhanji Kunnamkulam

4 Vadakkancheri Govt GHS Vadakkancheri

5 Cheruthuruthy GHSS Chelakkara

6 Govt HSS Karuppadanna Kodungallur

7 Govt Manavedan VHSS, Nilambur Nilambur

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 5

5.1 Govt Higher Secondary School Chembuchira

5.1.1 Project Location

GHSS School is located at a distance of 30 km from Thrissur district headquarters.

The nearest national highway is 10km from the school. The nearest town is Kodakara

which is 10km from the school. The school is located at 190m from Kodakara road

and can be accessed easily as there are ample buses plying to and fro in the locale.

Nearest bus stop is at 150m from the school

5.1.2 Soil and Terrain

The soils in Thrissur district have been classified in the following types, based on the

morphological features and physiochemical properties

The laterite Soil:

The predominant soil type observed is the lateritic soil, which covers almost the entire

midland areas of the district. These soils are in general well drained, low in essential

plant nutrients and organic matter. They exhibit very low cation exchange capacity

and are generally acidic.

Brown hydromorphic soils:

The second prominent soil type is the brown hydromorphic soil. These are confined to

the valleys between undulating topography in the midlands and in the low lying areas

of the coastal strip in the district. These have been formed as a result of transportation

and sedimentations of materials from adjoining hill slopes and also by deposition from

rivers. The soils are very deep and brownish in colour. The surface texture varies from

sandy loam to clay.

Hydromorphic Saline Soils:

Very small patches of hydromorphic saline soils are found in the coastal tracts of the

district. They are brownish, deep and imperfectly drained, showing wide variation in

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 6

texture. In the estuarine areas of the district, these soils are found with wide

fluctuations in the intensity of salinity.

Coastal Alluvium:

These soils are seen on the coastal tracts stretching from Kodungallur to Chettuvai.

These have been developed from recent marine deposits with a texture dominated by

partially sorted sand fraction. They are excessively drained with very rapid

permeability. Water holding capacity of these soils is low.

Riverine Alluvium:

These soils consist of moderately well drained and distributed mainly on the banks of

rivers and their tributaries. They are light to medium textured with good physical

properties and contain organic matter, nitrogen and potash moderately. They show

wide variations in their physic chemical properties. They are very deep soils with

surface texture ranging from sandy loam to clayey loam, predominated by the fine

sand fractions.

Forest Loamy Soil:

These soils are found in the south-eastern hilly areas of the district, bordering Tamil

Nadu. These are characterized by a surface layer very rich in organic matter. They are

dark reddish brown to black with loam to silty loam texture. The soils are generally

acidic.

5.1.3 Soil Investigation Report

Same as In Soil and Terrain

5.1.4 Existing Infra Structure

The school has eleven number of Buildings and six toilet blocks. The school has no

playground. The compound wall extends throughout its boundary.

1. Building1: The building is Single storied with a tiled roof and houses the school

office and classrooms.

2. AcademicBuilding2: The building is Single storied with a tiled roof and houses

classrooms

3. Building3: The building is Single storied with RCC roof which serves as computer

lab for LP & UP

4. Academic Building4: The building is single storied with a Tiled roof and contains

classrooms.

5. Building5 ; The building is single storied with RCC roof and contains bus shelter

and stage

6. Building6: The building is single storied with a tiled roof and contains 6 class

rooms.

7. Academic Building7: The building is single storied with tiled roof and houses 3

classrooms.

8. Building8 : The building is Double storied with a Sheeted roof and houses HSS

classrooms.

9. Building9:The building is Double storied with RCC roof and houses HS & HSS

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 7

classrooms.

10. Building10:The building is a double storied with RCC & sheet roof and houses

classrooms.

11. kitchen The schools kitchen is also a single storey building with a RCC roof.

12. The school has 6 Buildings that serve as toilet blocks and all of these are single

storey and have RCC roofing and sheet roofing

5.1.5 Master Plan, Demolition Plan and Construction Drawings

The master plan, demolition plan and construction Drawings of the school are

attached in Volume III-Drawings

5.2 Govt VHSS Varavoor

5.2.1 Project Location

G.H.S.S., Varavoor is situated in the Thalappilly Taluk of Thrissur district. The

nearest town is Varavoor is 4km away from the school. S.H. 39 runs at the western

side of this school. This school is at a distance 30km from Edappal and 24 km from

Kunnamkulam.

5.2.2 Soil and Terrain

Government Higher Secondary School, Varavoor is situated in the midland area of the

district. The school is having an almost flat terrain with slight undulations. At certain

places in the main campus there is a contour difference of 1m. The school ground is

100 m away from the school campus. This is at slightly higher level than the school

compound. The soils in Thrissur district have been classified in the following types,

based on the morphological features and physiochemical properties. The laterite Soil:

The predominant soil type observed is the lateritic soil, which covers almost the entire

midland areas of the district. These soils are in general well drained, low in essential

plant nutrients and organic matter. They exhibit very low action exchange capacity

and are generally acidic Brown hydromorphic soils: The second prominent soil type is

the brown hydromorphic soil. These are confined to the valleys between undulating

topography in the midlands and in the low lying areas of the coastal strip in the

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 8

district. These have been formed as a result of transportation and sedimentations of

materials from adjoining hill slopes and also by deposition from rivers. The soils are

very deep and brownish in colour. The surface texture varies from sandy loam to clay.

Hydromorphic Saline Soils: Very small patches of hydromorphic saline soils are

found in the coastal tracts of the district. They are brownish, deep, imperfectly

drained, showing wide variation in texture. In the estuarine areas of the district, these

soils are found with wide fluctuations in the intensity of salinity. Coastal Alluvium:

These soils are seen on the coastal tracts stretching from Kodungallur to Chettuvai.

These have been developed from recent marine deposits with a texture dominated by

partially sorted sand fraction. They are excessively drained with very rapid

permeability. Water holding capacity of this soil is low. Riverine Alluvium: These

soils consist of moderately well drained and distributed mainly on the banks of rivers

and their tributaries. They are light to medium textured with good physical properties

and contain organic matter, nitrogen and potash moderately. They show wide

variations in their physic-chemical properties. They are very deep soils with surface

texture ranging from sandy loam to clayey loam, predominated by the fine sand

fractions. Forest Loamy Soil: These soils are found in the south-eastern hilly areas of

the district, bordering Tamil Nadu. These are characterized by a surface layer very

rich in organic matter. They are dark reddish brown to black with loam to silty loam

texture. The soils are generally acidic

5.2.3 Soil Investigation Report

G.H.S.S., Varavoor is situated in a midland area. This is in the Northern part of the

Thrissur district. The soil found in the school was of lateritic type. Due to non-

availability of soil reports for the exact location in the campus, a bearing capacity of

200 kN/m2 is assumed for foundation design. Shallow foundation like individual

footings, strip footings or raft foundations is adopted for the buildings. These

recommendations are prepared with the presumption that the execution of foundation

will be done by experienced contractors as per latest revision of all relevant is codes

of practices. This recommendation is prepared based on the assumptions considering

the overall geography of the region available to us and any change in strata observed

during actual execution, other than what is given in this report shall be referred to the

Consultants. One or more test piles depending on the extent of the building shall be

done to ascertain the capacities worked out above. In addition a routine load less on

1% of the working piles also shall be done.

5.2.4 Existing Infra Structure

G.H.S.S., Varavoor is having a total area of 2.058 hectares. The school has a total of

12 buildings and several scattered toilet blocks. There are 11 academic buildings in

the campus. These include H.S.S. blocks, H.S. blocks, U.P. blocks, Lab and library

blocks, etc.

1. H.S.S. Block A G+2 building with Physics lab, Chemistry lab, a library and H.S.S.

classrooms.

2. H.S. Block The building is a G+1 R.C.C. block with sheet roof on the 2nd floor

with computer labs, smart rooms and H.S. classrooms.

3. H.S. Block A single storied R.C.C. building with 6 H.S. classrooms.

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 9

4. H.S. Block A single storied tile roofed building with H.S.classrooms

5. H.S. block A single storied tile roofed building with H.S.classrooms

6. Old H.S.block A single storied tile roofed building which is currentlynot in use.

7. U.P. Block A single storied R.C.C. building with sheet roof on itsfirst floor with

some U.P. classrooms.

8. U.P. block A single storied tile roofed building with 5 U.P. classrooms.

9. Science labblock A single storied building a staffroom, a lab and a Career

counseling unit

10. Library block A single storied R.C.C. building housing 1 library and 2 classrooms.

11. Staffroom block A single storied tile roofed building with 2 staffrooms and a

language lab

12. St age An R.C.C. structure

13. Kitchen Block A single storied R.C.C. structure

5.2.5 Master Plan, Demolition Plan and Construction Drawings

The master plan, demolition plan and construction Drawings of the school are

attached in Volume III-Drawings

5.3 Govt VHSS Pazhanji

5.3.1 Project Location

GVHSS, Pazhanji is located in Pazhanji village in Kunnamkulam Municipality.It is

approximately 29 kms away from Thrissur Round. The School campus is only 100mts

away from Pazhanji School bus stop on Perumbilavu-Pazhanji Road which joins to

Porkulam-Kattakambal Road. The nearest town is Kunnamkulam.

5.3.2 Soil and Terrain

The soils in Thrissur district have been classified in the following types, based on the

morphological features and physiochemical properties

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 10

The laterite Soil:

The predominant soil type observed is the lateritic soil, which covers almost the entire

midland areas of the district. These soils are in general well drained, low in essential

plant nutrients and organic matter. They exhibit very low cation exchange capacity

and are generally acidic.

Brown hydromorphic soils:

The second prominent soil type is the brown hydromorphic soil. These are confined to

the valleys between undulating topography in the midlands and in the low lying areas

of the coastal strip in the district. These have been formed as a result of transportation

and sedimentations of materials from adjoining hill slopes and also by deposition from

rivers. The soils are very deep and brownish in colour. The surface texture varies from

sandy loam to clay.

Hydromorphic Saline Soils:

Very small patches of hydromorphic saline soils are found in the coastal tracts of the

district. They are brownish, deep and imperfectly drained, showing wide variation in

texture. In the estuarine areas of the district, these soils are found with wide

fluctuations in the intensity of salinity.

Coastal Alluvium:

These soils are seen on the coastal tracts stretching from Kodungallur to Chettuvai.

These have been developed from recent marine deposits with a texture dominated by

partially sorted sand fraction. They are excessively drained with very rapid

permeability. Water holding capacity of these soils is low.

Riverine Alluvium:

These soils consist of moderately well drained and distributed mainly on the banks of

rivers and their tributaries. They are light to medium textured with good physical

properties and contain organic matter, nitrogen and potash moderately. They show

wide variations in their physic chemical properties. They are very deep soils with

surface texture ranging from sandy loam to clayey loam, predominated by the fine

sand fractions.

Forest Loamy Soil:

These soils are found in the south-eastern hilly areas of the district, bordering Tamil

Nadu. These are characterized by a surface layer very rich in organic matter. They are

dark reddish brown to black with loam to silty loam texture. The soils are generally

acidic.

5.3.3 Soil Investigation Report

Due to non-availability of soil data, the nature of soil was assessed in the primary

survey. Data about the foundation provided for the adjacent buildings were also

collected. A bearing capacity of 200 kN/sqm is assumed for foundation design.

Shallow foundation like individual footings, strip footings or raft foundations is

adopted for the buildings.

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 11

5.3.4 Existing Infra Structure

The school has 13 buildings (excluding toilet & green shed) including Office staff

room block, V.H.S.E Office block, V.H.S.E academic block, H.S block, H.S.S block,

Computer lab block, open stage, library, laboratories, S.P.C room, classroom blocks,

Smart class room, Auditorium, kitchen, Hall, Toilets etc. Separate buildings are

provided for Upper primary, High school, Higher secondary and Vocational Higher

secondary Section

1. Office-Staffroom bloc kThe building is Single storied with tiled roof and houses

Office, 2 Staff-rooms, 7 classrooms of H.S Section. It also consist a room for

School Police Cadets (S.P.C).

2. V.H.S.E Office block The building is single storied with sheet roof and houses

V.H.S.E Office, a library, other classrooms. There is a false ceiling with Gypsum

provided over the building.

3. V.H.SE Academic Block The building is single storied with tiled roof. The

building exists resembling a C- shape. It contains 6classrooms for the V.H.S.E

Section. The classrooms are of 20*20 size.

4. Computer lab Building The building is single storied with R.C.C roofing. It houses

the computer lab with medium facilities. But, the building shows signs of

unfitness. It has a leaking roof and damaged corners. So, a sheet roofing is

provided above the RCC roof. It is used as a store area.

5. Auditorium The block is presently divided into 2 classrooms using separators. The

block is tile roofed and single storied.

6. H.S Academic block The building is single storied with tile roofing and contains 5

classrooms for the H.S Section.

7. U.P Academic block This is a single storied and tiled roof, where it contains

Computer lab for the U.P Section and 4 classrooms also.

8. H.S.S Block The building is single storied with R.C.C roof. It contains one staff-

room of H.S.S Section and 4 classrooms also.

9. Stage-Lab Block The building is a double storied RCC roofed one and sheet

roofed first floor. It contains 2 classrooms and one hall in the first floor.

10. Spo nsored Building The building is a double storied RCC roofed building. It is

white in colour. It contains a multimedia theatre. It has a sheet roofing over the

concrete roof for the first floor.

11. Li rary-Lab This is a single storied RCC building. It is situated close to the U.P

Section. It contains one lab and library (which is of 20*30 size). But, there are no

adequate facilities available, for the lab. The building is more suitable for a

kitchen and dining area.

12. Academic block with kitchen This is a single storied tiled roofed building which

contains 5 classrooms and the kitchen of 20*20 size.it is one of the oldest

buildings in the campus and so, not in a perfect condition for use. There is an old

tree in-front of the block, which has an age greater than100. So, it has to be

preserved.

13. Old Academic block This is also a single storied tiled roofed building. It is also,

one of the oldest academic blocks in the campus and not in a perfect condition for

use.

14. Toilets The toilet facility exist is most of block type; also there are integrated ones.

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 12

The roofing are mostly of R.C.C and sheets. There are 16 toilets and 20 urinals for

girls, 2 toilets and 19 urinals for boys, and 2 toilets for staffs.

5.3.5 Master Plan, Demolition Plan and Construction Drawings

The master plan, demolition plan and construction Drawings of the school are

attached in Volume III-Drawings

5.4 Govt GHSS Vadakkanchery

5.4.1 Project Location

The school is located on the side of Kumbalangad road and can be accessed easily as

there are ample buses plying to and fro in the locale. The nearest bus stop is

Wadakkanchery BS at a distance of 600 m from the school.

5.4.2 Soil and Terrain

The soils in Thrissur district have been classified in the following types, based on the

morphological features and physiochemical properties

The laterite Soil:

The predominant soil type observed is the lateritic soil, which covers almost the entire

midland areas of the district. These soils are in general well drained, low in essential

plant nutrients and organic matter. They exhibit very low cation exchange capacity

and are generally acidic.

Brown hydromorphic soils:

The second prominent soil type is the brown hydromorphic soil. These are confined to

the valleys between undulating topography in the midlands and in the low lying areas

of the coastal strip in the district. These have been formed as a result of transportation

and sedimentations of materials from adjoining hill slopes and also by deposition from

rivers. The soils are very deep and brownish in colour. The surface texture varies from

sandy loam to clay.

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 13

Hydromorphic Saline Soils:

Very small patches of hydromorphic saline soils are found in the coastal tracts of the

district. They are brownish, deep and imperfectly drained, showing wide variation in

texture. In the estuarine areas of the district, these soils are found with wide

fluctuations in the intensity of salinity.

Coastal Alluvium:

These soils are seen on the coastal tracts stretching from Kodungallur to Chettuvai.

These have been developed from recent marine deposits with a texture dominated by

partially sorted sand fraction. They are excessively drained with very rapid

permeability. Water holding capacity of these soils is low.

Riverine Alluvium:

These soils consist of moderately well drained and distributed mainly on the banks of

rivers and their tributaries. They are light to medium textured with good physical

properties and contain organic matter, nitrogen and potash moderately. They show

wide variations in their physic chemical properties. They are very deep soils with

surface texture ranging from sandy loam to clayey loam, predominated by the fine

sand fractions.

Forest Loamy Soil:

These soils are found in the south-eastern hilly areas of the district, bordering Tamil

Nadu. These are characterized by a surface layer very rich in organic matter. They are

dark reddish brown to black with loam to silty loam texture. The soils are generally

acidic.

5.4.3 Soil Investigation Report

Due to non-availability of soil data, the nature of soil was assessed in the primary

survey. Data about the foundation provided for the adjacent buildings were also

collected. The soil is of lateritic nature along this region. A bearing capacity of 200

kN/sqm is assumed for foundation design. Shallow foundation like individual

footings, strip footings or raft foundations is adopted for the buildings.

5.4.4 Existing Infra Structure

The school has 8+ number of Buildings, including academic blocks, toilet blocks,

Kitchen, etc. There is an existing compound wall to the school.

1. UP Block The building is Single storied with a tiled roof and houses the school

office and classrooms.

2. HS Block The building is single storied with a tiled roof and houses classrooms

3. HS Block The building is double storied with a concrete filler slab roof. It houses

classrooms and space for ATL.

4. SSA Block The building is single storied with a concrete roof and contains

classrooms.

5. Health centre It is a single storied, dilapidated structure that is used for health

check-ups.

6. Computer lab The building is single storied with a concrete filler slab roof.

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 14

7. Labs &staffrooms The building is double storied with a concrete roof and contains

classrooms, staff rooms, library and labs

8. Gallery It is a sheet roof structure with stairs provided to facilitate seating.

a. 9.The kitchen and dining is a single storey building with a sheet roof.

9. The school has 9 Blocks that serves as toilet blocks and all of these are single

storey and have sheet roofing.

5.4.5 Master Plan, Demolition Plan and Construction Drawings

The master plan, demolition plan and construction Drawings of the school are

attached in Volume III-Drawings

5.5 Govt GHSS Cheruthuruty

5.5.1 Project Location

The School is located at Vallathol Nagar Grama Panchayath Vallathol Nagar Grama

panchayat located in the Thrissur district of Keralastate, India. The latitude 8.5878107

and longitude 76.9770813 are the geo coordinate of the Vallathol Nagar. The

surrounding nearby villages and its distance from Vallathol Nagar are Pazhayannur,

Chelakkara, Thiruvilwamala, Panjal, and Kondazhy.

5.5.2 Soil and Terrain

The top soil consists of clay and slit. The terrain condition of the site was obtained

from the site investigation and from the topographical survey details. The proposed

location is having an almost flat terrain.

5.5.3 Soil Investigation Report

.It was observed that the top soil condition of school premises is loose silty sand with

little clay. The terrain in almost flat in nature with slope less than 1%. A Soil

investigation survey conducted for GHSS Cheruthuruthy, details of which is available

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 15

5.5.4 Existing Infra Structure

The GHSS Cheruthuruthy occupies a total land area of 5 acres and 90.15cents. The

major infrastructure available in this school are the elevenacademic blocks in which

five of them are allotted for high school and upperprimary section, one for lower

primary section two for Vocational highersecondary section and remaining three for

higher secondary section

5.5.5 Master Plan, Demolition Plan and Construction Drawings

The master plan, demolition plan and construction Drawings of the school are

attached in Volume III-Drawings

5.6 Govt HSS Karupadanna

5.6.1 Project Location

Government HSS, Karupadanna, Kodungallur, is located at a distance of 2.7 km from

Kodungallur Town along the Shoranur-Kodungallur highway. Located at a latitude of

10°16'9.63"N N and at a longitude of 76°12'21.26".GHSS Karupadanna is located at a

distance of 12 km from Kodungallur town and 9.8 km from Irinjalakkuda

5.6.2 Soil and Terrain

The soils in Thrissur district have been classified in the following types, based on the

morphological features and physiochemical properties

The laterite Soil:

The predominant soil type observed is the lateritic soil, which covers almost the entire

midland areas of the district. These soils are in general well drained, low in essential

plant nutrients and organic matter. They exhibit very low cation exchange capacity

and are generally acidic.

Brown hydromorphic soils:

The second prominent soil type is the brown hydromorphic soil. These are confined to

the valleys between undulating topography in the midlands and in the low lying areas

of the coastal strip in the district. These have been formed as a result of transportation

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 16

and sedimentations of materials from adjoining hill slopes and also by deposition from

rivers. The soils are very deep and brownish in colour. The surface texture varies from

sandy loam to clay.

Hydromorphic Saline Soils:

Very small patches of hydromorphic saline soils are found in the coastal tracts of the

district. They are brownish, deep and imperfectly drained, showing wide variation in

texture. In the estuarine areas of the district, these soils are found with wide

fluctuations in the intensity of salinity.

Coastal Alluvium:

These soils are seen on the coastal tracts stretching from Kodungallur to Chettuvai.

These have been developed from recent marine deposits with a texture dominated by

partially sorted sand fraction. They are excessively drained with very rapid

permeability. Water holding capacity of these soils is low.

Riverine Alluvium:

These soils consist of moderately well drained and distributed mainly on the banks of

rivers and their tributaries. They are light to medium textured with good physical

properties and contain organic matter, nitrogen and potash moderately. They show

wide variations in their physic chemical properties. They are very deep soils with

surface texture ranging from sandy loam to clayey loam, predominated by the fine

sand fractions.

Forest Loamy Soil:

These soils are found in the south-eastern hilly areas of the district, bordering Tamil

Nadu. These are characterized by a surface layer very rich in organic matter. They are

dark reddish brown to black with loam to silty loam texture. The soils are generally

acidic.

.

5.6.3 Soil Investigation Report

Due to non-availability of soil data, the nature of soil was assessed in the primary

survey. Data about the foundation provided for the adjacent buildings were also

collected. The soil is of lateritic nature along this region. A bearing capacity of 200

kN/sqm is assumed for foundation design. Shallow foundation like individual

footings, strip footings or raft foundations is adopted for the buildings. GHSS

Karupadanna has Lateritic soil typical of the region. Lateritic soil is mostly found

along the midland portion of Kerala. Lateritic soil is derived from the laterite under

tropical climate with alternate wet and dry conditions. It is reddish in color and well

drained gravelly to clayey. The organic matter in the soil is very less with moderate

nitrogen, phosphorous and potash. The pH of soil ranges between 5.5 and 6.5 and

texture is clayey loam to silty loam with 5 to 20% coarse fragments. A bearing

capacity of 200 kN/sq.m can be assumed for designing the building foundation.

Shallow foundation like individual footings, strip footings or raft foundations can be

provided based on structural safety, type of structure and economy.

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 17

5.6.4 Existing Infra Structure

The school has 26 buildings including LP block, UP block, Higher Secondary Block,

Library block, Office block of High School section, High School Block, Higher

secondary block, Laboratory block of higher secondary, stage, kitchen and toilets.

The existing infrastructure details are as below:

1. LP block

2. Higher Secondary Block

3. L P Block

4. UP block

5. Library block

6. UP Block

7. Office Block- High school

8. High School Block

9. L P Block-3

10. Higher Secondary Physics lab

11. Higher Secondary Chemistry Lab

12. Higher Secondary Chemistry Lab

13. Computer Lab

14. Biology lab

15. Higher Secondary Block

16. Kitchen

17. Toilets

18. Kitchen

5.6.5 Master Plan, Demolition Plan and Construction Drawings

The master plan, demolition plan and construction Drawings of the school are

attached in Volume III-Drawings

5.7 Govt Manavedan VHSS Nilambur

5.7.1 Project Location

Nilambur Government Manavedan VHSS is located at a distance of 1.1 km from

Nilambur. The school is located at a distance of 180 m from Nilambur -Malappuram

road. The nearby town is Nilambur located at a distance of 1.1 km. Located at a

latitude of 11˚17’01.59” (N) and at a longitude of 76˚13’56.63” (E).

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 18

5.7.2 Soil and Terrain

The soil conditions of the location are found to be hard laterite. The top soil consists

of hard laterite followed by soft rock and then followed by hard rock.The terrain

condition of the site was obtained from the site investigation andfrom the

topographical survey details. The school is located in a hilly terrainwith a variation of

13m in the contour level. The school is having a slope towards the North-west, south-

west and south-east direction. The wholecampus is located in a hilly area, where the

access on the front and rear sideare located on the lower contour level. The school

ground is also located at the lowest contour level.

5.7.3 Soil Investigation Report

Due to non-availability of soil data, the nature of soil was assessed in the primary

survey. Data about the foundation provided for the adjacent buildings were also

collected. The soil is of lateritic nature along this region. A bearing capacity of 200

kN/sqm is assumed for foundation design. Shallow foundation like individual

footings, strip footings or raft foundations is adopted for the buildings.

5.7.4 Existing Infra Structure

The school have 38 buildings including office block, computer labs, open stage,

laboratories, staff rooms, classroom blocks, seminar halls, kitchen, dining areas,

toilets, pump rooms, quarters buildings, canteen etc. Separate buildings are provided

for Upper primary, High School section, Higher Secondary section and for the

Vocational Higher Secondary students. The school is having dedicated spaces for

various sports items. A separate playground is located on one side of the school

premises

The existing infrastructure details are as below:

1) Block 1 – Single storied tile roofed heritage building for administrative purposes.

