Вы находитесь на странице: 1из 48

-1-

INDEX
NIT No.: 283/2018-19/PaWD-III/Delhi
Name of work : Repair & Replacement to MP’s Bungalows at North Avenue
under Sub-Div.-I of PaWD-III, New Delhi, dg. 2018-19. (SH:
Misc. civil repair works in Bungalow No.12, MD Road & other
Bungalows at GRG Road).

Estimated Cost : `. 11,26,817/-


Earnest Money : `. 22,536/-
Security Deposit : 2.5% of the tendered value+50% of Performance Guarantee
Performance Guarantee : 5% of the tendered value
Time of execution : 02 Months
Sl. No. Description Page

1. Index 1
2. Notice Inviting Tender (CPWD-6) & Instructions for contractor 2-8
for e-tendering
3. Integrity Pact 9-16
4. CPWD-7/8 17-26
5. Bank Guarantee Bond 27
6. List of Approved Makes 28-31
7. General Specification 32-36
8. Additional Conditions 37-42
9. Schedule of quantity 43-46
10 OFFICE MEMORANDUM No. DG/ MAN/381 dt. 07.01.2019 47-48

Certified that this NIT contains 1 to 48 (One to Forty Eight) pages only excluding cover.
This NIT is approved for `. 11,26,817/-only

lgk;d vfHk;Urk¼
vfHk;Urk¼;ks0½ dk;Zikyd vfHk;Urk
l-a fu-
fu-e-a -III, ds-yks-fu-
fu-fo-
fo-] l-a fu-
fu-ea- -III, ds-yks-fu-
fu-fo-
fo-]
ubZ fnYyh-
fnYyh- ubZ fnYyh-
fnYyh-

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-2-

CPWD
CPWD-6 FOR e-TENDERING
1. Online Percentage/Item rate bids (CPWD-7/8) are invited on behalf of President of India on
single bid system from approved & eligible contractors of CPWD of appropriate class for the
work:-
Name of Work: Repair & Replacement to MP’s Bungalows at North Avenue under Sub-Div.-I of
PaWD-III, New Delhi, dg. 2018-19. (SH: Misc. civil repair works in Bungalow No.12, MD Road
& other Bungalows at GRG Road).
The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of submission of bid is extended, the enlistment of contractor should be valid on
the original date of submission of bids.
1.1 The work is estimated to cost `. 11,26,817/- This estimate, however, is given merely as a rough guide.
2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD-7 which is
available as a Govt. of India Publication and also available on website www.cpwd.gov.in. Bidders
shall quote his rates as per various terms and conditions of the said form which will form part of the
agreement.
3. The time allowed for carrying out the work will be 02 Months from the date of start as defined in
schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with
the phasing, if any, indicated in the bid documents.
4. (i) The site for the work is available or the site for the work shall be made available in parts as
specified below :-
5. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents except Standard General Conditions of Contract Form can be seen on website
www.tenderwizard.com/CPWD or www.cpwd.gov.in or www.eprocure.gov.in free of cost.
6. After submission of the bid the contractor can re-submit revised bid any number of times but before
last time and date of submission of bid as notified.
7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of
times (he need not re-enter rate of all the items) but before last time and date of submission of bid as
notified.
8. When bids are invited in three stage system and if it is desired to submit revised financial bid then it
shall be mandatory to submit revised financial bid. If not submitted then the bid submitted earlier shall
become invalid.
9. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker‘s
Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of Executive
Engineer, Parliament Works Division-III, CPWD, I P Bhawan, New Delhi) shall be scanned
and uploaded to the e-Tendering website within the period of bid submission. The original EMD
should be deposited either in the office of Executive Engineer inviting bids or division office of
any Executive Engineer, CPWD within the period of bid submission. The EMD receiving
Executive Engineer (including NIT issuing EE/AE) shall issue a receipt of deposition of earnest
money deposit to the bidder in a prescribed format (enclosed) uploaded by the tender inviting EE
in the NIT.