2) Blok 2 – Single storied tile roofed building accommodating classrooms for HS

students.

3) Block 3 – Single storied partly tile roofed, partly RCC roofed and partly tin roofed

building for academic purposes.

4) Block 4 – Single storied tile roofed cum RCC roofed accommodating classrooms

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 19

for HS students

5) Block 5 – Single storied tile roofed building accommodating classrooms HS

students.

6) Block 6 – Single storied tin roofed building for HSE students with 2 classrooms.

7) Block 7 –.Single storied tin roofed building accommodating classrooms for HSE

students.

8) Block 8 – Single storied RCC roofed building accommodating laboratories for HSE

students.

9) Block 9 – 2 storied asbestos and RCC roofed building for HSE students.

10) Block 10 – 2 storied RCC roofed building under construction.

11) Block 11 – 2 storied tiled roofed building for HSE students.

12) Block 12 – Building under construction.

13) Block 13 – Single storied tile roofed building accommodating HS classrooms.

14) Block 14 – Single storied tile roofed building accommodating classrooms for

VHSE students.

15) Block 15 – Single storied tin sheet roofed hall accommodating classroom space for

HSS students.

16) Block 16 – Single storied RCC roofed building accommodating facilities for VHSE

students.

17) Block 17 – Amphitheatre

18) Block 18 – Single storied RCC roofed structure with an extension which is tin

sheeted.

19) Block 19 – Single storied RCC roofed building.

20) Block 20 – Single storied tile roofed C-shaped structure.

21) Block 21 – Single storied asbestos roofed semi-permanent structure

accommodating classes for the HS students.

22) Block 22– Single storied tile roofed buildings which are used as quarters for the

teaching and non-teaching staffs.

23) Block 23 – Single storied RCC structure used as IED resource centre.

24) Block 24 – Single storied tin roofed semi-permanent structure used ascanteen.

25) Toilets

26) Volley ball court

27) Basketball court

28) Playground

29) Water tanks

30) Motor shed

31) Rain water harvesting storage tanks.

32) Compound wall.

5.7.5 Master Plan, Demolition Plan and Construction Drawings

The master plan, demolition plan and construction Drawings of the school are

attached in Volume III-Drawings

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 20

6. Description of works

Sl

No

School name Description

of the work

Type of

Structure

Type of

footing

New

building/

extension

Area of the

building

1

GHSS

Chembuchira

New

Academic

Block

Framed structure

with flat concrete

roof and Solid

block for

superstructure

Isolated

Concrete

Footing

New

building

G+1- 550m2

Septic Tank For 150 users

Sump and

external

Water

supply

Land

scaping

2

Varvoor Govt

Model BHSS

UP Block-1 Framed structure

with flat concrete

roof and Solid

block for

superstructure

Isolated

Concrete

Footing

New

building

G+ 2 -1160

m2

Septic Tank For 150 users

Sump and

external

Water

supply

3

Govt.

V.H.S.S

Pazhanji

Academic

Block -1

Framed structure

with flat concrete

roof and Solid

block for

superstructure

Isolated

Concrete

Footing

New

building

G+1–774 m2

Academic

Block -1

Framed structure

with flat concrete

roof and Solid

block for

superstructure

Isolated

Concrete

Footing

New

building

G floor only-

278 m2

UG sump

and external

water

supply

Septic Tank For 50 users

Additional

block

Framed structure

with flat concrete

roof and Solid

block for

superstructure

Extension G floor only-

480 m2

Land

scaping

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 21

4

Govt G.H.S.S

vadakachery

School

Building

Block 1

Framed structure

with flat concrete

roof and Solid

block for

superstructure

Isolated

Concrete

Footing

Extension G+2 650 m2

School

Building

Block 2

Framed structure

with flat concrete

roof and Solid

block for

superstructure

Isolated

Concrete

Footing

New

building

G floor 363.8

m2

Septic Tank For 50 users

UG sump

and external

water

supply

5

Cheruthuruthy

Govt.V.H.

S.S

School

Building

Block HSS

Framed structure

with flat concrete

roof and Solid

block for

superstructure

Isolated

Concrete

Footing

Extension G+1-500 m2

School

Building

Block UP

Framed structure

with flat concrete

roof and Solid

block for

superstructure

Isolated

Concrete

Footing

New

building

G+1-558 m2

Septic Tank For 50 users

School

Building

Block HS

Framed structure

with flat concrete

roof and Solid

block for

superstructure

Isolated

Concrete

Footing

New

building

G+-826 m2

UG sump

and external

water

supply

6 GHSS

Karuppadanna

School

Building

Block HSS

Framed structure

with flat concrete

roof and Solid

block for

superstructure

Isolated

Concrete

Footing

New

Building

G+1-1800 m2

Kitchen

Framed structure

with flat concrete

roof and Solid

block for

superstructure

Isolated

Concrete

Footing

New

Building

G+1-100 m2

7

Govt

Manadeven

VHSS

Nilambur

BLOCK A

HS

Framed structure

with flat concrete

roof and Solid

block for

superstructure

Combined

Footing

New

building

G+1 -273 m2

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 22

BLOCK B

VHSS

Framed structure

with flat concrete

roof and Solid

block for

superstructure

Combined

Footing

New

building

G+1 530.79

m2

UG sump

and external

water

supply

Septic Tank For 50 users

7. Objective of Programme

The construction has to be of the highest quality with eloquent and aesthetically pleasing finishing.

The architectural plan prepared has to be strictly adhered to.

The lay out, over all look and appearance of the buildings and amenities when completed shall be

conducive to the enhancement of academic and extra curricular skill of the students and shall be

compatible with the Master Plan prepared. The Master Plan is proposed to be achieved in different

phases. This package pertains to the construction activities envisaged in Phase I. The contractor shall

make him self conversant with all these factors so that the objective of the program is fully achieved.

8. Demolition Plan

In majority of the schools a few existing structures need to be demolished to facilitate new

construction. The procedure for the demolishing of their structures are:

1. The Head Master of the school shall obtain approval from the concerned Corporation /

Municipality/District Panchayath, as the case may be. Simultaneously, the valuation of

these buildings will be done by the concerned LSGD Division and the Executive Engineer

would issue valuation certificate indicating the present value of the structure, after

depreciation. This process has already been initiated and the same is expected to be

implemented by February, 2018 in all schools.

2. Before commencement of the work the Project Manager will intimate the value of the

structure to be demolished to the selected Contractor. On receipt of intimation, the

Contractor will immediately deposit the value as fixed by LSGD with the Employer. The

Project Manager, within not or more than 5 days,shall confirm the receipt of the same and

will ask the Contractor to take possession of such structures. Thereafter, the Contractor

will soon demolish the structures and shall take possession of the debris and other material

from the demolished structures and shall clear the site for new construction. In case, the

value of present structure is zero due to dilapidated condition and old age of the structure,

the Contractor will be asked to demolish the same at agreed rates, if there is any in the

BOQ or as extra claim as per conditions laid down in the bid document/Agreement and will

be paid along with the bills for the new construction.

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 23

9. Safety and Security

The construction is to take place in school premises where young children are studying. Vertical

expansion is considered for maximum space utilization. Storing of materials and their transportation

shall not hinder the smooth functioning of the classes or safe movement of the children. Safety

aspects shall be given top priority with out any room for breach of security of students, staff and

contractor’s own workmen. Environmental safe guards shall be strictly followed.

10. Equivalency of Standards and Codes

Wherever reference is made in the Contract to specific standards and codes to be met by the goods

and materials to be supplied, and work performed or tested, the provisions of the latest current

edition or revision of the relevant standards and codes in effect shall apply, unless otherwise stated in

the Contract. Where such standards and codes are national or related to a particular country or

region, other authoritative standards which ensure an equal or higher quality than the standards and

codes specified will be acceptable subject to the Project Manager's prior review and written approval.

Differences between the standards specified and the proposed alternative standards must be fully

described in writing by the Contractor and submitted to the Project Manager at least 28 days prior to

the date when the Contractor desires the Project Manager's approval. In the event the Project

Manager determines that such proposed deviations do not ensure equal or higher quality, the

Contractor shall comply with the standards specified in the Bid Documents.

11. General scope of construction

11.1 Site Preparation Works

The contractor after ensuring that all statutory requirements have been completed and

confirmatory geotechnical investigation carried out wherever required shall there after

carry out preparatory works including setting out on ground and get approval of the Project

Manager. Setting out of the works shall follow Kerala Municipal/Panchayath building rules

for set back distances. Foundation work shall be carried out after ensuring strata as per

geotechnical report and conformation by Project Manager or his representative. The site

shall be cleared of all the bushes and rubbish. All unwanted/ unserviceable materials shall

be disposed of and the site cleared.

11.2 Foundations

Foundations provided are

a) Isolated footings with grade beams in hard strata.

b) Strip rapped type foundation in sandy soil.

c) Board/DMC piles for loose sub soil.

d) Driven piles, etc

The contractor before commencement of work will conduct confirmatory geo technical

investigation where such tests have not been conducted till then to confirm the

adequacy of the foundation provided especially in weak soils. Cost of the same will be

deemed to be included in the price bid of the contractor and no separate payment shall

be made on this account to the contractor.

11.3 Basement

Basement shall be filled with suitable excavated surplus earth after refilling balance

portion of column pits and trenches and using contractors own earth if required as per

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 24

BOQ. The same shall be watered and well consolidated

11.4 Super structure

The package include construction of RC framed structures for accommodating concerned

school class rooms for LP, UP, High school and Higher secondary school as per K.E.R

norms along with amenities such as kitchen, dining, toilet blocks etc. Mix M25 will be

followed for RCC construction such as foundation, column, roofs, stairs etc. and M30 for

water retaining structures such as sumps, septic tanks etc.. Contractor shall get the mix

design prepared and approved by the Project Manager sufficiently in advance of

commencing the work. For R.C works weigh batched machine mixed concreting is

proposed for all structures. However Project Manager may approve volume batched

machine mixes for small quantities of works as per site requirements. RC works shall be

carried out as per CPWD specifications well cured and de shuttering carried out after

Project Managers approval. The contractor shall get approval for the adequacy of the

shuttering and scaffolding for RC works. Contractor should have sufficient steel

shuttering material in possession. Partition walls shall be the approved good quality

laterite /solid CC block brick masonry as specified in BOQ.

11.5 Electrical Works

Electrical works include wiring for the class room, dining hall etc for light, fan plug

points etc including supply and fitting of illuminating lamps, fan exhausts as per BOQ.

The contractor shall prepare necessary electrical wiring drawings duly signed by

electrical licensed supervisors as per electrical inspectorate/KSEB norms for approval.

All materials and works shall confirm to relevant IS codes, and KSEB norms

11.6 Water Supply Works, Sumps, Water Tank

Schools have their own water source/ connections from water supply systems. The scope

of this work include supply of overhead tank mainly in the form HDPE ISI marked tanks,

connecting to the pumping main and internal plumping works for giving water supply

connection to kitchen, dining room, WCs, laboratories, wash basins in various rooms etc.

All upvc/cpvc/HDPE pipes shall be of reputed make BIS marked and conforming to the

class mentioned in the BOQ. Test certificates for the pipes shall be submitted by the

contractor.

11.7 Septic Tank, Plumping and Sanitary Wares

The contract includes construction of new septic tanks for the toilet blocks to be newly

constructed. Only black water will be connected to the septic tank. The under ground

construction shall be in mix M30 RCC conforming to relevant IS codes with manhole

cover, vent cowl and outlet connected to leach pit or dispersion trenches. Location of

septic tank shall keep safe distance as per building rules from well and drinking water

sources.

11.8 Landscaping Works

This includes earth filling, brick/masonry work, filling earth, making lawns, horticultural

works, planting trees etc.

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 25

11.9 Sign Board and Signage’s

Before construction the Contractor shall provide sign board at the site of the Works of

approved size and design which provides

(i) The name of the Project and the financing agency

(ii) The names and addresses of the Employer, the Contractor and the

Consultant

(iii) The amount of the Contract Price.

(iv) The starting and completion dates.

On completion the contractor will be required to put signages at locations as per

instruction of Project Manager. This specification, colour code and emblems etc shall be

designed and provided by the Project Manager. No extra payment shall be made for this

item and will be deem to be included in the rates quoted for other items. The total number

of signages shall not exceed 15 per school.

11.10 Items covered under civil works.

Following are broad list of items included in the BOQ. These are not complete or

exhaustive and are only indicative.

I Site preparation works

1 Clearing grass

2 Felling trees

3 Earth work

4 Filling with contractors own earth

5 Filling available excavated earth

6 Disposal of building rubbish

II Concrete works

1 PCC 1 4 8

2 CC 1 2 4

3 Water proofing

4 Damp proofing

5 Residual petroleum bitumen VG10

III RCC works

1 M25 for various lifts

2 M30 (Upto PL) for various lifts

3 1:1.5:3 Precast rcc

4 Steel reinforcement

5 Centering and shuttering

IV Masonry

1 Laterite

2 Brick

V Joinery work

1 Aluminium works for doors,windows

2 Shutters

3 Glazed aluminium doors

4 Door clouser

5 Aluminium handle

6 Aluminum tower bolt

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 26

7 Filling gas weather silicon sealent

8 Door stopper

9 Brass handle

10 Aluminum aldrop

11 Aluminium casement stays

12 Wood work and fittings

13 FRP door frames

14 FRP shutter

15 Cup board shutter

16 Cup board locks

VI Steel work

1 Welded in built up sections and trussers

2 Built up section for gate

3 Tubular section

4 Fan clamp manhole cover etc

6 Collapsible steel shutter

VII Flooring

1 Vertified tile 600x600

2 Ceramic tile 300x300

3 Wall tiles

5 Water proofing treatment in W.C bath

6 Granite slabs

8 Kota stone slab flooring

9 Kota stone slab step skirtings

10 Factory made cc inter lock paver block

VIII Finishing

1 Plastering 1:3 6mm tk

2 1:4 12mm tk

3 1:4 15mm tk

4 1:3 15mm tk

5 Cement primer

6 Exterior paint

7 Emulsion paint

8 Water treatment on roof of slabs

9 Elastomeric cementitious water proof coating on roof slab ,

gutter 10 Enamel paint for wood work

IX Sanitary

X Water supply

XI Miscellaneous building work

1 Supplying chemical emulsion in sealed containers

2 Postconstructional anti-termite treatment

3 NP2 class (light duty) RCC pipes

4 Factory made kerb stone of M-25

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 27

12. Quality Assurance Programme

The Contractor shall be responsible to develop a quality control program and to provide all necessary

materials, apparatus, instruments, equipment, facilities and qualified staff for sampling, testing and

quality control of the materials and the works under the Contractor. Without limiting the generality

of the foregoing, the Contractor shall either

(i) Establish a testing laboratory at the site of Works which is adequately equipped and

staffed to carry out all sampling and testing in accordance with the requirement set out in

the General Specifications and/or these Special Specifications and provide all field

equipment and apparatus as necessary to conduct all specified in-situ tests and/or any

Tests on Completion,

(ii) Arrange for routine sampling, testing and reporting, as required, through a certified

Independent testing laboratory acceptable to the Project Manager.

All costs of such sampling, testing and reporting of test results will be borne by the Contractor, and

the Contractor shall include sufficient provisions in his tendered rates to allow for independent

sampling and laboratory testing The Contractor shall furnish certified copies of all test reports to the

Project Manager within 3 days of completion of the specified tests.

The Contractor shall, within 11 days after the date of the Letter of Acceptance, submit to the Project

Manager for his consent a detailed description of the arrangements for conducting the quality control

program during execution of the Works, including details of his testing laboratory, equipment, staff

and general procedures. If following submission, or at any time during the progress of Works, it

appears to the Project Manager that the Contractor's quality control program is not adequate to

ensure the quality of the Works, the Contractor shall produce a revised program which will be

adequate to ensure satisfactory quality control.

13. Construction Drawings

The contractor based on the BOQ provided at each stage of work prepare and submit construction

drawings for approval of the Project Manager. The Project Manager or his representative will within

5 days of receipt approve or require modifications if required.

14. Site Records

The following shall be maintained at site

1. Shall maintain site order book issued/approved by Project Manager

2. Shall maintain a inspection register

3. Documentation of quantity control

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 28

Kerala Infrastructure and Technology for Education

Annexures 1 to Section 5

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 29

List of Schools in each Cluster

Cluster No Number of

Schools Districts under Cluster NAME OF SCHOOL

CLUSTER-1 11 Thiruvananthapuram &

Kollam

GHSS Kulasekharapuram (Karunagapally

Constituency)

GHSS Ottakkal (Punalur Constituency)

GVHSS Kallara (Vamanapuram) Constituency

Govt. Girls HSS,Attingal (Attingal

Constituency)

Govt. High School, Avanavanchery,Attingal

(Attingal Constituency)

Govt. Higher Secondary School, Bharathanoor

(Vamanapuram Constituency)

Govt. HSS, Kulathoor ( Kazhakuttom

Constituency)

GHS Perumpazhuthoor, Thiruvananthapuram

(Neyyatinkara Constituency)

Kazhakoottam Govt. H.S.S

Varkala Govt. H.S.S

Mudhakal, Ilampa GHSS,Mudakkal

CLUSTER-2 9 Trivandrum

Govt GHSS, Malayinkeezhu

Govt. Model HSS,Venjaramoodu

Govt. Model Boys,HSS,Attingal

Govt Model Girls HSS Pattom,

Thiruvananthapuram

KarthikaThirunal Govt Vocational & Higher

Secondary School For Girls, Manacaud

Govt. High School, Kalady

GHSS, Marayamuttom

Balaramapuram Govt. HSS

Govt. Boys HSS Neyyatinkara

CLUSTER-3 12 Kollam

Chavara Govt Boys HSS (chavara

Constituency)

Chithara Govt HSS (Chadayamangalam

Constituency)

Pooyappali Govt HS (Chathanoor

Constituency)

Thazhava Govt A.V.H.S (Karunagapally

Constituency)

Bhoothakkulam Govt HSS (Chathanoor

Constituency)

Iravipuram Govt VHSS (Iravipuram

Constituency)

GHSS Managad (Kollam Constituency)

GHSS Yeroor (Punalur Constituency)

GHSS Anchal West (Punalur Constituency)

Peroor Meenakshi Vilasam Govt VHSS

Vettikkavala Govt Model HSS

Thevalakkara Govt HSS

CLUSTER-4 8 Kollam

Goernment VHSS, Kadakkal

Govt. Vocational Higher Secondary School,

Chathanoor

Govt HSS Shooranad

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 30

Govt. HSS Karunagappally

Govt. HSS Vellamanal, Mayyanad

Govt. HSS,Anchalummoodu,Perinad

Govt. Boys VHSS Kottarakkara

Govt. Model HSS,Anchal East

CLUSTER-5 8 Alappuzha

Cherthala Govt HSS

Kalavur Govt HSs

Kidangara Govt HSS

Ambalappuzha Govt HSS

Harippad Govt Girls HSS

Govt. Girls HSS Mavelikkara

Govt. Boys Higher Secondary

School,Kayamkulam

Govt. HSS,Chandiroor

CLUSTER-6 5 Pathanamthitta

Vechoochira Colony Govt. HSS

Konni Govt HSS

Kannasa Smaraka Govt. Higher Secondary

School, Kadapra

GBHSS Adoor (Adoor Constituency)

Govt HS Kozhenchery (Aranmula

Constituency)

CLUSTER-7 7 Thiruvananthapura,

Alappuzha & Kottayam

Charamangalam Govt D.V.H.S.S (Cherthala

Constituency)

Mannancheri Govt HS (Alappuzha

Constituency)

GHSS Mangalam (Haripad Constituency)

GHSS Cherthala South (Cherthala

Constituency)

Thalayolapparambu A.J.J.M GHSS (Vaikom

Constituency)

GHSS Nedumangad (Nedumangad

Constituency)

GVHSS Mulakuzha (Chengannur

Constituency)

CLUSTER-8 10 Idukki and Kottayam

Govt. HSS, Thodupuzha

Vandiperiyar Panchayath Higher Secondary

School

Govt. Tribal HSS, Murikkattukudy

GHSS Kunchithanny (Devikulam

Constituency)

Mundiyeruma GHSS Kallar (Udumbanchola

Constituency)

Pala Mahatma Gandhi Govt H.S.S

Mundakkayam Murukkumvayal

Vaikom G Boys HS

GHSS Thrikodithanam (Changanassery

Constituency)

GHSS Karapuzha (Kottayam Constituency)

CLUSTER-9 9 Kollam, Kottayam &

Ernakulam

Govt. Boys VHSS, Peruva

Ponkunnam Govt. Vocational Higher

Secondary School,Kottayam

St George Govt VHSS Puthupally

Kadappa Govt. LVHS, Kollam (Kunnathur

Constituency)

GHSS Vallikeezhu (Chavara Constituency)

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 31

Govt HSS & Vocational HSS, Kumarakom

(Ettumanoor Constituency)

GHSS Kadayirippu, Ernakulam (Kunnathunadu

Constituency)

GHS, Panayil, Perinad,Kollam (Chavara

Constituency)

Govt HSS Punalur, Kollam (Punalur

Constituency)

CLUSTER-10 9 Ernakulam

Edward Memorial Govt higher Secondary

School Fort Kochi

Govt. Higher Secondary School-Edappally

Chendamangalam Govt H.S.S (Paravur LAC)

Govt. Girls HSS Perumbavoor

Govt. HSS Piravom

Govt. Girls Higher Secondary School,

Thripunithura

Govt. HSS, Pezhakkappilly

Govt. HSS,Puthenthodu,Chellanam

Govt. HSS,Chengamanad

CLUSTER-11 10 Ernakulam and Idukki

Njarakkal Govt HSS

Kongarappalli Govt HS

GHSS Elamakkara (Ernakulam Constituency)

MGM GHSS Nayathode (Angamaly

Constituency)

GHSS Vazhakulam (Kunnathunadu

Constituency)

Chervathur GMHSS (Kothamangalam

Constituency)

GHS Adimali (Devikulam Constituency)

Kumili Govtt V.H.S.S, Idukki (Peerumada

Constituency)

GVHSS Kaitharam (Paravur Constituency)

Kunnukara Govt J.B.S (Kalamassery

Constituency)

CLUSTER-12 8 Thrissur

Kadavallur Govt HSS

Thrissur Govt Model BHSS

Chalakkudy Govt VHSS

Chalakkara Govt S.M.T.H.S.S (Chalakkara

Constituency)

Erumappetti Govt HSS (Kunnamkulam

Constituency)

Kochanoor Govt HSS (Guruvayoor

Constituency)

Villadam Govt HSS (Thrissur Constituency)

Kodungallur GGHSS (Kodungallur

Constituency)

CLUSTER-13 8 Thrissur

Govt. HSS,Mullassery

Nadavaramba Govt. Model HSS

Govt. Vocational Higher Secondary

School,Nandikara

Govt. BHSS Wadakkanchery

Govt. VHSS, Puthur

Govt. HSS, Manathala,Chavakkad

Govt. Kerala Varma HSS,Eriyad

Govt. VHSS,Cherpu

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 32

CLUSTER-14 7 Thrissur & Malappuram

GHSS Chembuchira (Pudukkad Constituency)

GHSS Varavoor (Chalakkara Constituency)

GVHSS Pazhanji (Kunnamkulam

Constituency)

Vadakkancheri Govt GHS (Vadakkancheri

Constituency)

Cheruthuruthy GHSS (Chelakkara

Constituency)

Govt HSS Karuppadanna (Kodungallur

Constituency)

Govt Manavedan VHSS, Nilambur (Nilambur

Constituency)

CLUSTER-15 8 Palakkad

Chittur Govt BHSS

Ilappulli G.A.P. HSS

Govt. VHSS,Pathirippala

Govt. HSS Big Bazar, Palakkad

GVHSS,Alanallur

Govt. Boys Higher Secondary School,Nenmara

Govt. VHSS Vattenad,Thrithala

MNKM Govt HSS, Pulappatta

CLUSTER-16 10 Palakkad

GJHSS Naduvattom (Pattambi Constituency)

GMRS Peringottukurissi (Tarur Constituency)

GHSS Kizhakenchery (Alathur Constituency)

GVHSS Cherpulassery (Shornur Constituency)

Govt Fisheries High School, Nattika ( Nattika

Constituency)

GVHSS Koppam, Palakkad (Pattambi

Constituency)

GHSS Peechi, Thrissur (Ollur Constituency)

Govt. Vocational Higher Secondary

School,Desamangalam,Thrissur (Chelakkara

Constituency)

Kodungallur Govt. Higher Secondary School,

Thrissur (Kodungallur Constituency)

Govt. Victoria Girls Higher Secondary

School,Chittur,Palakkad,Chittur Constituency

CLUSTER-17 5 Malappuram

Purathur Govt HS

Nannamukku Mookkuthala P.C.N Govt HSS

Vengara Govt Boys VHSS

Parappanangady Neduva Govt HSS

Thanur Devathar Govt HSS

CLUSTER-18 10 Malappuram

Govt. Model HSS, Perinthalmanna

Govt. Vocational Higher Secondary

School,Kalpakanchery,Malappuram

Pandikkad Govt HSS

Govt. HSS Thuvvur

Govt. Vocatioal HSS, Melangadi, Kondotty

Govt. VHSS Makkaraparambu (Mankada

LAC)

Govt. Girls HSS, Malappuram

Govt. Higher Secondary School,

Perassanur,Kuttipuram

Govt HSS Peruvallur

Govt. Higher Secondary School, Kuzhimanna,

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 33

Malappuram

CLUSTER-19 8 Malappuram

Govt Model Higher Secondary School,Calicut

University,Vallikunnu Constituency

Govt Higher Secondary School,Puthuparamba

(Thirurangadi Constituency)

Govt Higher Secondary School,Pookottur

(Malappuram Constituency)

Govt Boys Higher Secondary School, Manjeri

(Manjeri Constituency)

Malabar Special Police Higher Secondary

School, Malappuram (Malappuram

Constituency)

Govt. Rajas Higher Secondary

School,Kottakkal (Kottakkal Constituency)

Govt HSS Edappal , Malappuram, Tavanur

Constituency

Govt HSS, Thrikavu,Malappuram (Ponnani

Constituency)

CLUSTER-20 7 Wayanad and Kozhikode

Kalpetta Govt VHSS

Mananthavady Govt VHSS

Meppayur Govt HSS

Naduvannur Govt HSS

Kuravathur Payyambra Govt HSS

Chathamangalam R.E.C Govt HSS

Kozhikode Medical College Campus Govt HSS

CLUSTER-21 6 Kozhikode & Wayanad

Govt. Ganapath Vocational Higher Secondary

School, Feroke

Govt. Higher Secondary School, Kuttiady

Valayam Govt. HSS, Kozhikode

Govt HSS, Pannur, Koduvally

Neeleswaram Govt. HSS, Mukkam, Kozhikode

Meenangadi Govt. HSS,Wayanad

CLUSTER-22 6 Palakkad, Malappuram &

Kozhikode

GVHSS Meenchanda (Kozhikode South

Constituency)

GVHSS Koilandy (Koyilandy Constituency)

GHSS Vadanamkurishi (Pattambi

Constituency)

GHSS Beypore (Beypore Constituency)

GHSS Mattanchery (Ponnani Constituency)

GGVHSS Wandoor (Wandoor Constituency)

CLUSTER-23 7 Kannur & Kasargod

C.K.N.S Memorial GHSS, Pilicode, Kasargod

Govt. VHSS, Mogral

Govt. Muslim VHSS, Thalankara

GHSS Cheruthazham (Kalyasseri

Constituency)

AV Smaraka GHSS Karivellur (Payyanur

Constituency)

GHSS Sreekandapuram (Irikkur Constituency)

GHSS Periya (Uduma Constituency)

CLUSTER-24 9 Kannur & Kasargod

Peralassery, AKG SG Higher Secondary

School,Dharmadam

Patyam Govt HSS

Thottada Govt HSS

Kakkat Govt HSS

Section-5: Work Requirements Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 34

Govt. HSS Pala, Muzhakunnu

Govt HSS, Chittariparamba (Mattanur LAC)

Govt. HSS, Valapattanam

Govt. Vocational Higher Secondary School,

Kurumathur, Kannur

Govt. Vocational Higher Secondary School,

Chirakkara, Thalassery

CLUSTER-25 11 Kozhikode, Kannur &

Kasargod

Bandhadukka Govt HSS (Udma Constituency)

Bellikath M.P.S.G.V.H.S.S (Kanhagad

Constituency)

Cherkala Central GHSS (Kasargod

Constituency)

GHSS Kuttamath (Trikkarlpur Constituency)

E.K. Nayanar GHSS Vengad (Dharmadam

Constituency)

Kathirur G.V.H.S.S (Thalassery Constituency)

Narikkunni Govt HSS, Kozhikode (Koduvally

Constituency)

GHSS Chayoth, Kasargod, Kanhangad

Constituency

GHSS Dalanthode, Kasargod (Kanhagad

Constituency)

Govt Higher Secondary School,Chala

(Dharamadam Constituency)

GHSS Irikkur, Kannur (Irikkur Constituency)

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education i

Kerala Infrastructure and Technology for Education

PART III: CONDITIONS OF CONTRACT AND CONTRACT

FORMS

SECTION 6

General Conditions of Contract(GCC)

January 2018

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 1

Section 6 - General Conditions of Contract

A. General ........................................................................................................................................................................... 5

1. Definitions 5

2. Interpretation 7

3. Language and Law 8

4. Project Manager’s Decisions 8

5. Delegation 8

6. Communications 8

7. Subcontracting 8

8. Other Contractors 9

9. Personnel and Equipment 10

10. Employer’s and Contractor’s Risks 10

11. Employer’s Risks 10

12. Contractor’s Risks 10

13. Insurance 10

14. Site Investigation Reports 11

15. Contractor to Construct the Works 11

16. The Works to Be Completed by the Intended Completion Date 11

17. Designs by Contractor and Approval by the Project Manager 11

18. Safety 12

19. Discoveries 12

20. Possession of the Site 12

21. Access to the Site 12

22. Instructions, Inspections and Audits 12

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 2

23. Appointment of the Adjudicator 13

24. Procedure for Disputes 13

B. Time Control ................................................................................................................................................................ 14

25. Program 14

26. Extension of the Intended Completion Date 14

27. Acceleration 14

28. Delays Ordered by the Project Manager 15

29. Management Meetings 15

30. Early Warning 15

C. Quality Control ............................................................................................................................................................ 16

31. Identifying Defects 16

32. Tests 16

33. Correction of Defects 16

34. Uncorrected Defects 16

D. Cost Control ................................................................................................................................................................. 16

35. Contract Price 16

36. Changes in the Contract Price 17

37. Variations 17

38. Cash Flow Forecasts 18

39. Payment Certificates 18

40. Payments 19

41. Compensation Events 19

42. Tax 19

43. Currencies 19

44. Price Adjustment 20

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 3

45. Retention 20

46. Liquidated Damages 20

47. Incentive For Early Completion 20

48. Advance Payment 21

49. Securities 21

50. Dayworks 21

51. Cost of Repairs 22

E. Finishing the Contract ................................................................................................................................................. 22

52. Completion 22

53. Taking Over 22

54. Final Account 22

55. Operating and Maintenance Manuals 22

56. Termination 22

57. Fraud and Corruption 23

58. Payment upon Termination 24

59. Property 25

60. Release from Performance 25

61. Suspension of KIIFB Loan or Credit 25

62. Eligibility 25

F. Other General Conditions ........................................................................................................................................... 25

63. Indemnities 25

64 Conditional Bids 26

65 Royalties 26

66 Third Party Inspection and Testing 26

67 Licenses for Explosives 27

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 4

68 Conditions of PWD 28

69 Incomplete or unattended defective works or delays 28

70 Contractor’s General Responsibilities 28

71 Water for works and workforce 30

72 Project Manager and Project Managers representative: 30

73. Alterations, Additions and Omissions 30

74. All leads and lift: 31

75. Site Order Book: 31

76. Measurement of Work done: 31

77. Kerala Construction Workers welfare fund Act 1989: 32

78. Safety, Security and Protection of the Environment 32

79. Labour 33

80. Compliance with Labour Regulations 34

81. Fair Wage Clause: 37

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 5

General Conditions of Contract

A. General

1. Definitions 1.1 Boldface type is used to identify defined terms.

(a) The Accepted Contract Amount means the amount

accepted in the Letter of Acceptance for the execution

and completion of the Works and the remedying of any

defects.

(b) The Activity Schedule is a schedule of the activities

comprising the construction, installation, testing, and

commissioning of the Works in an item rate contract. It

includes a lump sum price for each activity, which is used

for valuations and for assessing the effects of Variations

and Compensation Events.

(c) Bill of Quantities means the priced and completed Bill

of Quantities forming part of the Bid.

(d) Compensation Events are those defined in GCC 41.1

hereunder.

(e) The Completion Date is the date of completion of the

Works as certified by the Project Manager, in accordance

with GCC 52.1.

(f) The Contract is the Contract between the Employer and

the Contractor to execute, complete, and maintain the

Works. It consists of the documents listed in GCC 2.3

below.

(g) The Contractor is the party whose Bid to carry out the

Works has been accepted by the Employer.

(h) The Contractor’s Bid is the completed bidding

document submitted by the Contractor to the Employer.

(i) The Contract Price is the Accepted Contract Amount

stated in the Letter of Acceptance and thereafter as

adjusted in accordance with the Contract.

(j) Days are calendar days; months are calendar months.

(k) Day works are varied work inputs subject to payment on

a time basis for the Contractor’s employees and

Equipment, in addition to payments for associated

Materials and Plant.

(l) A Defect is any part of the Works not completed in

accordance with the Contract.

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 6

(m) The Defects Liability Certificate is the certificate issued

by Project Manager upon correction of defects by the

Contractor.

(n) The Defects Liability Period is the period calculated

from the Completion Date where the Contractor remains

responsible for remedying defects.

(o) Drawings include calculations and other information

provided or approved by the Project Manager for the

execution of the Contract.

(p) The Employer is the party who employs the Contractor

to carry out the Works, as specified in the PCC.

(q) Equipment is the Contractor’s machinery and vehicles

brought temporarily to the Site to construct the Works.

(r) Force Majeure means an exceptional event or

circumstance: which is beyond a Party's control; which

such Party could not reasonably have provided against

before entering into the Contract; which, having arisen,

such Party could not reasonably have avoided or

overcome; and, which is not substantially attributable to

the other Party. (force majeure clause shall not apply to

local strikes, Hartals, bundhs etc.)

(s) The Initial Contract Price is the Contract Price listed in

the Employer’s Letter of Acceptance.

(t) The Intended Completion Date is the date on which it is

intended that the Contractor shall complete the Works.

The Intended Completion Date is specified in the PCC.

The Intended Completion Date may be revised only by

the Project Manager by issuing an extension of time or an

acceleration order.

(u) Letter of Acceptance means the formal acceptance by

the Employer of the Bid and denotes the formation of the

Contract at the date of acceptance.

(v) Materials are all supplies, including consumables, used

by the Contractor for incorporation in the Works.

(w) “Party” means the Employer or the Contractor, as the

context requires.

(x) PCC means Particular Conditions of Contract

(y) Plant is any integral part of the Works that shall have a

mechanical, electrical, chemical, or biological function.

(z) The Project Manager is the person named in the PCC

(or any other competent person appointed by the

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 7

Employer and notified to the Contractor, to act in

replacement of the Project Manager) who is responsible

for supervising the execution of the Works and

administering the Contract.

(aa) Retention Money means the aggregate of all monies

retained by the Employer pursuant to GCC 45.1.

(bb) The Site is the area defined as such in the PCC.

(cc) Site Investigation Reports are those that were included

in the bidding documents and are factual and

interpretative reports about the surface and subsurface

conditions at the Site.

(dd) Specification means the Specification of the Works

included in the Contract and any modification or addition

made or approved by the Project Manager.

(ee) The Start Date is given in the PCC. It is the latest date

when the Contractor shall commence execution of the

Works. It does not necessarily coincide with any of the

Site Possession Dates.

(ff) A Subcontractor is a person or corporate body who has

a Contract with the Contractor to carry out a part of the

work in the Contract, which includes work on the Site.

(gg) Temporary Works are works designed, constructed,

installed, and removed by the Contractor that are needed

for construction or installation of the Works.

(hh) A Variation is an instruction given by the Project

Manager which varies the Works.

(ii) The Works are what the Contract requires the Contractor

to construct, install, and turn over to the Employer, as

defined in the PCC.

2. Interpretation 2.1 In interpreting these GCC, singular also means plural, male also

means female or neuter, and the other way around. Headings

have no significance. Words have their normal meaning under

the language of the Contract unless specifically defined. The

Project Manager shall provide instructions clarifying queries

about these GCC.

2.2 If sectional completion is specified in the PCC, references in the

GCC to the Works, the Completion Date, and the Intended

Completion Date apply to any Section of the Works (other than

references to the Completion Date and Intended Completion

Date for the whole of the Works).

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 8

2.3 The documents forming the Contract shall be interpreted in the

following order of priority:

(a) Agreement,

(b) Letter of Acceptance,

(c) Contractor’s Bid,

(d) Particular Conditions of Contract,

(e) General Conditions of Contract,

(f) Specifications,

(g) Bill of Quantities (or Schedules of Prices for lump sum

contracts), and

(h) Drawings,

(i) any other document listed in the PCC as forming part of

the Contract.

3. Language and

Law

3.1 The language of the Contract and the law governing the Contract

are stated in the PCC.

4. Project

Manager’s

Decisions

4.1 Except where otherwise specifically stated, the Project Manager

shall decide contractual matters between the Employer and the

Contractor in the role representing the Employer.

5. Delegation 5.1 The Project Manager may delegate any of his duties and

responsibilities to other people, , after notifying the Contractor,

and may cancel any delegation after notifying the Contractor.

6. Communica-

tions

6.1 Communications between parties that are referred to in the

Conditions shall be effective only when in writing. A notice

shall be effective only when it is delivered.

7. Subcontracting 7.1 The Contractor may subcontract with the approval of the Project

Manager, but may not assign the Contract without the approval

of the Employer in writing. Subcontracting shall not alter the

Contractor’s obligations.

7.2 The Contractor shall not be required to obtain any consent from

the employer for:

a) the sub-contracting of any part of the works for which

the subcontractor is named in the contract;

b) the provision of labour; and

c) the purchase of materials which are in accordance with

the standards specific in the Contract

Beyond this, if the contractor proposes sub-contracting any part

of the work during execution of works, because of some

unforeseen circumstances to enable him to complete the work as

per terms of the contract, the Project Manager will consider the

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 9

following before according approval:

- The contractor shall not sublet the whole of the work

- The contractor shall not sub-contract any part of the work

without prior consent of the Project Manager. Any such

consent shall not relieve the contractor from any liability

or the obligations under the contract and he shall be

responsible for the acts, defaults and neglects of the

subcontractor, his agents or workmen as fully as if they

were acts, defaults or neglects of the Contractors, his

agents or workmen.

- The Project Manager should satisfy whether (a) the

circumstances warrant such subcontracting; and (b) he

sub-contractors so proposed for the work possess the

experience, qualifications and equipment necessary for the

job proposed to be entrusted to them in proportion to the

quantum of work to be subcontracted.

Note: Sub Contracting for certain specialized elements or works is

acceptable for carrying out the works more effectively; but

vertical splitting of the works for subcontracting is not acceptable.

a) All bidders are expected to indicate clearly in the bid, if they

propose subcontracting elements of the works amounting to

more than 20% of their quoted price. For each such

proposal the qualification and experience of the identified

sub contractor in the relevant field should be furnished along

with the bid to enable the employer to satisfy himself about

their qualifications before agreeing for such subcontracting

and include it in the contract. In view of the above, normally

no additional subcontracting should arise during the

execution of the contract.

b) However subcontracting for certain specialized elements or

works is not unusual and acceptable for carrying out the

works more effectively; but vertical splitting of works for

subcontracting is not acceptable. In any case, proposal for

subcontracting in addition to what was specified in the bid

and stated in the contract agreement will not be acceptable if

the value of such additional subcontracting exceeds 25 % of

the value of work which was to be executed by the

contractor without sub-contracting.

8. Other

Contractors

8.1 The Contractor shall cooperate and share the Site with other

contractors, public authorities, utilities, and the Employer

between the dates given in the Schedule of Other Contractors, as

referred to in the PCC. The Contractor shall also provide

facilities and services for them as described in the Schedule. The

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 10

Employer may modify the Schedule of Other Contractors, and

shall notify the Contractor of any such modification.

9. Personnel and

Equipment

9.1 The Contractor shall employ the key personnel and use the

equipment identified in its Bid to carry out the Works, or other

personnel and equipment approved by the Project Manager. The

Project Manager shall approve any proposed replacement of key

personnel and equipment only if their relevant qualifications or

characteristics are substantially equal to or better than those

proposed in the Bid.

9.2 If the Project Manager asks the Contractor to remove a person

who is a member of the Contractor’s staff or work force, stating

the reasons, the Contractor shall ensure that the person leaves the

Site within seven days and has no further connection with the

work in the Contract.

10. Employer’s

and

Contractor’s

Risks

10.1 The Employer carries the risks which this Contract states are

Employer’s risks, and the Contractor carries the risks which this

Contract states are Contractor’s risks.

11. Employer’s

Risks

11.1 The Employer shall be responsible for risks which are insofar as

they directly affect the execution of the work, such as the risks of

war, hostilities, invasion, act of foreign enemies, rebellion,

revolution, insurrection or military or usurped power and civil

war.

11.2 Not Applicable

12. Contractor’s

Risks

12.1 From the Starting Date until the Defects Liability Certificate has

been issued, the risks of personal injury, death, and loss of or

damage to and theft of property (including, without limitation,

the Works, Plant, Materials, and Equipment) which are not

Employer’s risks are Contractor’s risks.

13. Insurance 13.1 The Contractor shall provide, in the joint names of the Employer

and the Contractor, insurance cover from the Start Date to the

end of the Defects Liability Period, in the amounts and

deductibles stated in the PCC for the following events which are

due to the Contractor’s risks:

(a) theft ,loss of or damage to the Works, Plant, and Materials;

(b) loss of or damage to Equipment;

(c) loss of or damage to property (except the Works, Plant,

Materials, and Equipment) in connection with the Contract;

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 11

and

(d) Personal injury or death.

13.2 Policies and certificates for insurance shall be delivered by the

Contractor to the Project Manager for the Project Manager’s

approval before the Start Date. All such insurance shall provide

for compensation to be payable in the types and proportions of

currencies required to rectify the loss or damage incurred.

13.3 If the Contractor does not provide any of the policies and

certificates required, the Employer may effect the insurance

which the Contractor should have provided and recover as stated

in PCC, payments otherwise due to the Contractor or, if no

payment is due, the payment of the premiums shall be a debt due.

13.4 Alterations to the terms of an insurance shall not be made

without the approval of the Project Manager.

13.5 Both parties shall comply with any conditions of the insurance

policies

14. Site

Investigation

Reports

14.1 The Contractor, in preparing the Bid, can use any Site

Investigation Reports referred to in the PCC, supplemented by

any information available to the Bidder.

15. Contractor to

Construct the

Works

15.1 The Contractor shall construct and install the Works in

accordance with the Specifications and Drawings and the

description mentioned in the Bill of quantities and also as

directed additionally by the Project Manager.

16. The Works to

Be Completed

by the

Intended

Completion

Date

16.1 The Contractor may commence execution of the Works on the

Start Date and shall carry out the Works in accordance with the

Program submitted by the Contractor, as updated with the

approval of the Project Manager, and complete them by the

Intended Completion Date.

17. Designs by

Contractor

and Approval

by the Project

Manager

17.1 The Contractor shall carry out design to the extent specified in the

PCC. The Contractor shall promptly submit to the Employer all

designs prepared by him. Within 14 days of receipt, the

Employer shall notify any comments. The Contractor shall not

construct any element of the permanent work designed by him

within 14 days after the design has been submitted to the

Employer or where the design for that element has been rejected.

Design that has been rejected shall be promptly amended and

resubmitted. The Contractor shall resubmit all designs

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 12

commented on taking these comments into account as necessary.

17.2 The Contractor shall be responsible for design and safety of

Temporary Works.

17.3 The Contractor shall submit Specifications and Drawings

showing the proposed Temporary Works to the Project Manager,

who is to approve them if they comply with the required safety

as per the standards.

17.4 The Project Manager’s approval shall not alter the Contractor’s

responsibility for design and safety of the Temporary Works.

17.5 The Contractor shall obtain approval of third parties to the design

of the Temporary Works, where required after obtaining

approval from the Project Manager on the necessity of the same.

17.6 All Drawings prepared by the Contractor for the execution of the

temporary or permanent Works, are subject to prior approval by

the Project Manager before this use.

18. Safety 18.1 The Contractor shall be responsible for the safety of all activities

on the Site.

19. Discoveries 19.1 Anything of historical or other interest or of significant value

unexpectedly discovered on the Site shall be the property of the

Employer. The Contractor shall notify the Project Manager of

such discoveries and carry out the Project Manager’s instructions

for dealing with them.

20. Possession of

the Site

20.1 The Employer shall give possession of all parts of the Site to the

Contractor. The land may be handed over progressively also

without affecting the contractor’s schedule on an agreed

schedule.

21. Access to the

Site

21.1 The Contractor shall allow the Project Manager and any person

authorized by the Project Manager, access to the Site and to any

place where work in connection with the Contract is being

carried out or is intended to be carried out.

22. Instructions,

Inspections

and Audits

22.1 The Contractor shall carry out all instructions of the Project

Manager which comply with the applicable laws where the Site

is located.

22.2 The Contractor shall permit the Employer to inspect the

Contractor’s accounts, records and other documents relating to

the submission of bids and contract performance and to have

them audited by auditors appointed by the Employer .The

Contractor shall maintain all documents and records related to

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 13

the Contract for a period of three (3) years after completion of

the Works. The Contractor shall provide any documents

necessary for the investigation of allegations of fraud, collusion,

coercion, or corruption and require its employees or agents with

knowledge of the Contract to respond to questions from the

Employer.

23. Appointment

of the

Adjudicator

23.1 Not Applicable

23.2 Not Applicable

24. Procedure for

Disputes

24.1 The rationale of amicable settlement should be followed to settle

the disputes at the lowest possible level of responsibility by

bringing the individuals concerned face to face. The project

manager of the Employer and the Project Manager of the

Contractor’s representative in the Project may try to settle the

dispute amicably.

24.2 If the dispute is not settled at this level as indicated in 24.1, than

the matter shall tried to be solved by Chief of the Contractor’s

firm and Chairman and Managing Director, Kerala Infrastructure

and Technology for Education Limited on the same rationale of

amicable settlement.

24.3 Any dispute or difference arising out of this Contract or in

connection therewith and which cannot be amicably settled

according to Clause 24.1 and 24.2 shall be finally settled through

the local court of Law. The resulting award shall be final and

binding on the Parties and shall be in lieu of any other remedy.

24.4 The Location of the Court will be as specified in the Particular

Conditions of the Contract (PCC)

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 14

B. Time Control

25. Program

25.1 Within the time stated in the PCC, after the date of the Letter of

Acceptance, the Contractor shall submit to the Project Manager

for approval a Program showing the general methods,

arrangements, order, and timing for all the activities in the

Works. In the case of a lump sum contract, the activities in the

Program shall be consistent with those in the Activity Schedule.

25.2 An update of the Program shall be a program showing the actual

progress achieved on each activity and the effect of the progress

achieved on the timing of the remaining work, including any

changes to the sequence of the activities.

25.3 The Contractor shall submit to the Project Manager for approval

an updated Program at intervals no longer than the period stated

in the PCC. If the Contractor does not submit an updated

Program within this period, the Project Manager may withhold

the amount stated in the PCC from the next payment certificate

and continue to withhold this amount until the next payment after

the date on which the overdue Program has been submitted. In

the case of a lump sum contract, the Contractor shall provide an

updated Activity Schedule within 14 days of being instructed to

by the Project Manager.

25.4 The Project Manager’s approval of the Program shall not alter

the Contractor’s obligations. The Contractor may revise the

Program and submit it to the Project Manager again at any time.

A revised Program shall show the effect of Variations and

Compensation Events (if any).

26. Extension of

the Intended

Completion

Date

26.1 The Project Manager shall extend the Intended Completion Date

if a Compensation Event occurs or a Variation is issued which

makes it impossible for Completion to be achieved by the

Intended Completion Date without the Contractor taking steps to

accelerate the remaining work, which would cause the

Contractor to incur additional cost.

26.2 The Project Manager shall decide whether and by how much to

extend the Intended Completion Date within 21 days of the

Contractor asking the Project Manager for a decision upon the

effect of a Compensation Event or Variation and submitting full

supporting information. If the Contractor has failed to give early

warning of a delay or has failed to cooperate in dealing with a

delay, the delay by this failure shall not be considered in

assessing the new Intended Completion Date.

27. Acceleration 27.1 When the Employer wants the Contractor to finish before the

Intended Completion Date, the Project Manager shall obtain

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 15

priced proposals for achieving the necessary acceleration from

the Contractor. If the Employer accepts these proposals, the

Intended Completion Date shall be adjusted accordingly and

confirmed by both the Employer and the Contractor.

27.2 If the Contractor’s priced proposals for an acceleration are

accepted by the Employer, they are incorporated in the Contract

Price and treated as a Variation.

28. Delays

Ordered by the

Project

Manager

28.1 The Project Manager may instruct the Contractor to delay the

start or progress of any activity within the Works.

29. Management

Meetings

29.1 The Project Manager may require the Contractor to attend a

management meeting. The business meetings of a management

meeting shall be to review the plans for remaining work and to

deal with matters raised in accordance with the early warning

procedure.

29.2 The Project Manager shall record the business of management

meetings and provide copies of the record to those attending the

meeting and to the Employer. The responsibility of the parties

for actions to be taken shall be decided by the Project Manager

either at the management meeting or after the management

meeting and stated in writing to all who attended the meeting.

30. Early Warning 30.1 The Contractor shall warn the Project Manager at the earliest

opportunity of specific likely future events or circumstances that

may, increase the Contract Price, or delay the execution of the

Works. The Project Manager may require the Contractor to

provide an estimate of the expected effect of the future event or

circumstance on the Contract Price and Completion Date. The

estimate shall be provided by the Contractor as soon as

reasonably possible. The Project Manager would consider the

reasonableness of the proposal and take appropriate decisions

which is binding on the contractor.

30.2 The Contractor shall cooperate with the Project Manager in

making and considering proposals for how the effect of such an

event or circumstance can be avoided or reduced by anyone

involved in the work and in carrying out any resulting instruction

of the Project Manager.

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 16

C. Quality Control

31. Identifying

Defects

31.1 The Project Manager shall check the Contractor’s work and

notify the Contractor of any Defects that are found. Such

checking shall not affect the Contractor’s responsibilities. The

Project Manager may instruct the Contractor to search for a

Defect and to uncover and test any work that the Project

Manager considers may have a Defect.

32. Tests 32.1 If the Project Manager instructs the Contractor to carry out a test

not specified in the Specification to check whether any work has

a Defect, and the test shows that it does, the Contractor shall pay

for the test and any samples. If there is no Defect, the test shall

be a Compensation Event.

33. Correction of

Defects

33.1 The Project Manager shall give notice to the Contractor of any

Defects before the end of the Defects Liability Period, which

begins at Completion of the construction activity, and is defined

in the PCC. The Defects Liability Period shall be extended for as

long as Defects remain to be corrected.

33.2 Every time notice of a Defect is given, the Contractor shall

correct the notified Defect within the length of time specified by

the Project Manager’s notice.

34. Uncorrected

Defects

34.1 If the Contractor has not corrected a Defect within the time

specified in the Project Manager’s notice, the Project Manager

shall assess the cost of having the Defect corrected, and the

Contractor shall pay this amount or the same would be adjusted

in the payments due to the contractor. (Also refer clause 69)

D. Cost Control

35. Contract Price 35.1 In the case of an admeasurement contract, the Bill of Quantities

shall contain priced items for the Works to be performed by the

Contractor. The Bill of Quantities is used to calculate the

Contract Price. The Contractor will be paid for the quantity of

the work accomplished at the rate in the Bill of Quantities for

each item.

35.2 In the case of a lumpsum contract, the Activity Schedule shall

contain the priced activities for the Works to be performed by the

Contractor. The Activity Schedule is used to monitor and control

the performance of activities on which basis the Contractor will

be paid. If payment for Materials on Site shall be made

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 17

separately, the Contractor shall show delivery of Materials to the

Site separately on the Activity Schedule.

36. Changes in the

Contract Price

36.1 In the case of an admeasurements contract:

(a) If the final quantity of the work done differs or is expected

to differ from the quantity in the Bill of Quantities, no

change in the rate or price for that item contained in the

Contract shall be considered unless such item accounts for

an amount more than 10 percent of the Contract Price and

the actual quantity of work executed under that item exceeds

the quantity set out in the Bill of Quantities by more than 25

percent. For items satisfying the above conditions, the data

rate based on schedule of rate or market rate (when Schedule

of Rate is not available) or 1.25 times the quoted rate for that

item in the contract whichever is less will be the rate for

payment for the variation quantity above 125 % of the Bill

of Quantities.

(b) For additional works apart from the items mentioned in the

contract, the contractor would be required to give his rates

with justification with the rate analysis and submit it to the

Project Manager for approval. The Project Manager after

due verification and taking necessary approval, will take a

decision on approving the rates after due consideration to the

specifications of the work.

(c) If requested by the Project Manager, the Contractor shall

provide the Project Manager with a detailed cost breakdown

of any rate in the Bill of Quantities.

36.2 In the case of a lump sum contract, the Activity Schedule shall be

amended by the Contractor to accommodate changes of Program

or method of working made at the Contractor’s own discretion.

Prices in the Activity Schedule shall not be altered when the

Contractor makes such changes to the Activity Schedule.

37. Variations 37.1 All Variations shall be included in updated Programs, and, in the

case of a lump sum contract, also in the Activity Schedule,

produced by the Contractor.

37.2 The Contractor shall provide the Project Manager with a

quotation for carrying out the Variation when requested to do so

by the Project Manager. The Project Manager shall assess the

quotation, which shall be given within seven (7) days of the

request or within any longer period stated by the Project

Manager and before the Variation is ordered. This clause may be

read in conjunction with clause 36.

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 18

37.3 If the Contractor’s quotation is unreasonable, the Project

Manager may order the Variation and make a change to the

Contract Price, which shall be based on the Project Manager’s

own forecast of the effects of the Variation on the Contractor’s

costs.

37.4 Not Applicable

37.5 The Contractor shall not be entitled to additional payment for

costs that could have been avoided by giving early warning.

37.6 In the case of an admeasurements contract, if the work in the

Variation corresponds to an item description in the Bill of

Quantities and if, in the opinion of the Project Manager, the

quantity of work above the limit stated in GCC 36.1 or the

timing of its execution do not cause the cost per unit of quantity

to change, the rate in the Bill of Quantities shall be used to

calculate the value of the Variation. If the cost per unit of

quantity changes, or if the nature or timing of the work in the

Variation does not correspond with items in the Bill of

Quantities, the quotation by the Contractor shall be in the form of

new rates for the relevant items of work.

38. Cash Flow

Forecasts

38.1 When the Program, or, in the case of a lump sum contract, the

Activity Schedule, is updated, the Contractor shall provide the

Project Manager with an updated cash flow forecast.

39. Payment

Certificates

39.1 The Contractor shall submit to the Project Manager monthly

statements of the estimated value of the work executed less the

cumulative amount certified previously.

39.2 The Project Manager shall check the Contractor’s monthly

statement and certify the amount to be paid to the Contractor.

39.3 The value of work executed shall be determined by the Project

Manager as per the Procedure of the Employer.

39.4 The value of work executed shall comprise:

(a) In the case of an admeasurements contract, the value of the

quantities of work in the Bill of Quantities that have been

completed; or

(b) In the case of a lump sum item, the value of work executed

shall comprise the value of completed activities in the

Activity Schedule.

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 19

39.5 The value of work executed shall include the valuation of

Variations and Compensation Events.

39.6 The Project Manager may exclude any item certified in a

previous certificate or reduce the proportion of any item

previously certified in any certificate in the light of later

information.

40. Payments 40.1 Payments shall be adjusted for deductions for advance payments

and retention. The Employer shall pay the Contractor the

amounts certified by the Project Manager within 28 days of the

date of each certificate.

40.2 If an amount certified is increased in a later certificate or as a

result of an award by the Hon’ble Court, the Contractor shall be

paid as per the directions of the court.

40.3 Unless otherwise stated, all payments and deductions shall be

paid or charged in the proportions of amount comprising the

Contract Price.

40.4 Items of the Works for which no rate or price has been entered in

shall not be paid for by the Employer and shall be deemed

covered by other rates and prices in the Contract.

41. Compensation

Events

41.1 Not Applicable

41.2 Not Applicable

41.3 Not Applicable

41.4 Not Applicable

42. Tax 42.1 The Project Manager shall adjust the Contract Price if taxes,

duties, and other levies are changed between the date 28 days

before the submission of bids for the Contract and the date of the

last Completion certificate. The adjustment shall be the change

in the amount of tax payable by the Contractor, provided such

changes are not already reflected in the Contract Price or are a

result of GCC 44.1.

42.2 All statutory deductions will be made as per the rules.

43. Currencies 43.1 Where payments are made in currencies other than the currency

of the Employer’s country specified in the PCC, the exchange

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 20

rates used for calculating the amounts to be paid shall be the

exchange rates stated in the Contractor’s Bid.

44. Price

Adjustment

44.1 Price Adjustment as indicated in the PCC

44.2 Clause as indicated in PCC

45. Retention 45.1 The Employer shall retain from each payment due to the

Contractor the proportion stated in the PCC until Completion of

the whole of the Works.

45.2 Upon the issue of a Certificate of Completion of the Works by

the Project Manager, in accordance with GCC 52.1, half the total

amount retained shall be repaid to the Contractor and half when

the Defects Liability Period has passed and the Project Manager

has certified that all Defects notified by the Project Manager to

the Contractor before the end of this period have been corrected.

The Contractor may substitute retention money with an “on

demand” Bank Guarantee.

46. Liquidated

Damages

46.1 The Contractor shall pay liquidated damages to the Employer at

the rate per day stated in the PCC for each day that the

Completion Date is later than the Intended Completion Date.

The total amount of liquidated damages shall not exceed the

amount defined in the PCC. The Employer may deduct

liquidated damages from payments due to the Contractor.

Payment of liquidated damages shall not affect the Contractor’s

liabilities.

46.2 If the Intended Completion Date is extended after liquidated

damages have been paid, the Project Manager shall correct any

overpayment of liquidated damages by the Contractor by

adjusting the next payment certificate. This clause applies when

the liquidated damages are recovered when the contractor is not

at default of delay.

47. Incentive For

Early

Completion

47.1 In case, the contractor completes the work ahead of updated

stipulated date of completion considering the effect of extra work

(to be calculated on pro-rata basis as cost of extra work X

stipulated period/tendered cost), a bonus @ 1% (one per cent) of

the tendered value per month computed on per day basis, shall be

payable to the contractor, subject to a maximum limit of 5% (five

per cent) of the tendered value. The amount of bonus, if payable,

shall be paid along with final bill after completion of work.

Provided always that provision of the Clause 47.1 shall be

applicable only when so provided in ‘Particular Conditions of

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 21

Contract’

48. Advance

Payment 48.1 The Employer shall make advance payment to the Contractor of

the amounts stated in the PCC by the date stated in the PCC,

against provision by the Contractor of an unconditional bank

guarantee in a form and by a bank acceptable to the Employer in

amounts and currencies equal to the advance payment. The

guarantee shall remain effective until the advance payment has

been repaid, but the amount of the guarantee shall be

progressively reduced by the amounts repaid by the Contractor.

Interest shall not be charged on the advance payment.

48.2 The Contractor is to use the advance payment only to pay for

Equipment, Plant, Materials, and mobilization expenses required

specifically for execution of the Contract. The Contractor shall

demonstrate that advance payment has been used in this way by

supplying copies of invoices or other documents to the Project

Manager.

48.3 The advance payment shall be repaid by deducting proportionate

amounts from payments otherwise due to the Contractor,

following the schedule of completed percentages of the Works

on a payment basis. No account shall be taken of the advance

payment or its repayment in assessing valuations of work done,

Variations, price adjustments, Compensation Events, Bonuses, or

Liquidated Damages.

49. Securities 49.1 The Performance Security shall be provided to the Employer no

later than the date specified in the Letter of Acceptance and shall

be issued in an amount specified in the PCC, by a bank

acceptable to the Employer, and denominated in the types and

proportions of the currencies in which the Contract Price is

payable. The Performance Security shall be valid until a date 28

days from the date of issue of the final Certificate of Completion

after the defect liability period in the case of a bank guarantee.

50. Dayworks 50.1 If applicable, the Dayworks rates in the Contractor’s Bid (if any)

shall be used for small additional amounts of work only when the

Project Manager has given written instructions in advance for

additional work to be paid for in that way.

50.2 All work to be paid for as Dayworks shall be recorded by the

Contractor on forms approved by the Project Manager. Each

completed form shall be verified and signed by the Project

Manager within two days of the work being done.

50.3 The Contractor shall be paid for Dayworks subject to obtaining

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 22

signed Dayworks forms.

51. Cost of

Repairs

51.1 Loss or damage to the Works or Materials to be incorporated in

the Works between the Start Date and the end of the Defects

Correction periods shall be remedied by the Contractor at the

Contractor’s cost if the loss or damage arises from the

Contractor’s acts or omissions.

E. Finishing the Contract

52. Completion 52.1 The Contractor shall request the Project Manager to issue a

certificate of Completion of the Works, and the Project Manager

shall do so upon deciding that the work is completed.

53. Taking Over 53.1 The Employer shall take over the Site and the Works within

seven days of the Project Manager’s issuing a certificate of

Completion.

54. Final Account 54.1 The Contractor shall supply the Project Manager with a detailed

account of the total amount that the Contractor considers payable

under the Contract before the end of the Defects Liability Period.

The Project Manager shall issue a Defects Liability Certificate

and certify any final payment that is due to the Contractor within

56 days of receiving the Contractor’s account if it is correct and

complete. If it is not, the Project Manager shall issue within 56

days a schedule that states the scope of the corrections or

additions that are necessary. If the Final Account is still

unsatisfactory after it has been resubmitted, the Project Manager

shall decide on the amount payable to the Contractor and issue a

payment certificate.

55. Operating and

Maintenance

Manuals

55.1 If “as built” Drawings and/or operating and maintenance

manuals are required, the Contractor shall supply them by the

dates stated in the PCC.

55.2 If the Contractor does not supply the Drawings and/or manuals

by the dates stated in the PCC pursuant to GCC 55.1, or they do

not receive the Project Manager’s approval, the Project Manager

shall withhold the amount stated in the PCC from payments due

to the Contractor.

56. Termination 56.1 The Employer or the Contractor may terminate the Contract if

the other party causes a fundamental breach of the Contract.

56.2 Fundamental breaches of Contract shall include, but shall not be

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 23

limited to, the following:

(a) the Contractor stops work for 60 days when no stoppage of

work is shown on the current Program and the stoppage has

not been authorized by the Project Manager;

(b) the Employer or the Contractor is made bankrupt or goes

into liquidation other than for a reconstruction or

amalgamation;

(c) the Project Manager gives Notice that failure to correct a

particular Defect is a fundamental breach of Contract and

the Contractor fails to correct it within a reasonable period

of time determined by the Project Manager;

(d) the Contractor does not maintain a Security, which is

required; and

(e) the Contractor has delayed the completion of the Works by

the number of days for which the maximum amount of

liquidated damages can be paid, as defined in the PCC.

(f) if the Contractor, in the judgment of the Employer has

engaged in corrupt or fraudulent practices in competing for

or in executing the Contract, pursuant to GCC 57.1.

56.3 When either party to the Contract gives notice of a breach of

Contract for a cause other than those listed under GCC 56.2

above, the Project Manager shall decide whether the breach is

fundamental or not.

56.4 Notwithstanding the above, the Employer may terminate the

Contract for convenience.

56.5 If the Contract is terminated, the Contractor shall stop work

immediately, make the Site safe and secure, and leave the Site as

soon as reasonably possible.

57. Fraud and

Corruption

57.1 The Employer requires that Contractors, Subcontractors,

manufacturers, and Consultants, observe the highest standard of

ethics during the procurement and execution of such contracts.

In pursuit of this policy, the Employer:

(a) defines, for the purposes of this provision, the terms set

forth below as follows:

i “corrupt practice” means the offering, giving, receiving,

or soliciting, directly or indirectly, anything of value to

influence improperly the actions of another party;

ii “fraudulent practice” means any act or omission, including

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 24

a misrepresentation, that knowingly or recklessly

misleads, or attempts to mislead, a party to obtain a

financial or other benefit or to avoid an obligation;

iii “coercive practices” means impairing or harming or

threatening to harm, directly or indirectly, any party or the

property of the party to influence improperly the actions

of a party;

iv “collusive practices” means an arrangement between two

or more parties designed to achieve an improper purpose,

including, influencing improperly the actions of another

party;

(b) will cancel the portion of the loan allocated to a contract if

it determines at any time that representatives of the

Borrower or of a beneficiary of the loan engaged in corrupt,

fraudulent, collusive or coercive practices during the

procurement or the execution of that contract, without the

Borrower having taken timely and appropriate action

satisfactory to the Employer to remedy the situation; and

(c) will sanction a firm or individual, including declaring them

ineligible, either indefinitely or for a stated period of time,

to be awarded a KIIFB -financed contract if it at any time

determines that they have, directly or through an agent,

engaged in corrupt, fraudulent, collusive or coercive

practices in competing for, or in executing, a KIIFB -

financed contract.

58. Payment upon

Termination

58.1 If the Contract is terminated because of a fundamental breach of

Contract by the Contractor, the Project Manager shall issue a

certificate for the value of the work done and Materials ordered

less advance payments received up to the date of the issue of the

certificate and less the percentage to apply to the value of the

work not completed, as indicated in the PCC. If the total amount

due to the Employer exceeds any payment due to the Contractor,

the difference shall be a debt payable to the Employer. (Also

refer clause 69)

58.2 If the Contract is terminated for the Employer’s convenience or

because of a fundamental breach of Contract by the Employer,

the Project Manager shall issue a certificate for the value of the

work done, Materials ordered, the reasonable cost of removal of

Equipment, repatriation of the Contractor’s personnel employed

solely on the Works, and the Contractor’s costs of protecting and

securing the Works, and less advance payments received up to

the date of the certificate.

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 25

59. Property 59.1 All Materials on the Site, Plant, Equipment, Temporary Works,

and Works shall be deemed to be the property of the Employer if

the Contract is terminated because of the Contractor’s default.

60. Release from

Performance

60.1 If the Contract is frustrated by the outbreak of war or by any

other event entirely outside the control of either the Employer or

the Contractor, the Project Manager shall certify that the

Contract has been frustrated. The Contractor shall make the Site

safe and stop work as quickly as possible after receiving this

certificate and shall be paid for all work carried out before

receiving it and for any work carried out afterwards to which a

commitment was made.

61. Suspension of

KIIFB Loan or

Credit

61.1 In the event that the KIIFB suspends the Loan or Credit to the

Employer, from which part of the payments to the Contractor are

being made:

(a) The Employer is obligated to notify the Contractor, with

copy to the Project Manager, of such suspension within 7

days of having received the KIIFB’s suspension notice.

(b) If the Contractor has not received sums due it within the 28

days for payment provided for in GCC 40.1, the Contractor

may immediately issue a 14-day termination notice.

62. Eligibility 62.1 Not Applicable

62.2 Not Applicable

62.3 Not Applicable.

F. Other General Conditions

63. Indemnities

63.1 Each party shall be liable for and indemnify the other Party

against losses, expenses and claims for loss or damage to

physical property, personal injury, and death caused by his

own acts or omissions, subject to the exception defined in

Clause 63.3.

63.2 Notwithstanding Clause 63.1 above, the Contractor shall be

solely responsible for and shall indemnify and hold harmless

the Employer from and against all claims, liabilities and costs

of action in respect of injury to or both of any person in the

employment of the Contractor or any of his Subcontractors

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 26

subject to exceptions defined in clause 63.3.

63.3 The “exceptions” referred to in Clause 63.2 are:

a. the permanent use or occupation of land by the Works,

or any part thereof,

b. the right of the Employer to execute the Works, or any

part thereof, on, over, under, in or through any land

c. damage to property which is the unavoidable result of

the execution and completion of the Works, or the

remedying of any defects therein, in accordance with the

Contract, and

d. death or injury to persons or loss of or damage to

property resulting from any act or neglect of the

Employer, or his agents, servants or other contractors,

not being employed by the Contractor, or in respect of

any claims, proceedings, damages, costs, charges and

expenses in respect thereof or in relation thereto or,

whether the injury or damage was contributed to by the

Contractor, his servants or agents, such part of the said

injury or damage as may be just and equitable having

regard to the extent of the responsibility of the

Employer, his servants or agents or other contractors for

the injury or damage.

64 Conditional

Bids

64.1 Conditional Bids will not be considered.

65 Royalties 65.1 Except otherwise stated, the Contractor shall pay all tonnage

and other royalties, serent and other payments or

compensation, if any for getting stone, sand, gravel, clay or

other materials required for the works.

66 Third Party

Inspection and

Testing

66.1 Not Applicable

66.2 A mutually agreed quality assurance plan with minimum

requirements as per Indian Standards will be developed which

provides for inspection and certification by the third party

inspection agency at specified times.

66.3 No material shall be delivered to the site without formal

inspection or testing unless otherwise waived in writing by the

Project Manager with a certificate issued by the contractor,

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 27

which is endorsed by the Engineer that the item confirms to

the requirement of contract in all respects.

66.4 The Employer or his authorized representative may make

inspections at any of the manufacturing or shipping points at

any time in addition to the schedule provided in this

specification at the cost of Employer. However, during such

inspection, if it is found that any of the items are not being

manufactured or shipped in accordance with the

specifications, the contractor shall bear all expenses including

fees incurred by the employer in respect of such inspection.

66.5 The contractor shall perform or make arrangements for all

tests when requested by the Employer.

66.6 The Contractor shall agree with the Project Manager on the

time and place for the inspection of any materials or plant.

The Project Manager shall give the contractor not less than 24

hours notice of his intention to carry out inspection or to

attend the tests. If the Project Manager or his duly authorized

representative, does not attend on the date agreed, the

Contractor may, unless otherwise instructed by the Project

Manager, proceed with the test reports.

66.7 If at the time and place agreed in accordance with as

mentioned in the the clause 66.4 and 66.6_, the materials or

Plant if, as a result of the inspection or testing referred to in

this Clause, the Project Manger determines that the materials

or plant are defective or otherwise not in accordance with the

contract, he may reject the materials or plant and shall notify

the contractor there of immediately. The notice shall state the

Project Manager’s observations with reasons. The Contractor

shall then promptly make good the defect or replace the same.

It the Project Manager so requests, the tests of such material

or plant shall be made or repeated under the same terms and

conditions. All costs incurred by the Project Manager or the

Third Party inspection agency for the inspection of the tests

shall be determined by the Project Manager and shall be

recoverable form the from the contractor and may be deducted

from any money’s due that the Contractor and the Project

Manager shall notify the Contractor accordingly.

66.8 Any inspection carried out by the Project Manager shall not

relieve the contractor of his obligations under the contract.

67 Licenses for 67.1 The Contractor should take necessary licenses under the

current explosive rules to enable him to manufacture and

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 28

Explosives process the quantity of gunpowder / explosive and perform the

blasting as necessary according to prevailing rules.

68 Conditions of

PWD

68.1 Apart from the General Conditions of Contract mentioned in

this document, conditions in force in Kerala PWD would also

apply. For similar conditions which are mentioned in both

PWD and this document, conditions given in this document

will prevail. The Form 83 Kerala Public Works (Building and

Local Works ) Department is attached as Annexure -1 to

Section VII (General Conditions of Contract)

69 Incomplete or

unattended

defective

works or

delays

69.1 The Employer has the right to get the works done at the risk

and cost of the contractor in the following conditions:

(i) If the contract is terminated for the reasons attributable

to the contractor

(ii) It the Contractor has delayed the work as per the

schedule with no justifiable reasons in support of the

Contractor and the Project Manager appoints another

contractor to complete a portion of or complete

balance work.

(iii) Fails to attend any defects in the work even after

notifying.

(iv) Does not meet any obligations of the contract in the

specified time

70 Contractor’s

General

Responsibilitie

s

70.1 The Contractor shall, with due care and diligence, design (to

the extent provided for by the Contract), execute and complete

the Works and remedy any defects therein accordance with

the provisions of the Contract. The Contractor shall provide

all superintendence, labour, materials, Plant, Contractor’s

Equipment and all other things, whether of a temporary or

permanent nature, required in and for such design, execution,

completion and remedying of any defects, so far as the

necessity for providing the same is specified in or is

reasonably to be inferred from the Contract.

The Contractor shall promptly notify the Employer, of any

error, omission, fault or other defect in the design of or

Specification for the Works which he discovers when

reviewing the Contract or executing the Works.

70.2 The Contractor shall take full responsibility for the adequacy,

stability and safety of all Site operations and methods of

construction. Provided that the Contractor shall not be

responsible (except as stated hereunder or as may be

otherwise agreed) for the design or specification of Permanent

Works, not prepared by the Contractor. Where the Contract

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 29

expressly provides that part of the Permanent Works shall be

designed by the Contractor, he shall be fully responsible for

that part of such Works, notwithstanding any approval by the

Employer.

70.3 The Contractor shall provide all necessary superintendence

during the execution of the Works and as long as thereafter as

the Project Manager may consider necessary for the proper

fulfilling of the Contractor’s obligations under the Contract.

The Contractor, or a competent and authorized representative

approved of by the Project Manager, which approval may at

any time be withdrawn, shall give his whole time to the

superintendence of the Works. Such authorized representative

shall receive, on behalf of the Contractor, instructions from

the Engineer. If the approval of the representative is

withdrawn by the Project Manager, the Contractor shall, as

soon as is practicable, having regard to the requirement of

replacing him as hereinafter mentioned, after receiving notice

of such withdrawal, remove the representative from the Works

and shall not thereafter employ him again on the Works in any

capacity and shall replace him by another representative

approved by the Project Manager.

70.4 The Contractor shall be responsible for:

(a) the accurate setting-out of the Works in relation to

original points, lines and levels of reference given by the

Engineer in writing,

(b) the correctness, subject as above mentioned, of the

position, levels, dimensions and alignment of all parts of

the Works, and

(c) the provision of all necessary instruments, appliances

and labour in connection with the foregoing

responsibilities.

If, any time during the execution of the Works, any error

appears in the position, levels, dimensions or alignment of any

part of the Works, the Contractor, on being required so to do

by the Project Manager, shall, at his own cost, rectify such

error to the satisfaction of the Project Manager, unless such

error is based on incorrect data supplied in writing by the

Project Manager, in which case the Project Manager shall

determine an addition to the Contract Price as per the relavant

provisions of the contract and shall notify the Contractor

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 30

accordingly.

The checking of any setting-out or of any line by the Project

Manager shall not in any way relieve the Contractor of his

responsibility for the accuracy thereof and the Contractor shall

carefully protect and preserve all bench-marks, sigh-rails,

pegs and other things used in setting-out the Works.

71 Water for

works and

workforce

71.1 The contractor at his own expenses should provide water from

municipal mains or other sources for the use of work and

workmen.

72 Project

Manager and

Project

Managers

representative:

72.1 The project Manager is the representative of the Employer and

the contractor is bound to take all his instructions as that of

the employer. The Project Manager shall represent the

employer in all dealings with the Contractor concerning the

work, including administering contract, certifying payments

due to the contractor, issuing and valuing variations, awarding

extension of times and valuing compensation events as per the

powers delegated to him by the employer and after taking

necessary approvals.

72.2 The Project Manager’s representative who would be

appointed to assist the Project Manager would be notified to

the Contractor. The Employer / Project Manager may employ

any other additional representative for managing this contract.

72.3 The Project Manager may from time to time delegate the

Project Manager’s representative any of the duties and

authorities vested in the Project Manager and he may at any

time revoke such delegation. Any such delegation or

revocation shall be in writing and shall not take effect until a

copy thereof has been delivered to the Employer and the

Contractor.

72.4 The Project Manger’s representative may appoint any number

of persons to assist the Project Manager’s representative in

carrying out his duties. He shall notify to the Contractor the

names, duties and scope of authority of such persons.

73. Alterations,

Additions and

Omissions

73.1 The Project Manager shall make any variation of the form,

quality or quantity of the Works or any part thereof that may,

in his opinion, be necessary and for that purpose, or if for any

reason it shall, in his opinion appropriate he shall have the

authority to instruct the Contractor to do and the Contractor

shall do any of the following:

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 31

(a) increase or decrease the quantity of any work included

in the Contract,

(b) omit any such work

(c) change the character or quality or kind of any such

work,

(d) change the levels, lines, position and dimensions of any

part of the Works,

(e) execute additional work of any kind necessary for the

completion of the Works, or

(f) change any specified sequence or timing of construction

of any part of the Works.

No such variation shall in any way vitiate or invalidate the

Contract, but the effect, if any, of all such variations shall be

valued in accordance with relavant provisions of the Contract.

Provided that where the issue of an instruction to vary the

Works is necessitated by some default of or breach of contract

by the Contractor or for which he is responsible, any

additional cost attributable to such default shall be borne by

the Contractor.

74. All leads and

lift:

74.1 The works would be quoted for all lead and lift unless

otherwise specified particularly in the document.

75. Site Order

Book:

75.1 A site order book is to be maintained at site by the contractor

for issue of necessary instructions during the site visits. It is

binding on the contractor to enforce such instructions and if

the compliance of such instructions would have financial

implications, the contractor need to inform the Project

Manager on the financial implications on executing the

instruction, obtain his permission, and sanction before

executing such works. No additional payment would be made

on the basis of the instructions of the site order alone. The site

incharge of the Employer and the Contractor should sign both

while issuing the order and after compliance. The site order

book needs to be serially numbered. The site order should be

maintained by the contractor throughout the work and

submitted to the Project Manager before the payment of the

final bill.

76. Measurement 76.1 All measurements should be recorded directly in the

Measurement Book as per the instructions printed in the

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 32

of Work done: Measurement Book.

77. Kerala

Construction

Workers

welfare fund

Act 1989:

77. 1 The contractor for this work shall be bound to remit an

amount equal to 1 % (one percent) of the value of the work to

be done on account of this contract, excluding cost of

departmental materials, towards the employer’s contribution

to Kerala Construction Workers Welfare Fund as provided in

Kerala Construction Workers Fund Act 1989. The amount

shall be recovered proportionately from the part bills and the

final bill for the work and the contractor shall abide by such

recoveries.

78. Safety,

Security and

Protection of

the

Environment

78.1 Accidents – Hoarding – Lighting –Observations –

Watchmen:

The contractor shall be responsible for the safety of the labour

employed by him and he shall be liable for payment of

necessary compensation in the case of accidents as per

workers compensation act.

(a) When excavations have been made or obstacles have

been put in public through-fares or in places where

there is likelihood of accidents, the contractor shall

comply with any requirement of law on the subject and

shall provide suitable Hoarding- Lighting, watchmen

when and where necessary or required by the Project

Manager or by any duly constituted authority, for

protection of works and safety and convenience of the

public or others. In case of excavations on roads, a

traffic diversion plan should be made and got approved

by the concerned authorities.

(b) It shall be the contractor’s sole responsibility to protect

the public and its employees against the accident from

any cause and he shall indemnify the Government

against any claims for damages for injury to person or

property, resulting from any such accidents and he

shall, where the provisions of the Workmen’s

Compensation Act apply, take steps to properly insure

against any claims thereafter.

(c) On the occurrence of an accident which results in the

death of any of the workmen employed by the

contractor or which is so serious as to be likely to

result in the death of any such workmen, the contractor

shall within 24 hours of te happening of such

accidents, intimate the employer in writing, the fact of

such accident. The contractor shall indemnify

Government against all loss or damage sustained by

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 33

the Government resulting directly or indirectly from

his failure to give intimation in the manner aforesaid

including the penalties or fines if any payable by the

Government as a consequence of Government’s failure

to give notice under the Workmen’s Compensation Act

or otherwise confirm to said Act in regard to such

accident.

(d) In the event of an accident in respect of which

compensation may become payable under the

workmen’s Compensation Act VIII of 1923 whether

by the Contractor or by the Government as principal it

shall be lawful for the Project Manger to retain out of

moneys due and payable to the contractor such sum or

sums of money as may, the opinion of the Project

Manager shall be final in regard or all matters arising

under this clause.

78.2. Noise, Disturbance and Pollution:

Works shall be carried out without unreasonable noise and

disturbance. The Contractor shall indemnify the Employer

from and against any liability for damages on account of noise

or other disturbances created while executing the Works and

from against all claims, demands, proceedings, damages,

costs, charges and expenses whatsoever in regard or in

relation to such liability. Necessary permissions as may be

required from Pollution Control Board or any other regulatory

authority shall have to be obtained by the Contractor for

erecting and operating any plant or machinery and for other

operations required for the execution of the Works in the

Contract.

78.3 Site Sanitation:

The contractor should provide and erect prior to

commencement of the work sufficient latrines for the use

of workmen, both males and females and should keep the

same disinfected and clean a all times during the progress of

the work and remove the same and restore to original ground

on completion of the works.

79. Labour

79.1 The contractor shall, unless otherwise provided in the Contract,

make his own arrangements for the engagement of all staff and

labour, local or other, and for their payment, housing, feeding

and transport.

79.2 The Contractor shall, if required by the Project Manager,

deliver to the Project Manager a return in detail, in such form

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 34

and at such intervals as the Project Manager may prescribe,

showing the staff and the numbers of the several classes of

labour from time to time employed by the Contractor on the

Site and such other information as the Project Manager may

require.

80.Compliance

with Labour

Regulations

80.1 During continuance of the contract, the Contractor and his sub

contractors shall abide at all times by all existing labour

enactments and rules made there under, regulations,

notifications and bye laws of the State or Central government

or local authority and any other labour law (including rules),

regulations, bye laws that may be passed or notification that

may be issued under any labour law in future either by the

State or the Central Government or the local authority. Salient

features of some of the major labour law that are applicable to

construction industry are given below. The contractor shall

keep the Employer indemnified in case any action is taken

against the Employer by the competent authority on account of

contravention of any of the provisions of any Act or Rules

made there under, regulations or notifications including

amendments. If the Employer is caused to pay or reimburse,

such amounts as may be necessary to cause or observe, or for

non-observance of the provisions stipulated in the notifications/

bye laws/ Acts/ Rules/ Regulations including amendments, if

any, on the part of the Contractor, the Engineer/Employer shall

have the right to deduct any money due to the Contractor

including his amount of performance security. The

Employer/Engineer shall also have right to recover from the

Contractor any sum required or estimated to be required for

making good the loss or damage suffered by the Employer.

80.2 The employees of the Contractor and the Sub Contractor in no

case shall be treated as the Employees of the Employer at any

point of time.

80.3 Salient feature of some major labour laws applicable to

establishments engaged in building and other construction

work:

a) Workmen Compensation Act 1923: The Act provides for

compensation in case of injury by accident arising out of

and during the course of employment.

b) Payment of Gratuity Act 1972: Gratuity is payable to an

employee under the Act on satisfaction of certain conditions

on separation if an employee has completed 5 years service

or more or on death the rate of 15 days wages for every

completed year of service The Act is applicable to all

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 35

establishments employing 10 or more employees.

c) Employees P.F and Miscellaneous Provision Act 1952: The

Act Provides for monthly contributions by the employer

plus workers @ 10% or 8.33%. The benefits payable under

the Act are:

• Pension or family pension on retirement or death, as the

case may be.

• Deposit linked insurance on the death in harness of the

worker.

• Payment of P.F accumulation on retirement/death etc.

d) Maternity Benefit Act 1951: The Act provides for leave and

some other benefits to women employees in case of

confinement or miscarriage etc.

e) Contract labour (Regulation and Abolition) Act 1970: The

Act provides for certain welfare measures to be provided by

the Contractor to contract labour and in case the Contractor

fails to provide, the same are required to be provided, by the

Principal Employer by Law. the Principal Employer is

required to take Certificate of Registration and the

Contractor is required to take license from the designated

officer. The Act is applicable to the establishments or

Contractor of Principal Employer if they employ 20 or more

contract labour.

f) Minimum Wages Act 1948: The Employer is supposed to

pay not less than the Minimum Wages fixed by appropriate

Government as per provisions of the Act if the employment

is a scheduled employments as per the act.

g) Payment of Wages Act 1936: It lays down as to by what

date the wages are to be paid, when it will be paid and what

deductions can be made from the wages of the workers.

h) Equal Remuneration Act 1979: The Act provides for

payment of equal wages for work of equal nature to male

and Female workers and for not making discrimination

against Female Employees in the matters of transfers,

training and promotions etc.

i) Payment of Bonus Act 1965: The Act is applicable to all

establishments employing 20 or more employees. The Act

provides for payments of annual bonus subject to a

minimum of 8.33% of wages and maximum of 20% of

wages to employees drawing Rs.3500/ per month or less.

The bonus to be paid to employees getting Rs.2500/- per

month or above upto Rs.3500/- per month shall be worked

out by taking wages as Rs.2500/- per month only. The Act

does not apply to certain establishments. The newly set-up

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 36

establishments are exempted for five years in certain

circumstances. Some of the State Governments have

reduced the employment size from 20 to 10 for the purpose

of applicability of this Act.

j) Industrial Disputes Act 1947: The Act lays down the

machinery and procedure for resolution of Industrial

disputes, in what situations a strike or lock – out becomes

illegal and what are the requirements for laying off or

retrenching the employees or closing down the

establishment.

k) Industrial Employment (Standing Orders) Act 1946: It is

applicable to all establishments employing 100 or more

workmen (employment size reduced by some of the States

and Central Government to 50) The Act provided for laying

down rules governing the conditions of employment by the

Employer on matters provided in the Act and get the same

certified by the designated Authority.

l) Trade Unions Act 1926: The Act lays down the procedure

for registration of trade unions of workmen and employers.

The Trade Unions registered under the Act have been given

certain immunities from civil and criminal liabilities.

m) Child Labour (Prohibition and Regulation) Act 1986: The

Act prohibits employment of children below 14 years of age

in certain occupations and processes and provides for

regulation of employment of children in all other

occupations and processes. Employment of Child Labour is

prohibited in Building and Construction Industry.

n) Inter-State Migrant Workmen’s (Regulation of Employment

and Conditions of Service) Act 1979: The Act is applicable

to an establishment which employs 5 or more inter-state

migrant workmen through an intermediary (who has

recruited workmen in one state for employment in the

establishment situated in another state). The Inter-State

migrant workmen, in an establishment to which this Act

becomes applicable, are required to be provided certain

facilities such as housing, medical aid, traveling expenses

from home upto establishment and back, etc.

o) The Building and Other Construction Workers (Regulation

of Employment and Conditions of Service) Act 1996 and

the Cess Act of 1996: All the Establishments who carry on

any building or other construction work and employs 10 or

more workers are covered under this Act. All such

establishments are required to pay cess at the rate not

exceeding 2% of the cost of construction as may be

modified by the Government. The Employer of the

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 37

establishment is required to provide safety measures at the

Building or construction work and other welfare measures,

such as Canteens, First Aid facilities, Ambulance, housing

accommodations for workers near the work place etc. The

employer to whom the Act applies has to obtain a

registration certificate from the Registering Officer

appointed by the Government.

p) Factories Act 1948: The Act lays down the procedure for

approval at plans before setting up a factory, health and

safety provisions, welfare provisions, working hours, annual

earned leave and rendering information regarding accidents

or dangerous occurrences to designated authorities. It is

applicable to premises employing 10 persons or more with

aide of power or 20 or more persons without the aid of

power engaged in manufacturing process.

80.4 Not withstanding what is given in the above the acts as

amended latestly shall apply from time to time.

81. Fair Wage

Clause:

81.1 The following should be followed in respect of payment of

wages to the labour.

(a) The contractor shall pay not less than fair wages to laborers

engaged by him on the work.

“ Fair Wages” means wage whether for time or piece work

notified at the time of inviting Bids for the work and where such

wages have not been so notified the wage prescribed by the

Central PWD for the District in which the work is done”.

(b) The contractors shall not withstanding the provisions of any

contract to the contrary cause to be paid a fair wage to

labourers indirectly engaged on the work including any labour

engaged by his subcontractor in connection with the said work

as if he labourers had been immediately employed by him.

(c) In respect of all labour directly or indirectly employed in the

works for the performance of the Contractor’s part of this

agreement, the contractor shall comply with or cause to be

complied with (the Central P W D Contractor’s labour)

regulations made by Government in regard to payment of

wages, wage period deduction from wages, recovery of wages

not paid and deductions unauthorizedly made, maintenance of

wages register, other terms of employment, inspection and

submission of periodical returns and all wages cards,

publication of scale of wages and returns and all other matters

of a like nature.

(d) The Executive Project Manager or Subdivision Officer

concerned shall have the right to deduct from the moneys due

to the contractor and any sum required or estimated to be

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 38

required for making good the loss suffered by a worker or

workers by reasons of non-fulfillment of the conditions of the

contract for the benefit of works, non payment of wages or

deductions made from his or their wages which are not

justified by their terms of contract or non observance of the

regulations.

(e) Vis – a Vis the Central Government the Contractor shall be

primary liable for all payment to be made under the

observance of the regulations aforesaid without prejudice to

his right to claim from this subcontractors.

(f) The regulation aforesaid shall be deemed to be a part of this

contract and breach there shall, be a breach of this contract.

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 39

Kerala Infrastructure and Technology for Education

Annexure 1 to Section 6

January 2018

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 40

KERALA PUBLIC WORKS (Bldgs & L.W) DEPARTMENT

FORM NO. 83

NOTICE INVITING TENDERS FOR WORK

1. Scaled tenders are invited for and on behalf of the Governor of Kerala from registered

contractors of P.W.D. Class …........................………..for the work of

....................................................................

2. The items and sub-heads of works to be done are enumerated in the subjoined schedule.

Unless otherwise specified the tender must be for the whole or any individual work and part

tenders are liable to rejection. A Contractor may tender for more than one work with the earnest

money deposit specified in each case, but shall not tender for any part of a work only, unless

specifically so required.

3. All works shall be done in conformity with the specifications and conditions of contracts in

force in the P. W. D. In case of schedule rate contract tenderers must quote only a single rate as an

overall percentage above or below or at the rate given in the schedule by a single entry at the

bottom of the schedule under the head quoted rate may be made by the contractor by serving only

the irrelevant parts and attending all corrections. The rates quoted shall be inclusive ones, covering

all the operations contemplated in the specifications and tender schedules and all incidental work

necessary for such operations such as shoring, bailing, form work, scaffolding, etc. "The rates

quoted shall be inclusive of sales tax".

(a) When tenders are delivered based on contractor’s alternated designs such tenders should be

accompanied by a schedule of quantities of materials to be used for each item of work with

complete detailed specifications and data. In such cases the benefit of any savings in the

quantities of materials actually used up under each item of work during execution will

accrue to the department.

(b) The overall percentage rate accepted and specified in the agreement shall not be varied on

any account whatever.

4. Tender scaled and endorsed as such with the name of the work clearly written thereon,

should be delivered at the office of the Division.

Officer .........................................................................................................................................

Superintending Engineer ................ …………… Chief Engineer ………………………….

Before a. m. /p. m. on or before ..................... They will be opened at the office of delivery by

................................... or such Officer as may be authorized in this behalf in the presence of such of

those tenderers or their authorised agents as may he present.

The total amount of each tender will he read out, the tender and all correction in the tender

will be attested by the Tender Opening Officer with dates and initials and by the tenderer, if

present. A list of corrections which remain unattested by the tenderer will be made out and pasted

to each tender. Details of individual rates will be treated as confidential and will not be read out.

Each tender should be accompanied by a receipt for and earnest money deposit of Rs .........

.............. The Earnest Money may be produced in one or other of the following forms:-

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 41

(a) Chalan receipt from a Government Treasury. The Chalan will be countersigned by an

authorised departmental officer in the office from where tender form is purchased.

(b) Draft on a scheduled bank made payable to the officer who has invited tenders.

(c) Deposit-at-call on a scheduled bank assigned in the favour of the Governor of Kerala.

(d) Cash remittance is not normally accepted. The officer receiving the tenders may, if he

considers necessary relax this rule and permit cash being received in special cases.

Tenders not accompanied by such deposit, for receipt will not be considered. Contractors, who

have deposited permanent earnest money and have secured exemption from individual payments,

need not do this, except when special earnest money is asked to be deposited.

5. Selected contractor will be required to produce income tax and sales-tax clearance

certificates before final payment is made for the work, and before security deposits released.

6. The Contractors submitting tender should produce copies of solvency certificates clearly

indicating to what extent they are solvent from the Tahsildar of the Taluk where they reside along

with their tenders.

7. Each tender must also send a certificate of income-tax verification from the appropriate

income-tax authority in the form prescribed therefore.

In the case of proprietary or partnership firm it will be necessary to produce the certificate

aforementioned for the proprietor or proprietors and for each of the partners as the case may be.

If a certificate had already been produced by the tenderer during the calendar year in which

the tender is made in respect of previous tender it will be sufficient if particulars regarding the

previous occasion on which the certificate was produced are given.

All tenders received without a certificate as aforementioned will be summarily rejected.

8. The tenderer shall examine closely the Madras Detailed Standard Specifications, and also

the Standard Preliminary Specification contained therein, and sign the Divisional Office copy of

the Madras Detailed Standard Specifications and its addenda volume in token of such study before

submitting his tender unit rates which shall be for finished work in site. He shall also carefully

study the drawings and additional specifications and all the documents, which form part of the

agreement to be entered into by the accepted tenderer. The Madras Detailed Standard

Specifications and other documents connected with the contract such as specifications plans

descriptive specification sheet regarding materials, etc. can be seen at any time during office hours

on office days in the Office of the Executive Engineer/Assistant Engineer

........................................... Division/Subdivision.

A copy of the set of contract documents can also be had on payment of Rs ..........................

for each set.

8a The specification issued by the chief engineer (General) in circular order No.O & M (I)

12407/88 dt 11-2-88 shall also be referred to for road works. In the case of any conflict between

the provision of MDSS and the above circular order, the letter shall prevail.

9. The tenderer's attention is directed to the requirements for materials under the clause

"Materials and Workmanship" in the "Preliminary Specification". Materials conforming to the

Indian Standard Specification shall be used on the work, and the tenderer shall quote his rate

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 42

accordingly.

10. Every tenderer is expected before quoting his rates, to inspect the site of the proposed

work. He should also inspect the quarries and satisfy himself about the quality and availability of

materials. The names of quarries, kilns, etc. where-from certain materials are to be obtained will be

given in the Descriptive Specification Sheet. The best class of materials to be obtained from the

quarries or other sources defined shall be used on the work. In every case, the materials must

comply with the relevant standard specification. Samples of materials as called for in the standard

specification, or in this tender notice, or as required by the Executive Engineer in any case, shall be

submitted for the Executive Engineer's approval before the supply to site of work is begun. If the

Contractor after examination of the source of materials defined in the Descriptive Specification

Sheet, is of opinion that materials complying with standard or other specifications of the contract

cannot be obtained in quality or sufficient quantity from the source defined in the Descriptive

Specification Sheet, he shall so state clearly in his tender and state wherefrom he intends to obtain

the materials subject to the approval of the Executive Engineer. The Government will not,

However after acceptance of a contract rate pay any extra charges for lead or for any other reasons,

in case the contractor is found later on to have misjudged the materials available. Attention of the

contractor is directed to the Standard "Preliminary Specification" regarding payment of

seigniorage, tolls etc.

Note: The department does not undertake to construct or make available any approach road or

other means of approach to the proposed work site and the tenderer shall get acquainted

with the available means of approaches to the proposed site and quote for the various items.

The Department shall not be liable for any claim raised later on the plea of non-availability

or non access to the site.

11. The tenderer's particular attention is drawn to the Sections and Clauses in the Standard

"Preliminary Specification" dealing with:-

1 . Test, inspection and rejection of defective materials and work.

2. Carriage.

3 . Construction Plant.

4. Water and Lighting.

5. Cleaning up during progress and for delivery.

6. Accidents.

7. Delays.

8. Particulars of Payment.

The contractor should closely peruse all the specification clauses, which govern the rates,

which he is tendering.

12. In consideration of the tenderer being allowed to quote for the work, he should keep the

tender firm for a period of four months from the date of opening the tender during which period or

till the tenders are decided whichever is earlier, he will not be free to withdraw the tender. Any

such withdrawal will entail forfeiture of the earnest money deposited for the work.

Due to departmental or administrative reasons it is found necessary to keep tender open for

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 43

a further period, prior consent of the tenderer shall be obtained in writing for every further period

of one month.

13. Before commencing work or within a week after the date when the acceptance of tender

has been intimated to him, the tenderer shall deposit a sum sufficient to make up the balance of 4

per cent of the probable value of contract which together with the amount of earnest money

deposited shall he treated as security for the proper fulfilment of the same and shall execute an

agreement for the work in the P. W. Schedule form. If he fails to do this or in the case of P. W.

contracts maintain a specified rate of progress (to be specified in each case in the tender schedule)

the earnest money and security deposit shall be forfeited to Government and fresh tenders shall be

called for or the matter otherwise disposed off. If as a result of such measures due to the default of

the tenderer to pay the requisite deposit, sign contracts or take possession of the work, any loss to

Government results, the same will be recovered as arrears of Revenue, but should it be a saving to

Government, the original Contractor shall have no claim whatever to the difference. Recoveries on

this or any other account will be made from the sum that may be due to the Contractor on this or

any other subsisting contracts or under the Revenue Recovery Act, or otherwise the Government

may decide.

Note:- 1) Maximum S.D will be Rs. 1 lakh.

2) Investment in Treasury Savings Bank, Kisan Vikas Pathras, Post Office Time Deposit,

National Saving Certificates and Bhadratha will be treated as acceptable form of security.

14. The acceptance of the tender rests with the Superintending Engineer who does not

undertake to accept the lowest or any particular tender.

15. The right to carry out the work either in conformity with or in a manner entirely different

from the terms of this invitation that may be considered most suitable before or subsequent to the

receipt of tenders due to exigencies of work, is reserved with the Department.

16. Drawings, Schedule of quantities specifications of work to be done and conditions of

contract to be entered into can be seen at the office of the undersigned and/or of the .............:.......

Engineer on any working day during office hours or purchased from the Executive Engineer's

Office....................... on payment of a cost of Rs…………………………………………… per set.

It shall be definitely understood that the Government does not accept any responsibility for the

correctness or completeness of the schedule that the schedule is liable to alteration by omission,

deduction or addition at the discretion of the competent departmental Officer or as set forth in the

conditions of contract. The tenderer will however base this tender amount in the case of lump sum

tender, on the basis of those quantities etc.

17. Printed Departmental forms of tender and general specifications can be obtained from the

office of the undersigned at a cost of Rs.……each. Tenders not submitted in such printed forms, or

submitted incomplete in any respect whatever, such as unattested errors and corrections in rates,

quantities, units or amounts (figures not expressed in words) totals of contract not entered etc, shall

be liable to summary rejection.

18. The Earnest Money Deposit of the unsuccessful tenderers will be refunded immediately

after tabulating the tenders, keeping only the earnest money of the first 3 lowest tenders.

The Earnest Money Deposit of the remaining unsuccessful tenderers will also be refunded

within a week from the date of acceptance of the tender

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 44

19. Solicitors' fee, if any, to he paid to the Law Officers of Government for scrutinising or

drawing up of agreements will be paid and the same recovered from the successful tenderer.

20. Tenderers must also state in their tenders if they are prepared to carry out at their

tendered rates such portion or portions of the work as may finally be allotted to them by the

Officer deciding tenders.

Note:- The Department reserves the right to allot such portion of the work included in the tender at

the rates quoted by the tenderer in the absence of specific noting by the tenderer to the

contrary against clause 4 on page 5 of tender (G.W.D. Form 84). Such allotment shall not

vitiate the acceptance and the tender shall indemnify Government against any loss of

Government, due to failure on the part of the tenderer to carry out such portion of the work

allotted to him at the rates quoted by him.

20. (a) The successful tenderer will have to carry out 25 percent more of the estimated quantity of

every item at his agreed rates.

21. Any further information necessary can be obtained at the Office of the undersigned on all

working days during office hours.

22. The work should be completed in all respects in ................ months from the date the order

to start work is issued and in any case not later than ............................................................

23. Payment on lumpsum basis or by final measurement at unit prices.-

(a) Final measurements need not he taken unless either the contractor or the Executive

Engineer claims extras to, or deductions from, the quantities of Schedule A.

(b) In case final measurements are claimed, they shall be taken only for those items for which

either the contractor or the Executive Engineer claims final measurements and the quantities of the

remaining items in Schedule A shall be accepted as correct. The lump sum amount mentioned in

the agreement will then be varied by addition there to or deducting there from as the case may be

the difference (if any), between the amounts mentioned in Schedule A for such items and the

amounts arrived at by calculation at contract rates based o n the revised quantities For the same,

obtained by the final measurements aforesaid.

(c) It shall be accepted as a condition of the contract that the payment of the final bill to the

contractor less the withheld amount and his acceptance thereof shall constitute a full and absolute

release of Government from all further claims by the Contractor under the contract.

(d) Payment for additions and deductions for omissions. No authorised variation shall vitiate

the contract, but additions and omissions shall be measured up and dealt with in accordance with

Clause 23 (b).

(e) Items of work not expressly or impliedly described in the schedule, plans or specifications

will be treated as "extras". They will include only items of works which though highly necessary

for the proper execution of the work and for its completion, were not provided for in the original

contract.

1. The execution of an extra item of work and payment therefore will be based on the

following conditions:-

(i) There shall be an order in writing to execute the extra item of work duly signed by an

Engineer not below the rank of an Assistant Engineer before its commencement.

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 45

(ii) If the contractor finds, after examining the specifications and plans that extras are

involved, he-should give notice to the Engineer to this effect and shall proceed with the

execution of the extra item, only after receiving instructions in writing from the Engineer.

2. Extra items may be classified as additional substituted or altered items, depending

on their relation or otherwise to the original item or items of work.

3. The rates for extra items shall be worked out as below:

(i) In the case of all extra item whether additional, altered or substituted, for

which similar items exists in the contract, the rates shall be derived from the

original item by appropriate adjustment of cost of affected components. The

percentage excess or deduction of the contract rate for the original item with

reference to the departmental estimated rate shall be applied in deriving the

rates for such items.

(ii) In the case extra items, whether altered or substituted for which similar

items exists in the contract, the rate shall be derived from the original item,

by appropriate adjustment of cost of affected components. The percentage

excess or deduction of the contract rate for the original item with reference

to the departmental estimated rate shall be applied in deriving the rates for

such items.

(iii) In the case extra items, whether altered or substituted and for which similar

items do not exist in the contract and rates exist in the schedule of rates, the-

rate shall be arrived at on the basis of the departmental data rate current at

the time of ordering the extra item, after applying the tender deduction

except on cost of departmental material. Tender excess, if any, will not be

applied.

(iv) In the case of additional item if there, shall be arrived at on the basis of the,

departmental data rates current at the time of ordering the extra item or the

date of commencement of the extra item, whichever is earlier. after applying

the tender deduction except on the cost of departmental material. tender

excess, if any, will not be applied.

(v) In the case of extra items, whether additional altered or substituted, for

which the rates cannot be derived from similar items in the contract; and

only partly from the departmental schedule of rates, the rates for such part or

parts of items as are not covered in the schedule of rates shall be determined

by the Engineer on the basis of the prevailing market rates giving due

consideration to the analysis of the rate furnished by the contractor with

supporting documents, including contractor’s profit. This shall be added on

to the departmental rate (including contractor's profit) current at the time of

ordering or executing the extra item, whichever is earlier for the other part

of the item for which rates can be derived from the schedule of rates.

(vi) In the case of extra item whether additional, altered or substituted, for which

the rates cannot be derived either from similar item of work in the contract

or from the departmental schedule of rates, the contractor shall within 14

days of the receipt of the order to carry out the said extra item of work,

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 46

communicate 10 the Engineer the rate which he prepossess to claim for the

item, supported by analysis of the rate claimed and the department shall

within one month thereafter, determine the rate on the basis of the market

rate giving due consideration to the rate claimed by the contractor.

(vii) In the case of percentage rate contract, the rate for extra item shall be arrived

at by applying the percentage excess or deduction to the departmental data

rate as per the original schedule on which the tenders are invited.

4. Wherever the term "Departmental data rate" appears, it shall mean the rate derived

from the Departmental schedule of rates and shall include conveyance charges and

contractor’s profit.

(f) In cases in which the contractor has executed extra items nor contemplated in the

agreement but the rates of which require sanction of higher authorities the Division Officer may in

such cases, sanction advance upto an amount not exceeding 75 per cent of the amount for the items

at the rate worked put and certified by the Sub Division Officer. The Junior Engineer shall in all

such cases promptly record all authorised extra executed by the contractor including detailed

measurements and quantities thereof in the Measurement Book. He shall neither enter any rate for

the same in the Measurement Book nor include such extra items in the body of the bill. When the

bill is received in the Subdivision, the Subdivision Officer shall prepare a separate statement for

those extra items showing the items executed, quantity of each item rate for each item worked out

by him based on agreement conditions and amount for each item in the basis of the rate worked out

by him. He shall also furnish a certiticate to the effectthat he has personally examined all the extra

items and they are bonafide, the amount payable for these items will not be less than

Rs………………………………

(amount to be specified) and that there is no objection in paying 75 percent of this amount as a

secured advance. On receipt of the bill with the above statement and certificate, the Division

Officer may make payment not exceeding the amount recommended by the Subdivision Officer as

a lump sum secured for works done but not billed for.

24. Arbitration in claims of the contract regarding cost escalation and risk and cost will be

considered by the Government Arbitration committee constituted as per G.O.

(Rt)2252/86/P.W & 7 dt. 29.12.1986.

25. The contractor shall not without the previous sanction in writing of the authority accepting

the tender, execute any power of attorney in respect of any matter, touching this contract, and any

such power of attorney executed without such sanction shall not be recognised by or be binding

upon Government or their Officers. It shall be entirely within the discretion of the authority

accepting the tender either to grant such sanction or to refuse it or to revoke a sanction once given.

26. No part of the contract shall be sublet without written permission of the Executive Engineer

nor shall transfer be made by power of attorney authorising other to receive payment on the

contractor's behalf.

27. The Executive Engineer or other sanctioning authority reserves the right to reject any

tender or all the tenders without assigning any reason therefore.

28. Cement and M. S rods required for the work will he supplied departmentally from the

District Stores and their value recovered at Rs ................................. per bag of 59 Kg. of cement

and Rs .................................. per/Kg. of M. S. rods. Cement and rods as well as other materials so

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 47

issued shall remain the property of Government though in contractor’s custody and shall not be

removed from the stores at work site except under written authorisation by a competent authority

not less than the rank of a junior Engineer.

In case of M.S. rods, the maximum wastage upto but nor necessary 5 percent may be

allowed at the discretion of the Executive Engineer in charge of the work and the recovery will be

made at the rates specified above.

29. Any other materials available in Departmental stores if issued to the contractor will be

recorded at book value or issue rate plus 20% supervision charges or market value or data rate

whichever is higher. The fixing of market rate will be governed as per clause 33.

30. The contractor will be exempted from payment of seigniorage for rubble and metal

quarried from P.W.D. quarries exclusively for P. W. D. work. If the P. W. D. quarries are not

situated within a convenient distance from the site of the work, the contractor's quoted rates shall

he inclusive of seigniorage, ground rent etc., that may be payable to the owners of private quarries.

31. In making payment the total amount of the bill will be rounded off correct to the nearest

rupee if the amount is above Rs. 25 and to the nearest paise if the amount is below Rs. 25.

32 (a) When power rollers (which term includes Steam and Diesel Rollers), are hired out to

contractors, hire charges for the rollers (which include cost of lubricating oils, grease, small stores

and establishment charges, but exclude cost of fuel), shall be recovered at the rate of Rs - per day

of eight hours for the full period the roller is hired out to the contractor, including non-working

days except for authenticated periods of breakdown of the roller for the full working hour's of a

day; that is 8 hours from 8 a.m. to 5 p. m. (including one hour's interval for lunch) and for Sundays

and other public holidays, if there is no work on these days.

The daily rate of hire fixed by the Chief Engineer shall be for a day of 8 hours or part

thereof, between 8 a. m. and 5 p. m. with one hour's interval for lunch.

(b) If there is work on Sundays and other public holidays, the hire charges for the rollers,

shall be recovered at the rate of 1. 20 times the rate for normal working, days.

(c) When power rollers are worked an any day in excess of eight hours (that is outside the

normal working day between 8 a. m. and 5 p. M.) hire at the rate of 1.20 times the hourly rate

applicable for that day (based on the rate for 8 hours) shall be levied for every extra hour or part

thereof.

(d) The average out-turn expected from a power roller for a day of 8 hours shall be fixed by

the Chief Engineer (Buildings & Roads) for the various items of road work. A variation of plus or

minus 12% may be allowed to this average. If the daily out-turn from the roller falls outside the

permissible variations, the contractor shall be charged at one and a half times the rate of normal

hire for the day, specified for the roller concerned.

However, this clause shall not be applicable in cases where the variation is due to

authenticated periods of break-down of the roller or inclement weather.

32-A. In addition to the hire charges, necessary water, split firewood, diesel oil (fuel oil) or

powerine, as the case may be, required for the efficient working of the power roller, shall be

supplied by the contractor at his cost.

33. Value of quantities of the departmental materials issued for the work either allowed to

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 48

deteriorate or unaccounted for, amounting as it does to an excess supply over the sanction

requirements, shall be recovered at book value or issue rate plus 20% supervision charges or

market rates whichever is higher with sales tax and in addition, specific penalty rate stipulated by

the Department Market value will be the retail selling price of the materials in the locality of the

work or the nearest market town current on the day of issue, or recovery which is more. - The

Executive Engineer shall obtain the information and record within 7 days of such issue, sending a

copy to the Contractor. The decision of the Chief Engineer regarding the current market rates shall

be binding on the contractor,

Unused balance if any at the time of completion or termination of the contract will not be

accepted by the department. The cost of such materials amounting as it does to an excess over

sanctioned requirements shall be recovered at book value + 20 percent or current market rate

whichever is higher and in addition to specific penalty rates as may be fixed by Chief Engineer in

the form of Department Circular Order from time to time shall also be recovered at the direction of

Executive Engineer.

33A. [Separately attached (Please see)]

34. Tenderers should declare they are not related to any Government servant, who is in charge

of or having control of the work. Relationship in this will be restricted to father, mother, son,

daughter, brother, sister, direct uncle, nephew, father-in-law, brother-in-law, mother-in-law, sister-

in-law, and first cousin of the officer concerned. If the above condition is found to have been

contravened, when they tender the earnest money security deposit of the tenderer /tender will be

forfeited and the contract entered into will stand cancelled.

35. The contractor will provide his own tools and plant, store sheds to store his own materials

as well as those supplied by the Department and will be entirely responsible for proper use and

safe custody of the latter and also for any loss, damage, theft, mishandling, weathering or any

cause what so ever.

36. If different rates quoted for the same specification of work at the same site/in different

appendices of the schedule, and the lowest quoted rate will be accepted for the items in all the

appendices.

37. The contractor shall be responsible for the safety of the labour employed by him and he

shall be liable to pay the necessary compensation in case of accidents, as per the Workmen's

Compensation Act.

The contractor will also be liable to abide by the fair wage clause condition attached

separately.

38. Empty bags, of cement used on the work need not be returned to the departmental stores.

Value of empty cement bags will be recovered at rates fixed by the Department from time to time.

39. If the department undertakes to supply particular materials no claim for extra payment on

account of delay in the supply of these materials will be entertained.

40. In the case of construction of steining to wells, excessive tilts if any occurring to the extent

which is more than the percentage allowed as per rules will have to he rectified by the contractor at

his own cost and if the contractor fails to attend to the same it will be got attended to by other

agency and the cost thereof recovered from the original contractor.

41. The contractor should take a license under the current explosive rules to enable him to

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 49

manufacture and possess the quantity of gun powder required by him for blasting, if necessary.

42. The contractor shall employ engineering personnel as detailed below for a period of one to

two years according to the tenure of the contract paying Rs. 250 p.m. and Rs. 150 p.m. to the

Engineering Graduates an Engineering Diploma holders respectively.

1.1.a.i.1.1.1.1 Cost of work executed 1.1.a.i.1.1.1.2 No. of personnel to be

employed

For works costing from Rs. 2 lakhs upto Rs. 5

lakhs

One Engineering diploma holder

For works costing from Rs. 5 lakhs upto Rs. 10

lakhs. One Engineering Graduate and one

Engineering diploma holder

For works costing over Rs. 10 lakhs. One Engineering Graduate and two

Engineering diploma holders

43. Tenders which are not in conformity with this tender notice are liable to rejection.

44. This tender notice with the conditions stated herein will form part of the contract

documents.

45. In the case of schedule contracts when the rates quoted for particular item in figures and

words disagree, the rates quoted in words will be taken for the purpose of the settlement of the

contract. The contractor is bound to accept these rates if the contract is awarded to him. Similarly

in the case of percentage rate contract when the overall percentage rates quoted in figures and

words disagree, the rates noted in words will be taken for the purpose of the settlement of the

contract. The contractor is bound to accept these rates if the contract is awarded to him.

46. The entries in the tender schedule issued by the department is in no way to be corrected by

the tenderers and if the tenderers have to note anything, they should note the same as a foot note in

the bottom of the page. If any correction is made by the tenderer in the tender schedule the tenders

are likely to be rejected.

47. In the case of the percentage rate contract, the overall percentage rate quoted by the

contractor shall not be varied on any account whatever and it shall hold good for all items done

irrespective of variations in quantities.

48. -

49. It shall be accepted as a condition of contract that the landed property or bank deposit

based on which the solvency certificate was issued by the Revenue Department and produced

during the time of Registration will not be alienated during the period of contract without the

permission of Government vide G.O (P) No. 136/74/PW., dated 8th August 1974.

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 50

SPECIAL CONDITIONS

Name of work …..........................................................................................................................

…………………………………………………………………………………………………

……………………………………………………………………………………………….

1. All works shall be done in conformity with the specification and condition in the contract

in force in the P.W.D. The tenderer shall quote only single rate as an overall percentage above or

below or at the rates given in the schedule by a single entry at the bottom of the schedule under the

head "quoted rate of the contractor' by scoring out the irrelevant portion and attesting all the

corrections. The rates quoted shall be inclusive once covering all the operation contemplated in the

specification and tender schedule and all incidental work necessary for such operations such as

shoring, bailing, form work, scafolding, etc. the rates quoted shall be inclusive of sales tax.

2. The rates quoted by the contractor for the various items shall be inclusive of all tools and

plants required for the proper execution of work and all other incidental charges and separate claim

for these will not be entertained under any circumstances.

3. The quantities shown in the schedule are only approximate and are subject to variations and

the contactor is bound to do additional quantities of work if found necessary' at his quoted rates up

to 25/- above estimate quantities.

4. All the rates quoted should be inclusive of sales tax also.

5. All corrections and insertions in the original tender or schedule whether in the printed

matter or elsewhere shall be attested by the tenderer.

6. The contractor has to quote for the specification and unit noted' in the schedule. No

correction of specification unit or quantity is admissible and if they make any correction in the

specification, etc., the same will be rejected. If they have to note anything, they shall note the same

as a foot note at the bottom of the page.

7. The earnest money deposit receipt should be attached to the tender, properly pledged, lest

the tender will be rejected.

8. The contractor should note his Division register Number and amount of permanent earnest

money deposited by him in his tender.

9. The contractor should produce the declaration in the form attached.

10. "The contractor is bound to carry out items of works which are not expressly or impliedly

described in the tender schedule, plans, specifications and agreement but which are found

necessary for the proper completion of the work during execution. Payment of such extra items

will be made on the basis of extra item conditions vide clause 23 (e) of form No. GWD. 83.

11. For L.S. items the contractor will be paid only for the actual quanity of work done or

materials supplied and labour engaged at agreed rates for such items and as per condition No. 10

above for extra items but such payment will be limited to the lump sum quoted by the contractor. If

he fails to quote definite L.S. rates for such items the L.S. amount provided in the schedule will be

operative in his case.

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 51

12. Roofing tiles, hip tiles, wire our bricks, surki etc., required for the work should be

purchased from suppliers approved by the Stores Purchase Committee.

13. For materials issued for the work but not used and not returned to the store sales tax at the

prevailing rates will be recovered in addition to the departmental recovery plus 20 percent storage.

14. For cement and M.S. rods issued for the work but not used a penalty of Rs. 20.00 per 50

kilograms of cement and Rs. 2.50 per kilogram of M.S. rods will be recovered in addition to the

value,20 per cent storage and sales tax.

15. It will be responsibility of the contractor to obtain necessary land for stacking the materials

for arranging the work.

16. Metal of the required sizes alone should be brought to the site of the work. Breaking

boulders or rubble into metal will not be allowed either on or the side of the road. Metal should be

stacked on one side of the road only and in such a way as not to cause any hazards to traffic. The

stacks should be formed as per the standards profile current in the department.

17. Granite stone metal supplied should be sound, hard tough and durable free from any

decayed matter and of uniform colour and texture. Each piece should have sharp angular edges.

The metal should not also contain any quarry dust or earth.

18. Silicious gravel shall consist of only hard nodules not more than 40mm nor less that 6 mm.

dia, in any direction, scraped from the hill sides and free from a mixture of earth and laterite chips.

19. Sand supplied should be clean, sharp and gritty to the touch, free from clay and other

impurities and obtained fron1 running water courses.

20. Variation in supply in each 200 metre length, exceeding 1 percent from the approved indent

will not ordinarily be allowed. But supplies above 1 per cent over the stipulated quantity in the

particular 200 metre length may be accepted at the discretion of the Executive Engineer and in that

case each will be paid at ¾ of' the agreed rate. Similarly if supplies fall short by more than 1

percent recovery for this deficiency will made at ¼ of the agreed rates. Excess supplies or

deficiency in supplies over 10 per cent however will be accepted only at the descretion of the,

Executive Engineer subject to its being penalised at the half of the agreed rates. the maximum

penalty shall however be limited to 10 per cent of the contract.

21. The contractor will have to make his own arrangements to convey the materials supplied by

the department and for stacking, of materials and site shed, etc. which are found necessary for the

proper execution of the work. He will also be responsible for the safe custody of the materials till

they are used on works.

22. The contractor, should take out license for storing gun powder and explosives required for

rock blasting as per Explosive Act 1940.

23. Empty cement bags will be taken back but its cost at Re.1 per bag will be recorded towards

value with the usual sales tax.

24. Recovery of M.S. rods shall be effected at a greed rates for the quanity actually used plus

wastage, if any. The percentage of wastage will be fixed by the Executive Engineer, but at any

rates it should not exceed 5 per cent of actual usage.

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 52

25. If the department undertake the supply of any materials, no claim for extra payment due to

delay in supply of those materials will be entertained.

26. If materials other than those specified in, the tender arc issued by the department, recovery

will be effected at data rate plus storage plus sales tax or at current market rates at the time of issue

whichever is higher.

27. Hire charges of tar boiler and sprayer if supplied departmentally will be recovered at Rs.5

per day for the whole period they are in the custody of the contractor.

28. Machinery like concrete mixer, pumpset, etc, if available will be supplied by the

department as per rules and hire charges recovered from the contractor has to take the machinery

from the store and return to the same spot at his cost and responsibility.

29. A day means 8 working hours for purpose of calculation of hire charges of rollers,

pumpsets and other machinery unless otherwise specified.

30. "The contractor has to take the roller from the ................................................................

…………………………………………………………………………………………………

and return it to the same spot at his own cost and responsibility".

31. (a) "When power rollers (which term includes steam and diesel rollers) are hired out to

contractors, hire charges for the rollers (which include cost of lubricating oils, grease, small stores

and establishment charges but excludes cost of fuel), shall be recovered at the rate of Rs. 137 per

day of eight hours or part therof, for the full period the roller is hired out to the contractor

including not-working days, except, for authenticate periods of break down of the roller for the full

working hours of a day (that is 8 hours from 8 a.m. t05 p.m. including one hour's interval for

lunch), and for Sundays and other public holidays, if there is no work on these days".

("The daily rate of hire fixed by the Chief Engineer shall be for a day of 8 hours or part thereof

between 8 a.m. and 5 p.m. with one hours interval for lunch").

(b) "If there is work on Sundays and other public holidays the. hire charges for the roller,

shall be recovered at the rate of 1.20, times the rate for normal working days".

32. (a) "When power rollers are worked on any day, in excess of eight hours (that is outside the

normal working day between 8 a.m. and 5 p.m) hire at the rate of 1.20 times the hourly rate

applicable for that day. (based on the rate for 8 hours) shall be levied for every extra hour or part

thereof .

(b) "The average out-turns expected from a power roller for a day of 8 hours is as fixed by

the Chief Engineer, R& B, for the various items of road work. A variation of plus or minus 12½,

per cent may be allowed to this average. If the daily out-turn from the roller falls outside the

permissible variations, the contractor shall be charged at 1½ times the rate of normal hire for the

day specified for the roller concerned. However, this clause shall not be applicable in cases were

variation is due to authenticated periods of break down of the roller or inclement weather".

(c) In addition to the hire charges, necessary water, spilt firewood, diesel oil (fuel oil) or

powering as the case may be required for the efficient working of the roller, shall be supplied by

the contractor."

33. If part payment is claimed for metal supply: 75 per cent of supply will only be made in the

part bill. The spreading and consolidation should be done within two months of supply.

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 53

34. The payment of the earth work items will be made as per level measurements or tape

measurements as per rules prevailing in the department.

35. All items should be carried our as per relevant specification in the M.D.S.S. and all clauses

of preliminary specification should be complied with.

36. The moulds, shuttering, etc., required for the work should be made by the contractor and

got approved by the departmental officers at site before use.

37. Tribes or the locality should be employed to the extent possible. The contractor should pay

fair wages to the labour engaged on the work which will be fixed by the government as

specified in G.O.18-8597/55/LD., dated 7th March 1956 and any dues to the labour will be

recovered from his bill as fixed by the departmental officers.

38. The contractor alone is responsible for the safety of his labourers and damages, if any

payable under "Workmen's Compensation Act" will be to his debit.

39. It shall be the contractor’s responsibility to protect the public and his employees against

accident from any cause during execution of the work and he shall indemnify the

Government against any claims for injury to person or property resulting from any such

accident, and he shall, were provisions of the "Workmen's Compensation Act" apply, take

steps to properly insure against any claims thereunder.

40. The contractor shall he liable for any loss caused to the Government on account of the

above work including any that may arise due to no-fulfillment of the contract. He should

comply with the rules laid down in the Central P.W.D. Contract regulations regarding fair

wages.

41. The work shall be completed in all respects and also at the rate of progress within the time

limit and stipulations in the Form No: 83 - Notice inviting tender - Failing which the

contractor is liable to be fined as stipulated in special condition No. 49.

42. Defects, if any noticed within 24 months (12 months in the cases of road works) from the

date of completion of the work will be got rectified by the contractor, in default of which

this will be attended by the department and the cost made good from the contractor.

43. The contractor should produce latest sales tax and agricultural income-tax clearance

certificated and also income-tax clearance certificate for receiving final payment.

44. The contract shall be responsible for the payment of sales tax as per rules in force from

time to time and the rates quoted for various items remain unaffected by any changes that

may be made from time to time in the rate at which such tax is leveid. Sales tax agricultural

income tax and income tax due to Government from the contractor will be recovered from

his bill for the work as per the advise of the authorities concerned.

45. All sums due to the Government under or by virtue of this contract shall he recoverable

first from the security furnished by the contract and if the same is found insufficient, such

deficit amount shall be recoverable under the provisions of the revenue recovery Act for

the time being in force as though the same were arrears of Land Revenue or in any other

manner as the government may deem fir.

46. The contractor agrees that before final payment shall be made on -the contract, he will sign

and deliver to the Executive Engineer either in the measurement book or otherwise as

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 54

demanded, a valid release and discharge from any and all claims and demands whatsoever

for all matters arising out or connected with the contract. Provided that nothing in this

clause shall discharge or release the contractor from his liabilities under the contract. It is

further expressly agreed that the Executive Engineer in supplying the final measurement

certificate need not be bound by the proceeding measurement and payments. The final

measurements, if any, of the Executive Engineer shall be final, conclusive and binding on

the contractor.

47. The tender notice and form No. 83 notice inviting tender shall form part of the Agreement.

48. The date fixed by the Superintending Engineer for the commencement and completion".

Work as entered in this agreement shall be strictly observed by the contractor who shall pay

damages at the rates of (1) one per cent on the estimated value of the contract for every day

not exceeding five days that work remains uncommenced or unfinished, after the proper

date and further to ensure good progress during the execution of works, the contractor shall

be bound unless the contract provides otherwise in all cases in which the time allowed for a

work exceed one month to complete. One fourth of the whole work to be done when one

fourth of the whole time allowed for it has elapsed, one half of the work when one half of

the time has elapsed and three fourths of work when three fourth of time has elapsed and

the penalty for the failure in either of these cases shall likewise be that the contractor shall

be subject to pay daily damages at the rate of (1) one per cent on the estimated value of the

amount of work that should be completed by that time. Provided always that entire amount

of damages to be paid under the provisions of this clause shall not exceed in the whole

amount of retention plus the security deposit. All damages payable under the provisions of

this clause or clause 12 of the conditions of contract shall be considered as liquidated

damages to be applied to the use of this Government without reference to the actual loss

sustained owing to the delay.

49. If during execution, the proportion of usage of materials issued departmentally alone is

varied for which the price has been fixed in the tender. The quoted rate of the item will be

allowed effecting short or excess of departmental materials actually used as well as labour

charges for handling the short or excess if any provided is in the same, position.

50. The earnest money deposit of the unsuccessful tenderers will be refunded immediately

after, tabulation the tenders keeping only the earnest money of the first three lowest

tenderes, the earnest money of the remaining two unsuccessful tenderers will be refunded

within a week from the date of acceptance of tenders.

51. The contractor should engage at his cost a diploma holder (Civil Engineering) with

sufficient practical experience for the proper execution and supervision of works costing

from Rs. 2 lakhs to 5 lakhs and one Engineering Graduate and one diploma holder (Civil

Engineering) for works costing Rs. 5 lakhs up to 10 lakhs and one Engineering graduate

and two diploma holders for works costing over 10 lakhs for one or two years according to

the tenure of contract paying Rs. 250 p.m and Rs. 150 p.m. to Engineering Graduate and

diploma holder respectively.

52. All other conditions and specifications of contract are the same as those current in the

department.

53. The method of measurements will be as per Indian standard 1200 – 1958.

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 55

54. All concrete should be machine mixed and vibrated.

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 56

FAIR WAGE CLAUSE

(a) The contractor shall pay not less than fair wages to labourers engaged by him on the work:

"Fair Wages" means wage whether for time piece work notified at the time of inviting

tenders for the work and where such wages have not been so notified, the wage prescribed by the

Central P.W.D. for the District in which the work is done.

(b) The contractors shall notwithstanding the provisions of any contract to the contrary cause

to paid a fair wage to labourers indirectly engaged on the work including any labour engaged by

his sub contractor in connection with the said work as if the labourers had been immediately

employed by him.

(c) In respect of all labour directly or indirectly employed in the works for the performance of

the contractor's part of this agreement the contractor shall comply with or cause to the complied

with (the Central P.W.D. contractor's labour) regulations made by Government in regard to

payment of wages, wage period deductions from wages, recovery of wages not-paid and deduction

unauthorizedly made maintenance of wages register, other terms of employment, inspection and

submission of periodical returns and all wage cards, publication of scale of wages and returns and

all other matters of a like nature.

(d) The Executive Engineer or Subdivision Officer concerned shall have the right to deduct

from the moneys due to the contractor and any sum required of estimated to be required for

making good the loss suffered by a worker or workers by reasons of non-fulfillment of the

conditions of the contract for the benefit of the works, non-payment of wages which are not

justified by their terms of the contract or non-observance of the regulations.

(e) Vis-a-vis the central Government, the contractor shall be primarily liable for all payments

to be made under and for the observance or the regulations aforesaid without prejudice to his right

claim from this sub contractors.

(f) The regulation aforesaid shall be deemed to be a part of this contractor and breach thereof

shall be a breach of this contract.

CLAUSE 45 OF M.D.S.S.

Accidents - Hoarding - Lighting –

Observations - Watchmen

(a) When excavations have been made or obstacles have been put in public through fares or in

places where there is any likelihood of accidents, the contractor shall comply with any requirement

of law on the subject, and shall provide suitable hoardings, lighting and watchmen as necessary.

(b) It shall he the contractor's sole responsibility to protect the public and his employees

against accident from any cause and he shall indemnify Government against any claims for

damages for injury to person or property, resulting from any such accidents and he shall, where the

provisions of the Workmen's Compensation Act apply, take steps to property insure against any

claims there under.

(c) On the occurrence of an accident which results in the death of any of the workmen

employed by the contractor or which is so serious as to be likely to result in the death of any such

workmen, the contractor shall within 24 hours of the happening of such accidents, indimate in

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 57

writing to the concerned Section Officer of the Public Works Department, the fact or such

accident. The contractor shall indemnify Government against all loss or damage sustained by

Government resulting directly or indirectly from his failure to give intimation in the manner

aforesaid including the penalties or fines if any payable by Government a consequence of

Government’s failure to give notice under the Workmen's Compensation Act or otherwise conform

to the said Act in regard to such accident.

(d) In the event of an accident in respect of which compensation may become payable under

the Workmen's Compensation Act VIII of 1923 whether by the contractor or by the Government as

principal it shall be lawful for the Executive Engineer to retain out of moneys due and payable to

the contractor such sum or sums of money as may, the opinion of the said Executive Engineer, be

sufficient to meet such liability. The opinion of the executive Engineer shall be final in regard to

all matters arising under this clause.

Contractor Project Manager

FORM OF DECLARATION

1. I ……………………………………………………………..do hereby declare that none of

my relations as per the list given in Section 6 and Schedule I A of the Companies Act, 1956 is in

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 58

charge of the above work or are having control over it.

2. I ……………………………………………………………… do hereby distinctly and

expressly declares and acknowledge that I have head the Madras detailed standard specifications

and the preliminary specifications therein.

Contractor

Note:- If the contractor is found at any stage, to have suppressed any information required, his

earnest money for the work is liable to be forfeited and contract entered into, will stand

cancelled.

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 59

AMENDMENTS TO FORM NO. 83

The quantities provided for in the -schedule may vary and the contractor should be prepared to do

excess upto 25% over the schedule quantities at his quoted rate for the works.

ADD THE FOLLOWING SENTENCE TO CLAUSE 4 (A)

It shall be accepted as a condition of contract that the landed property or Bank Deposit based on

which solvency certificate was issued by the Revenue Department and produced during the time of

registration will not alienate during the period of contract without the permission of Government.

Clause 33 (a)

1. Cost of small excess quantity of cement, say less than one full bag will be recovered from

the

contractor without penalty and that if the excess is more than this, it will be transferred to other

works as early as possible, subject to condition that the quality of cement is ensured by a

responsible officer below the rank of an Assistant Engineer before utilizing it on the work for

which it is transferred.

2. In the case of excess iron and steel rods, recovery or cost will be effected at agreement

rates, if the excess is 3% (three per cent) of the total quantity of iron / steel materials and the

recovery of cost of iron / steel materials in excess of the above 3% limit will be effected at penal

rates, if the excess is not due to any change in design or abandoning a part of the work.

3. The materials w1n be issued to the contractors only for meeting the actual requirements so

that large excess do not occur at the time of completion of work.

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 60

Name of work:

CLAUSE 9 OF 'CONDITIONS OF CONTRACT"

FORM NO. GWD 132' AMMENDED IN G.O.MS. 150/86/PW & T Dtd. 11-86

"The bill above alluded to shall be submitted in exact accordance with the form supplied by

the Executive Engineer and the rates at which the value of .the wt1rk calculated shall be those

entered in the attached schedule of rates. To allow of a guarantee fund being formed on the part of

the Government, deduction or 10% from all payments to the contractor is to be made by the

Executive Engineer at the time of payment. This guarantee fund, can also be in the form of

deposits in Treasury Savings Banks equal to the amount of retention money made in favour of the

Executive Engineer in charge of the work subject to the condition that if recoveries are to be made

from such retention deposits, interest for such recoveries are to be made from for the period for

which such amount become due to Government will also be recovered from the deposits. The

contractor should deposit the entire retention money initially in banks before the first running

account bill is passed and paid. Additional retention money on the basis of the revision of probable

amount of contract should also be deposited in Banks before the first bill in which such additional

claim in excess of the original probable amount of contract is passed and paid. But the amount so

held as retention plus the security deposit of 5% as per clause (1) shall not at any time exceed 10%

of the contract amount subject to the condition that the maximum amount of total security

including Earnest money deposit, further security and the retention amounts from bills will be

limited to Rs. 5,00,000/- (Rs. Five lakhs) for work consting upto Rs. One crore and Rs. 10 lakhs

(ten lakhs) for works costing more than one, if the authority executing the agreement is satisfied

that the amount so retained shall cover the liabilities of the contractor if any as far as works done

till then are concerned. The retention amount which is held as additional security, will be released

by the officer competent to pass the final bill, at his discreption after successful completion of the

work, to the satisfaction of the department Officer concerned and finally taken over by the

Department, retaining only such amount as he may consider necessary to cover the liabilities, if

any, of the contractor. The maximum period of retaining the security deposit is twenty four months

from the date of completion of the work. The security amount will if necessary, be released earlier

at the discreation of Superintending Engineer/Executive Engineer concerned provided he is

convinced that the amount as per the final bill will cover all liabilities of the contractor and records

a certificate to that effect and provided further that the contractor has produced the latest clearance

certificate of Income-Tax and Agricultural Income Tax and Sales Tax. Till then the responsibility

for the structure will rest with the contractor".

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 61

SPECIAL CONDITION FOR PURCHASE TAX

As per Section 2 (2) of the Kerala Finance Act 1 1991, the Contractors of Civil Works of

Construction of Buildings, Bridges, Roads and Dams need pay sales tax @ 1.5% of the total

contract amount if they have opted for such payment in the agreement or subsequently before the

sales tax authorities. Based on the above provision the S.T. payabLe till 31.3.1992 is 1.5% of the

whole contract amount plus 25% of it as A.S.T. plus Surcharge @ 5% of the tax where the total

turnover is above Rs One lakh but below Rs. 10 lakhs or Surcharge @ 8% where it exceeds Rs.l0

lakhs. If the Contrs have not opted for the above method of payment of the tax then purchase

tax@6% plus Surcharge at the rates specified above are to be deducted in the bills.

I /We hereby opt 1.5% of the whole Contract amount plus 25% of it as A.S.T. plus

Surcharge @5% of the tax where the total turnover is above Rs One Lakh but below Rs. 10 lakh or

Surcharge @ 8% where it exceeds Rs..l0 lakhs.

OR

Purchase tax @ 6% plus Surcharge at the rates specified above to be deducted in the bills.

In this case the P.W.D. Officers concerned who passes the bills determine the total cost of the

purchasable items utilized in the work and issue, a Certificate regarding the above amount and the

assessing authority concerned deduct the purchase tax for the value of the purchasable items

except dept. materials.

This tax amount will be retained by the P.W.D Officer when the bill for the work is passed

for payment and the amount so retained will be credited to the Sales Tax Department.

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 62

SPECIAL CONDITION FOR GUARENTEE PERIOD

1. The security amount will be released by the Officer competent at his discretion after successful

completion of the work to the satisfaction of the Project Manager, PIU, KSUDP, Kochi and

finally taken over by the Dept., retaining an amount as be may consider necessary to cover the

liabilities, if any of the contractor. The, maximum period of retaining the security deposit t is

12 (Twelve) months from the date of satisfactory trial runG224

2. as certified by the agreement authority.

3. The security deposit of Contractors for work will be refunded after one year from the date of

completion of works as certified by the agreement authority.

4. For works having guarantee period of more than one year, the security deposit will he released

after execution of an indemnity bond in the specified form for an equal amount for the

remaining guarantee period.

SPECIAL CONDITIONS AS PER

G.O. (Rt) No.568/91/TW&T DATED 6.5.’91

TO THE GWD FORM No.83 NOTICE INVITING TENDERS

The contractor for this work shall be bound to remit an amount equal to 1% (one percent)

of the value of the work to be done on account of this contract, excluding cost of departmental

materials, towards the employer's contribution to Kerala Construction Workers Welfare Fund as

provided in the Kerala Construction Workers Welfare Fund Act 1989. This amount Shall be

recovered proportionately from the part bills and the final bill for the work and the contractor shall

abide by such recoveries.

Clause No. 56 of Form No. 83

"For all items which require bricks metric modular bricks of size 19cm x 9cm x 9cm x 19cm x

9cm x 4cm should be used".

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 63

DECLARATION

I ……………………………………………….. do hereby distinctly and expressly declare

and acknowledge that I have read the conditions as stipulated in the standard forms No. GWD.83

& 84 with the relevant modifications effected under clauses 8,14,24 etc. of Form No. 83 and clause

14 of form No. 84 and I do hereby admit that these conditions are binding on me and 1 shall abide

by the terms and conditions as stipulated therein in respect of work"

................................................................' “I am enclosing preliminary agreement form in stamp

paper worth Rs. 15/-.

Place Contract

Date

SPECIAL CONDITIONS AS PER

G.O. MS. No. 53/88/PW&T DATE 30.9.1988

All disputes and differences arising out of the Contracts that may be executed, in persuance

of the contract shall be settled only by the Civil Court in whose jurisdiction the work covered by

the contract is situated for in whose jurisdiction the contract was entered into/in case the work

extends to the Jurisdiction of more than one Court.

Section-6: General Conditions of Contract (GCC) Tender No. KITE/CLUSTER-14/01

+Kerala Infrastructure and Technology for Education 64

AMENDMENT TO CLAUSE 23 (b) OF FORM No. 83

NOTICE INVITING TENDERS

(AS PER G.O. (P)) No. 33/91/PW&T DATED 10.5.91)

Clause 23 (b)

"When payments on earth work exceeding 300 m3 are made based on tape measurements,

the contractor shall give a declaration in writing to the effect that he agrees for the recovery of the

over payments if any from the next bill"

AMENDMENT AS PER

G.O. (P) 92/89/PW &T DATED 30-9.1988

TO CLAUSE 8 OF FORM No. 83

Clause 8A:-

The specifications issued by the Chief Engineer (General) in circulate order No. O&M (1)

12407/88 dt. 11.2.88 shall also he referred to for rad works. In the case of any conflict between the

provision of M.D.S.S. and above circular order the letter shall prevail"

Name of work:

Clause 13 of, Form No. 83 Notice Inviting Tenders amended, in G.O, MS.150/86/PW&T

dt.11.11.86.

Before commencing work or with a week after the date when the acceptance of the tender

has been intimated to him the tenderer shall deposit sum which together with the earnest money

deposit shall make up 5 (five) percent of the probable value of contract subject to maximum of

Rs.1,00,000 (one lakh) and it shall be treated as security for the proper fulfillment of the same and

the tenderer shall execute an agreement for the work in the P schedule form. If he fails to do this or

in the case of P contracts fail to maintaining specified rate of progress (to be specified in each case

in the tender schedule) the earnest money and security deposit shall be forfeited to Government

and fresh tenders shall he called for, or the matter otherwise disposed off. If as a result of such

measures due to the default of the tenderer to pay the requisite deposit, sign contracts or take

possession of the work, any loss to Government results, the same will be recovered from him as

arrears of revenue, but should it be a saving to Government, be original contractor shall have no

claim. Whatever the difference recoveries of this or on any other account will be made from the

sum that may be due to the contractor on this or any other contracts or under the Revenue

Recovery Act, or otherwise as Government may decide.

Note: Investment in Treasury Savings Bank, Kisan Vikas Pathras, Post Office Time Deposit,

National Saving Certificates and Bhadratha duly pledged in favor of Superintending Engineer.

Section-7: Particular Conditions of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education i

Kerala Infrastructure and Technology for Education

SECTION 7

Particular Conditions of Contract(PCC)

January 2018

Section-7: Particular Conditions of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 2

Section 7 - Particular Conditions of Contract

The following Particular Conditions of Contract shall supplement the GCC. Whenever there is a

conflict, the provisions herein shall prevail over those in the GCC.

Section 7: Particular Conditions of Contract

A. General

GCC 1.1 (p) The Employer is: Kerala Infrastructure and Technology for Education

Infrastructure Division

( A Govt.of Kerala Undertaking)

Gitanjali Building,Ganapthi Kovil Road,

Vazhuthacaud,Thiruvanathapuram-695014

(Registered Office: Poojapura, Thiruvanathapuram-695012

Contact for any clarification:

Shri. Sreekumar K. Nair - +919746655535

Shri. V. K. Govindakumar - +918594004425

E-mail for communication:

[email protected];

[email protected];

GCC 1.1 (t) The Intended Completion Date for the whole of the Works shall be within

9(Nine) months

GCCs 1.1 (z)

& 4.1

WAPCOS Limited.

3rd floor, Chacko’s Tower,

JewsStreet, Padma Junction, Cochin-682035.Kerala.

Ph: +91-484-6491113, Fax: +91-484-2353424

Email: [email protected], [email protected]

GCC 1.1 (bb) The Site is located at the locations mentioned in Cluster-17 schools (Section-5)

GCC 1.1 (ee) The Start Date shall be latest within 14 days of the issue of Letter of

Acceptance

GCC 1.1 (ii) Modernization of Schools to International Standard as Centres of

Excellence

&

Betterment of Infrastructure Facilities in Schools related to Cluster-17.

GCC 2.2 Sectional Completions would be worked with the successful bidder.

GCC 2.3(i) The following documents also form part of the Contract:

1) Any other written agreement reached between the employer and

contractor further to the award of contract

2) Variation Orders issued during the course of execution of the contract

Section-7: Particular Conditions of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 3

GCC 3.1

Add GCC

3.2

The language of the contract is: English

The law that applies to the Contract is: Laws of India and Kerala

The bidder is deemed to be familiar with the tax laws of the country

GCC 8.1 Schedule of other contractors: Nil

GCC 9.1 List of Minimum Key Personnel required

The Bidder must demonstrate that it has the personnel for the

key positions that meet the following requirements:

No.

Position

Total Work

Experience

[years]

Experience

In Similar

Works

[years]

No

Required

per

Cluster

1 Project Manager 15 10 1

2 Structural Engineer 8 5 1

3 Site Engineers (Civil)

for each school (1 No.

Engineering

Graduate) -Mandatory

5 3 1 No. for

Each

School

4 Electrical Supervisors

for each school (1

Nos. Diploma holder)

-Mandatory

4 1 No. for

Each

School

The Bidder shall provide details of the proposed personnel and their

experience records in the relevant Information Forms included in Section 4

(Bidding Forms).

List of Minimum Equipment Required

The Bidder must demonstrate that it has the key equipment listed hereafter:

The Bidder shall provide further details of proposed items of equipment

using the relevant Form in Section 4 (Bidding Forms)

No. Equipment Type and Characteristics

1 Excavator / JCB

2 Concrete mixing plant

3 Concrete mixers

4 Vibrators

5 Generator

Section-7: Particular Conditions of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 4

6 Slump Cone apparatus

7 Cube Moulds

GCC 13.1 13.1.1 Insurance of work and contractor’s equipment: The Contractor

shall, without limiting his or the Employer’s obligations and

responsibilities under clause GCC 11, insure:

(a) the Works, together with materials and Plant for incorporation

therein to the full replacement cost

(b) an additional sum of 15 per cent of such replacement cost, to

cover any additional costs of and incidental to the

rectification of loss or damage including professional fees and

the cost of demolishing and removing any part of the Works

and of removing debris of whatsoever nature “it being

understood that such insurance shall provide for

compensation to be payable to rectify the loss of damage

incurred”

(c) the Contractor’s Equipment and other things brought onto the

Site by the Contractor, for a sum sufficient to provide for their

replacement at the Site.

13.1.2 Scope of cover: The insurance in paragraphs (a) and (b) of Sub-

Clause 13.1.1 shall be in the joint names of the Contractor and the

Employer and shall cover:

(a) the Employer and the Contractor against all loss or damage

from whatsoever cause arising, other than as provided Sub-

Clause 13.1.4, from the first working day after the

commencement date until the date of issue of the relevant

Taking-Over Certificate in respect of the Works or any

Section or part thereof as the case may be, and

(b) the Contractor for his liability:

(i) during the Defects Liability Period for loss or damage

arising from a cause occurring prior to the

commencement of the Defects Liability Period, and

(ii) for loss or damage occasioned by the Contractor in the

course of any operations carried out by him for the

purpose of complying with his obligations under

Clause GCC 33.

13.1.3 Responsibility for Amount not Recovered: Any amounts not

insured or not recovered from the insurers shall be borne by the

Employer or the Contractor in accordance with their responsibilities

Clause GCC 11 & 12.

13.1.4 Exclusions: There shall be no obligation for the insurance in Sub-

Clause 13.1.1 to include loss or damager caused by

(a) war, hostilities, invasion, act of foreign enemies.

(b) Rebellion, revolution, insurrection or military or usurped

Section-7: Particular Conditions of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 5

power, or civil war.

13.1.5 Third Party Insurance: The Contractor shall, without limiting his or

the Employer’s obligations and responsibilities under Clause GCC

63, insure, in the joint names of the Contractor and the Employer,

against liabilities for death of or injury to any person (other than as

provided in sub-clause 13.1.6 and 13.1.7) or loss or damage to any

property (other than the Works) arising out of the performance of

the Contract, other than the exception defined in paragraphs (a), (b)

and(c) of clause GCC 63.3

Such insurance shall be for at least 1 % (one percent of the contract

amount subject to a minimum of Rs.20,00,000/- (Rs. 2 million) per

occurrence with number of occurrences unlimited.

The insurance policy shall include a cross liability clause such that

the insurance shall apply to the Contractor and to the Employer as

separate insured.

13.1.6 Insurance for Employers Staff: The Contractor shall also, without

limiting his or the employer’s obligations insure in the Joint names

of the contractor and the Employer, the Employer’s staff to extent

of 5 numbers and their staff engaged on the works at the site against

liabilities for death or injury. The amount for the insurance cover

for each of the employer’s staff so engaged shall be limited to Rs.

3,00,000/- per person. The insurance shall continue until the taking

over certificate for the whole of the works is issued. Not

withstanding the amount mentioned above, insurance obtained

should satisfy the prevailing rules in this regard.

13.1.7 Accident or Injury to Workmen: The Employer shall not be liable

for or in respect of any damages or compensation payable to any

workman or other person in the employment of the Contractor or

any subcontractor, other than death or injury resulting from any act

or default or the Employer, his agents or servants. The Contractor

shall indemnify and keep indemnified the Employer against all such

damages and compensation, other than those for which the

Employer is liable as aforesaid, and against all claims, proceedings,

damages, costs, charges, and expenses whatsoever in respect

thereof or in relation thereto.

The Contractor shall insure against such liability and shall continue

such insurance during the whole at the time that any persons or

employed by him on the Works. Provided that, in respect of any

persons employed by any Subcontractor, the Contractor’s

obligations to insure as aforesaid under the Sub-Clause shall be

satisfied if the Subcontractor shall have insured against the liability

in respect of such persons in such manner that the Employer is

indemnified under the policy, but the Contractor shall require such

Subcontractor to produce to the Employer, when required, such

policy of insurance and the receipt for the payment of the current

premium.

13.1.8 Janata Personal Accident Insurance: In addition to any other

Section-7: Particular Conditions of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 6

insurance required to be taken out by statutory requirements (e.g.

Workmen’s Compensation Act 1923), the Contractor shall take out

a Janata Personal Accident Insurance in favour of each workman

employed by him on the Works. Provided that, in respect of any

persons employed by any Sub-Contractor, the Contractor’s

obligations to insure as aforesaid under this Sub-Clause shall be

satisfied if the Sub-Contractor shall have taken out Janata Personal

Accident Insurance in respect of his workmen employed on the

works and the Contractor shall require such Sub-Contractor to

produce to the Employer, when required, such policy of Janata

Personal Accident Insurance and the receipt for the payment of the

current premium.

13.1.9 Evidence and Terms of Insurances: The Contractor shall provide

evidence to the Employer as soon as practicable after the respective

insurance have been taken out but in any case prior to the start of

work at the Site that the insurances required under the Contract

have been effected and shall, within 84 days of the Commencement

Date, provide the insurance policies to the Employer. When

providing such evidence and such policies to the Employer, the

Contractor shall notify the Project Manager of so doing. Such

insurance policies shall be consistent with the general terms agreed

prior to the issue of the Letter of Acceptance. The Contractor shall

effect all insurances for which he is responsible with insurers and in

terms approved by the Employer.

13.1.10 Adequacy of Insurance: The Contractor shall notify the insurers of

changes in the nature, extent or programme for the execution of the

Works and ensure the adequacy of the insurances at all times in

accordance with the terms of the Contract and shall, when required,

produce to the Employer the insurance policies in force and the

receipts for payment of the current premium.

13.1.11 Remedy on Contractor’s failure to Insure: If the Contractor fails to

effect and to keep in force any of the insurances required under the

Contract, or fails to provide the policies to the Employer within the

period required by Clause 13.1.9, then and in any such case the

Employer may effect and keep in force any such insurances and pay

any premium as may be necessary for that purpose and from time to

time and deduct 200% of the amount so paid from any monies due

or to become due to the Contractor, or recover the same as a debt

due from the Contractor.

GCC 14.1.

Add: 14.2

Site Investigation Reports are: The Site investigation reports prepared by the

Design consultants (KITCO) and other reports as available with the employer

would be provided to the interested bidders for reference and it is the

responsibility of the bidder to assess the adequacy of the reports provided.

Add 14.2 to the GCC

(i) The Employer does not undertake to construct or make available any

approach road to the proposed worksite if not mentioned in the Bill

of Quantities and the bidder shall get acquainted with available

Section-7: Particular Conditions of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 7

means of approaches to the proposed site and quote for various

items. The Employer shall not be liable for any claim raised later on

the plea of non availability or non access to the site

(ii) The contractor, before the submission of the Bid, can refer to any

such available data as have been obtained by or on behalf of the

Employer from investigations undertaken relevant to the works. But

the contractor shall be responsible for his own interpretation thereof.

The Contractor shall be deemed to have inspected and examined the

Site and its surroundings and information available in connection

with in connection therewith and to have satisfied himself before

submitting the bid, as to;

(a) the form and nature thereof, including the subsurface

conditions.

(b) the hydrological and climatic conditions

(c) the extent and nature of work and materials necessary for the

execution and completion of the works and the remedying of

any defects therein, and

(d) the means and access to the site and the accommodation he may

require, and in general deemed to have obtained all necessary

information, subject as above mentioned, as to risks,

contingencies and all other circumstances which may influence

or affect his Bid.

Further the Successful Contractor has to conduct necessary investigations for

the execution of work before start of the work and he has to ensure himself

with the soil reports prepared by design consultant. The total responsibility

related to the soil investigations will lay on the Contractor.

GCC 16.1.

Add: 16.2

The Contractor shall submit the detailed construction schedule to the Project

Manager for approval within 21 days from the date of the Letter of Acceptance.

GCC 17.1 The following shall be designed by the Contractor: None

GCC 18.1.

Add: 18.2

The Contractor shall submit the Safety Manual & Environmental Management

Plan to the Project Manager for approval within 21 days from the date of the

Letter of Acceptance.

GCC 19.1 Please add the following after the last sentence of GCC 19.1

All old curiosities, relic coins, minerals etc., found in the excavation or

pulling down shall be the property of the Government. Should any ancient

masonry or other old work of interest be opened up, or any religious edifice

or relic be involved in removal or destruction, in the execution of a work, a

clear report on the matter should be sent to Government through the

Employer and orders obtained before the demolition or removal of such

works or relics. Similarly, regarding old curiosities etc., obtained during

excavation, the Project Manager should consult the District Collector

through appropriate channel regarding disposal of the same.

GCC 20.1 The Site Possession Date(s) shall be: The Schedule of Handing over the site

would be worked out with the successful contractor based on the work program

Section-7: Particular Conditions of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 8

of the Contractor. The sites would be handed over as per agreed schedule.

GCC 23.1

and GCC

23.2

Not Applicable

GCC 24.4 All disputes arising out of the Contracts that may be executed, in presence of

the contract shall be settled only by the Civil Court in whose jurisdiction the

work covered by the contract is situated and for in whose jurisdiction the

contract was entered into, in case the work extends to the jurisdiction of more

than one court.

B. Time Control

GCC 25.1 The Contractor shall submit for approval a Program for the Works within 21

days from the date of the Letter of Acceptance.

GCC 25.3 The period between Program updates is 60 days.

The amount to be withheld for late submission of an updated Program is an

amount equal to 5 % of the next interim payments

GCC 29.1 The Contractor shall ensure that his authorized representative at all periodic

monthly meetings as notified by the Project Manager

Add GCC 29.3 as follows

Monthly progress reports shall be prepared by the Contractor and submitted to

the Project Manager in four copies. The first report shall cover the period up to

the end of the first calendar month following the Commencement Date.

Reports shall be submitted monthly thereafter, each within 7 days after the last

day of the period to which it relates.

Reporting shall continue until the Contractor has completed all work which is

known to be outstanding at the completion date stated in the Taking-Over

Certificate for the Works.

Each report shall include:

(a) charts and detailed descriptions of progress, including each stage of

design (if any), Contractor’s Documents, procurement, manufacture,

delivery to Site, construction, erection and testing; and including these

stages for work by each nominated Subcontractor (as defined in Clause 7

[Nominated Subcontractors]),

(b) photographs showing the status of manufacture and of progress on the

Site;

(c) the details described in Clause GCC 9.1 [Personnel and Equipment];

(d) copies of quality assurance documents, test results and certificates of

Materials as per Clause 66.2

Section-7: Particular Conditions of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 9

(e) list of notices given by the Employer by the Contractor (if any)

(f) safety statistics, including details of any hazardous incidents and

activities relating to environmental aspects and public relations; and

comparisons of actual and planned progress, with details of any events or

circumstances which may jeopardise the completion in accordance with

the Contract, and the measures being (or to be) adopted to overcome

delays.

C. Quality Control

Add GCC

32.1

During the construction stage, the Contractor shall carry out all the tests as per

the specifications/quality assurance plan with in the accepted contract amount.

The Contractor shall promptly forward to the Project Manager duly certified

reports of the tests. When the specified tests have been passed, the Project

Manager shall endorse the Contractor’s test certificate, or issue a certificate to

him, to that effect

GCC 33.1 The Defects Liability Period is: 36 months from the date of commissioning

and trial run.

D. Cost Control

Add GCC

39.7

Minimum amount of monthly payment certificate shall be 2% of the accepted

contract amount.

GCC 42 Add GCC 42.2

(i) The rates quoted by the contractor shall be deemed to be inclusive

of all the prevailing taxes (Including GST) that the contractor has

to pay for performance of this contract. The Employer shall perform

such duties in regard to the deduction of such taxes as per statutory

deduction requirements at the source of payment as per applicable

rules.

GCC 43.1 The currency of the Employer’s country is: Indian Rupees

GCC 44.1

and GCC

44.2

Not applicable

GCC 45.1 The proportion of payments retained is: An amount of 2.5% (two point five

percent) from the first and the following payment certificates would be

deducted and retained as Retention money, subject to a maximum retention of

5 % of the Contract Value.

GCC 46.1 Time is the essence of the Contract. The Contractor shall be liable to pay to the

Employer, the liquidated damages equivalent to 0.5 % of the estimated cost of

balance work on contract rates as assessed for every week of delay and a part

of the week there of that the due quantity of works remains incomplete as

penalty for delay, irrespective of the fact of having been granted extension of

time for such delay, in case such delay is not beyond the control of the

Contractor at any point of time. The maximum amount of liquidated damages

Section-7: Particular Conditions of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 10

for the whole of the Works is limited to 10 %.( Ten Percent) of the total

Contract Price.

GCC 47.1 1% (one per cent) of the tendered value per month computed on per day basis,

shall be payable to the contractor, subject to a maximum limit of Rs.3,00,000/-

GCC 48 Not Applicable

Material advance also not applicable for this bid.

GCC 49.1 The Performance Security amount is 5 % of the Contract Amount.

The time allowed for submission of performance guarantee from the date of

issue of Letter of Acceptance: 14 days

The Performance Guarantee shall be in the form of un conditional Bank

Guarantee (as per Section-4 Bidding forms) and initially valid up to the

stipulated date of completion plus 2 years claim period beyond that.

E. Finishing the Contract

GCC 55.1 The date by which “as built” drawings are required is within 1 month from the

date of completion of the work.

GCC 55.2 The amount to be withheld for failing to produce “as built” drawings and/or

operating and maintenance manuals by the date required in GCC 55.1 is 5 % of

the next interim payment.

GCC 56.2 (e) The maximum number of days is: 40 days

Add GCC

56.2(g)

If the contractor does not follow the conditions in respect of (a) Prohibition of

Child Labour, (b) Compliance with all statutory provisions of the labour

(including equal pay for equal work), health safety, welfare, sanitation and

working conditions and (c) carrying out HIV/AIDS awareness and prevention

programs, and dissemination of information on risks of sexually transmitted

diseases.

GCC 58.1 The Clause GCC 69 would apply. The percentage to apply to the value of the

work not completed, representing the Employer’s additional administrative

cost for completing the Works, is 20 % of the uncompleted works.

F. Other General Conditions

GCC 66.2 Replace the third party inspection agency with Project Manager.

Add the following

The Contractor shall submit the Quality Assurance Plan to the Project Manager

for approval within 28 days from the date of the Letter of Acceptance.

GCC 76.1

Replace with following

All measurements should be recorded as per the Section-VII of CPWD

Manual.

Section-7: Particular Conditions of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 11

GCC 78

Add 78.4

Add 78.5

HIV/AIDS awareness and prevention program:

It is obligatory as a part of the Contractor to carryout HIV / AIDS awareness

and prevention program, and dissemination of information on worksites on

risks of sexually transmitted diseases and HIV/AIDS as a part of health and

safety measures for those employed under the Contract.

The contractor shall comply with all applicable environmental laws and

regulations and the contractor shall

a) Establish an operation system for managing environmental impacts;

b) Carryout all of the monitoring & mitigation measures set forth in the

Environmental monitoring programme and Environmental monitoring plan

attaches hereto as Annexure-III

c) Contractor shall include cost in his bid prices for the implementation of

monitoring & mitigation measures. No extra payment for the above is

admissible; and

d) The contractor shall submit to the Employer Monthly reports of the carrying

out of such measures.

Section-7: Particular Conditions of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 12

ANNEXURE – II

ENVIRONMENTAL MANAGEMENT PLAN

CONSTRUCTION & OPERATION PHASE MITIGATION MEASURES

1 Construction of Transmission Mains

No. Systems /

Impacts

Action to be taken Responsibl

e agencies

Time frame for

implementation

1.1 Using of modern

machineries

Using of modern machineries such as

JCBs, backhoes etc, shall be used to

minimize the construction period, it

will reduce the construction period

impacts to the near by residents.

Prospective

contractor

During

construction

1.2 Prevention of

accidents

Since the site locations are inside the

school premises, this needs to be

ensured with proper signage and

barricading.

Prospective

contractor

Construction and

operation

1.3 Barricading site The construction site should be

barricaded at all time in a day with

adequate marking, flags, reflectors

etc. for safety of students.

Prospective

contractor

During

construction

1.4 Dust Pollution

near settlements

i) All earth work will be protected in

manner acceptable to the Project

Manager to minimize generation

of dust. Area under construction

shall be covered & equipped will

dust collector.

ii) Construction material shall be

covered or stored in such a manner so

as to avoid being affected by wind

direction.

iv) Trucks carrying construction

material to be adequately covered to

avoid the dust pollution and to avoid

the material spillage

Prospective

contractor

During

construction

1.5 Protection of

sensitive

receptors.

i) Noisy construction operations in

the project area should be done only

before 7.30 am and after 6.00 pm.

ii) Preventive maintenance of

construction equipment and vehicles

to meet emission standards and to

keep them with low noise.

iii) Provision of enclosing generators

and concrete mixers at site.

Prospective

contractor /

Project

Manager

During

construction

Section-7: Particular Conditions of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 13

iv) Adequate barricading / other

measures to protect dust pollution

1.6 Vehicular noise

pollution at

sensitive

receptors.

i) Idling of temporary trucks or other

equipment should not be permitted

during periods of loading / unloading

or when they are not in active use.

ii) Stationary construction equipment

will be kept at least 500m away from

School.

iii) All possible and practical

measures to control noise emissions

during drilling shall be employed.

The Project Manager may direct to

take adequate controls measures

depending on site conditions.

Prospective

contractor /

Project

Manager

During

construction

1.7 Noise from

vehicles, plants

and equipments

i) Servicing of all construction

vehicles and machinery will be done

regularly and during routine servicing

operations, the effectiveness of

exhaust silencers will be checked and

if found defective will be replaced.

ii) Maintenance of vehicles,

equipment and machinery shall be

regular and up to the satisfaction of

the Project Manager to keep noise

levels at the minimum.

During

construction

Prospective

contractor /

Project Manager

1.8 Storage of

construction

materials

Site for storage of construction

materials to be identified, without

affecting the school functionality.

Prospective

contractor

During

construction

1.9 Storage of

chemicals and

other hazardous

materials

i) A suitable site should be identified

for the safe storage and handling of

chemicals and other hazardous

materials with proper display of

requirements and marking as

protected area.

ii) Providing specific appliances for

safe working of personnel in critical

areas like chlorination plant shall be

ensured.

Prospective

contractor /

respective

operating

agency

During

construction and

operation

1.10 Labour camp &

facilities

No labour camp to be setups in

schools.

Setting up of labour camps needs to

be done as per the procedures.

Adequate potable water facilities,

sanitation and drainage etc., in

conformity with the Indian labour

Pre-

construction

and

construction

Perspective

contractor /

Project Manager

Section-7: Particular Conditions of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 14

laws shall be ensured.

The contractor shall also

guarantee the following:

i) The location, layout and basic

facility provision of each labour

camp will be submitted to Project

Manager prior to their construction.

ii) The construction will commence

only upon the written approval of the

Project Manager.

iii) The contractor shall construct and

maintain all labour accommodation

in such a fashion that uncontaminated

water is available for drinking,

cooking and washing.

iv) Supply of sufficient quantity of

potable water (as per IS) in every

workplace/labor camp site at suitable

and easily accessible places and

regular maintenance of such

facilities.

v) The sewage system for the camp

shall be designed, built and operated

in such a fashion that no health

hazards occurs and no pollution to

the air, ground water or adjacent

water courses take place. Ensure

adequate water supply is to be

provided in all toilets and urinals.

1.11 Waste Disposal i) The contractor shall provide

garbage bins in the camps and

ensure that these are regularly

emptied and disposed off in a

hygienic manner as per the

Comprehensive Solid Waste

Management Plan approved by

the Project Manager.

ii) Unless otherwise arranged by

local sanitary authority,

arrangements for disposal of night

soils (human excreta) suitably

approved by the local medical

health or municipal authorities or

as directed by Project Manager will

have to be provided by the

contractor.

During

Constructio

n

Prospective

contractor

1.12 Clearing of i) Contractor to prepare site After Prospective

Section-7: Particular Conditions of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 15

construction

camps and

restoration

restoration plans, the plan is to be

implemented by the contractor prior

to demobilization.

ii) On completion of the works, all

temporary structures will be cleared

away, all rubbish cleared, excreta or

other disposal pits or trenches filled

in and effectively sealed off and the

site left clean and tidy, at the

contractor’s expenses, to the entire

satisfaction of the Project Manager.

completion

of the

project

contractor

1.13 Pollution from

Construction

Wastes

The contractor shall take all

precautionary measures to prevent

the wastewater generated during

construction (e.g. during the

testing of pipeline) from entering

into streams, water bodies or the

irrigation system.

All waste arising from the project

is to be disposed off in the

manner that is acceptable by the

Project Manager

The Project Manager shall certify

that all liquid wastes disposed off

from the sites meet the discharge

standard.

During

Constructio

n and post-

construction

Prospective

contractor /

Project Manager

1.14 Pollution from

Fuel and

Lubricants

i) The contractor shall ensure that

all construction vehicle parking

location, fuel/lubricants storage

sites, vehicle, machinery and

equipment maintenance and

refueling sites will be located at

least 500 m from rivers and

irrigation canal/ponds.

ii) All location and lay-out plans

of such sites shall be submitted by

the contractor prior to their

establishment and will be

approved by the Project Manager.

iii) Contractor shall ensure that

all vehicle/machinery and

equipment operation, maintenance

and refueling will be carried out

in such a fashion that spillage of

fuels and lubricants does not

contaminate the ground.

iv) Contractor shall arrange for

collection, storing and disposal of

oily wastes to the pre-identified

disposal sites (list to be submitted

construction

and

operation

Project Manager

/ Prospective

contractor

Section-7: Particular Conditions of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 16

to Project Manager ) and approved

by the Project Manager. All spills

and collected petroleum products

will be disposed off in accordance

with MoEF and state PCB

guidelines.

v) Project Manager will certify that

all arrangements comply with the

guidelines of PCB/ MoEF or any

other relevant laws.

1.15 Safety Aspects

i) Adequate precautions shall be

taken to prevent the accidents and

from the machineries. All machines

used shall confirm to the relevant

Indian standards Code and shall be

regularly inspected by the Project

Manager.

ii) Where loose soil is met with,

shoring and strutting shall be

provided to avoid collapse of soil.

iii) Protective footwear and

protective goggles to all workers

employed on mixing of materials like

cement, concrete etc.

iii) Welder’s protective eye-shields

shall be provided to workers who are

engaged in welding works.

iv) Earplugs shall be provided to

workers exposed to loud noise, and

workers working in crushing,

compaction, or concrete mixing

operation.

v) The contractor shall supply all

necessary safety appliances such as

safety goggles, helmets, safety belts,

ear plugs, mask etc to workers and

staffs.

The contractor will comply with

all the precautions as required for

ensuring the safety of the

workmen as per the International

Labor Organization (ILO)

Convention No. 62 as far as those

are applicable to this contract.

The contractor will make sure that

during the construction work all

relevant provisions of the

Factories Act, 1948 and the

During

construction

Prospective

contractor

Section-7: Particular Conditions of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 17

Building and other Construction

Workers (regulation of

Employment and Conditions of

Services) Act, 1996 are adhered

to.

The contractor shall not employ any

person below the age of 14 years for

any work and no woman will be

employed on the work of painting

with products containing lead in any

form.

1.16 Risk from

Electrical

Equipment(s)

The Contractor shall take all

required precautions to prevent

danger from electrical equipment

and ensure that -

i) No material will be so stacked

or placed as to cause danger or

inconvenience to any person or

the public.

ii) All necessary fencing and

lights will be provided to protect

the public in construction zones.

All machines to be used in the

construction will conform to the

relevant Indian Standards (IS)

codes, will be free from patent

defect, will be kept in good

working order, will be regularly

inspected and properly maintained

as per IS provision and to the

satisfaction of the Project Manager.

During

construction

Prospective

contractor

1.17 First Aid The contractor shall arrange for:

i) A readily available first aid unit

including an adequate supply of

sterilized dressing materials and

appliances as per the Factories Rules

in every work zone

ii) Availability of suitable transport at

all times to take injured or sick

person(s) to the nearest hospital

During

construction

Prospective

contractor

1.18 Barricading site The construction site should be

barricaded at all time in a day with

adequate marking, flags, reflectors

etc. for safety of general traffic

movement and pedestrians

Prospective

contractor

During

construction

Section-7: Particular Conditions of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 18

1.19 Safety Aspects

i) Adequate precautions shall be

taken to prevent the accidents and

from the machineries. All machines

used shall confirm to the relevant

Indian standards Code and shall be

regularly inspected by the Project

Manager.

ii) Provide temporary crossing /

bridges wherever necessary to

facilitate normal life and business

iii) Where loose soil is met with,

shoring and strutting shall be

provided to avoid collapse of soil.

iv) The contractor shall supply all

necessary safety appliances such as

safety goggles, helmets, safety belts,

ear plugs, mask etc to workers and

staffs.

v) A readily available first aid unit

including an adequate supply of

sterilized dressing materials and

appliances as per the Factories Rules

in every work zone

vi) Availability of suitable transport

at all times to take injured or sick

person(s) to the nearest hospital

Prospective

contractor

During

construction

2.0 Environmental enhancement and special issues: Implementi

ng Agency

Location

2.1 Flora and

Chance found

Fauna

The contractor will take

reasonable precaution to prevent

his workmen or any other persons

from removing and damaging any

flora (plant/vegetation) and fauna

(animal) including fishing in any

water body and hunting of any

animal.

If any wild animal is found near

the construction site at any point

of time, the contractor will

immediately upon discovery

thereof acquaint the Project

Manager and carry out the Project

Manager 's instructions for dealing

with the same.

The Project Manager will report to

the near by forest office (range

office or divisional office) and

Prospective

contractor

Project area

Section-7: Particular Conditions of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 19

will take appropriate steps/

measures, if required in

consultation with the forest

officials.

2.2 Chance Found

Archaeological

Property

All fossils, coins, articles of value

of antiquity, structures and other

remains or things of geological or

archaeological interest discovered

on the site shall be the property of

the Government and shall be dealt

with as per provisions of the

relevant legislation.

The contractor will take

reasonable precautions to prevent

his workmen or any other persons

from removing and damaging any

such article or thing. He will,

immediately upon discovery

thereof and before removal

acquaint the Project Manager of

such discovery and carry out the

SC's instructions for dealing with

the same, waiting which all work

shall be stopped.

The Project Manager will seek

direction from the Archaeological

Survey of India (ASI) before

instructing the contractor to

recommence the work in the site.

Prospective

contractor

Project area

2.3 Monitoring of

environment

parameters

The contractor shall undertake

seasonal monitoring of air, water,

noise and soil quality through an

approved monitoring agency. The

parameter to be monitored, frequency

and duration of monitoring plan shall

be prepared

Prospective

contractor

Corridor of

Impact

2.4 Sensitive Areas All school areas are to be provided

with suitable noise barriers and safety

measures, prior to the start of work in

order to minimize the dust and noise

impacts due to vehicle movement

during construction and their

effectiveness to be checked during

operation phase.

Prospective

contractor

Corridor of

Impact

2.5 Clearing of

construction of

camps and

restoration

Contractor to prepare site restoration

plans for approval by the Project

Manager. The plan is to be

implemented by the contractor prior

to demobilization.

Prospective

contractor

All construction

workers camps

Section-7: Particular Conditions of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education 20

On completion of the works, all

temporary structures will be cleared

away, all rubbish cleared, excreta or

other disposal pits or trenches filled

in and effectively sealed off and the

site left clean and tidy, at the

contractor’s expenses, to the entire

satisfaction of the Project Manager.

Section-7: Particular Condition of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education

21

Environmental Monitoring Plan

To monitor the extent of environmental impact of the proposed /implemented project, the contractor has to periodically monitor the

ambient environmental quality along the proposed project area. The monitoring requirement for the different environmental

components is presented in table below

Environmental Monitoring Plan

Air Quality Monitoring

Project stage Pre Construction , Construction & operation period (as agreed)

Parameter SPM, RPM, SO2, NOx, CO and Pb

Sampling Method Use method specified by CPCB for analysis

Standards Ambient Air Quality Standards, CPCB, 1994, Air (Prevention and Control of Pollution) Act,1981

Frequency Once before start of work & once every season of the year during construction period & upto 18 months (operation

Period)

Duration Continuous 24 hours / or for 1 full working day

Location Sensitive locations, especially in the downwind direction along the pipe laying work, pumping / lifting station locations,

WTP site.

Measures Wherever air pollution parameters increase above specified standards, additional measures as decided by the Project

Manager shall be adopted

Implementation Contractor through approved monitoring agencies

Supervision Implementing agency

Noise Level Monitoring

Project stage Pre Construction , Construction & operation period (as agreed)

Parameter Noise levels on dB (A) scale.

Special guidance • Free field at 1 m from the equipments whose noise level are being determined.

• Equivalent noise levels using an integrated noise level meter kept at a distance of 15m from edge of pavement

Standards National Ambient Air Quality Standards in respect of Noise, Noise Pollution (Regulation and Control) Rules, 2000

Frequency Once every season (except monsoon) for each year of construction

Duration Reading to be taken at 15 seconds interval for 15 minutes every hour and then averaged

Section-7: Particular Condition of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education

22

Location • Wherever the contractor decides to locate the equipment yard.

• At sensitive locations such as school, hospitals etc

Measures In case of noise levels causing disturbance to the sensitive receptors, management measures as suggested in the EMP

shall be carried out.

Implementation Contractor through approved monitoring agencies

Supervision Implementing agency

Apart form the above mentioned monitoring requirements, any major accidents /spillage during bulk transport of hazardous materials

by the contractor, depending on the type of spillages / accidents, the parameters to be monitored will be decided by the Project

Manager and should be carried out by the contractor through approved monitoring agencies and supervised by the Implementing

agency at their own cost.

FORMATS FOR REPORTING:

Formats for reporting / monitoring the progress / parameters achieved will be finalized in consultation with the successful bidder.

Environmental Compliance Report

The contractor shall submit a monthly progress report as per the reporting format approved by the Project Manager, on the status of

the implementation of the EMP, and get it duly approved by the Project Manager for its compliance and for proceeding with the work.

The Project Manager and the Environmental and Social Safeguard (ESS) Manager, who will have access and authority to monitor the

status based on the same and for which necessary facilities shall be made by the contractor.

Section-7: Particular Condition of Contract (PCC) Tender No. KITE/CLUSTER-14/01

Kerala Infrastructure and Technology for Education

23

Annexure III

Site Location Map

The site location Map is attached.

!A

!A

!A!A

!A!A

!A7

65 43

2

1

Palakkad

Thrissur

Malappuram

Ernakulam

77°0'0"E76°0'0"E

11°0'0"N 11°0'0"N

10°0'0"N 10°0'0"N

9°0'0"N 9°0'0"N

LegendCLUSTER 14

!A -3 Cr Schools!A -5 Cr Schools

1.Govt Manavedan VHSS, Nilambur2.Govt HSS Karuppadanna3.Cheruthuruthy GHSS4.Vadakkancheri Govt GHS5.GVHSS Pazhanji6.GHSS Varavoor7.GHSS Chembuchira

Name of Schools

.Location Map of Cluster-14 Schools

0 10 205 Miles