This receipt shall also be uploaded to the e-tendering website by the intending bidder upto the
specified bid submission date and time.

A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50% of
earnest money or `. 20 lakh, whichever is less, shall have to be deposited in shape prescribed
above, and balance may be deposited in shape of Bank Guarantee of any scheduled bank having
validity for ninety days from the last date of receipt of bids, which is to be scanned uploaded by
the intending bidders.
Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-3-

Copy of Enlistment Order and certificate of work experience and other documents as specified
in the press notice shall be scanned and uploaded to the e-tendering website within the period of
bid submission. However, certified copy of all the scanned and uploaded documents as specified
in press notice shall have to be submitted by the lowest bidder only within a week physically in
the office of tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of those bidders,
whose original EMD deposited with any division of CPWD and other documents scanned and
uploaded are found in order.
The bid submitted shall be opened at 03:30 PM on 25.03.2019
10. The bid submitted shall become invalid, if:
(i) The bidders is found ineligible.
(ii) The bidder does not deposit original EMD with the receiving officers i.e. EE/AE(P)/AE/
AAO of any division office of CPWD.
(iii) The bidders does not upload all the documents as stipulated in the bid document at page No.6.
(iv) If any discrepancy is noticed between the documents as uploaded at the time of submission
of bid and hard copies as submitted physically by the lowest bidder in the office of
tender opening authority.
11. The contractor whose bid is accepted will be required to furnish performance guarantee of 5% (Five
Percent) of the bid amount within the period specified in Schedule F. This guarantee shall be in the
form of cash (in case guarantee amount is less than `. 10,000/-) or Deposit at Call receipt of any
scheduled bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay
order of any Scheduled Bank (in case guarantee amount is less than `. 1,00,000/-) or Government
Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of
India in accordance with the prescribed form. In case the contractor fails to deposit the said
performance guarantee within the period as indicated in Schedule ‘F’, including the extended period if
any, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice
to the contractor. The earnest money deposited along with tender shall be returned after receiving the
aforesaid performance guarantee. The contractor whose bid is accepted will also be required to
furnish either copy of applicable licenses/registrations or proof of applying for obtaining labour
licenses, registration with EPFO, ESIC, BOCW Welfare Board, GST and Programme Chart
(Time and Progress) within the period specified in Schedule F.
12. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation they
may require and in general shall themselves obtain all necessary information as to risks, contingencies
and other circumstances which may influence or affect their bid. A bidders shall be deemed to have
full knowledge of the site whether he inspects it or not and no extra charge consequent on any
misunderstanding or otherwise shall be allowed. The bidders shall be responsible for arranging and
maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for
workers and all other services required for executing the work unless otherwise specifically provided
for in the contract documents. Submission of a bid by a bidders implies that he has read this notice
and all other contract documents and has made himself aware of the scope and specifications of the
work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him
by the Government and local conditions and other factors having a bearing on the execution of the
work.
13. The competent authority on behalf of the President of India does not bind itself to accept the lowest or
any other bid and reserves to itself the authority to reject any or all the bids received without the
assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any
condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-4-

14. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the
bids submitted by the contractors who resort to canvassing will be liable for rejection.

15. The competent authority on behalf of President of India reserves to himself the right of accepting the
whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.

16. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in
which his near relative is posted a Divisional Accountant or as an officer in any capacity between the
grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the
names of persons who are working with him in any capacity or are subsequently employed by him
and who are near relatives to any gazette officer in the Central Public Works Department or in the
Ministry of Urban Development. Any breach of this condition by the contractor would render him
liable to be removed from the approved list of contractors of this Department.

17. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or Administrative
duties in an Engineering Department of the Government of India is allowed to work as a contractor
for a period of one year after his retirement from Government service, without the prior permission of
the Government of India in writing. This contract is liable to be cancelled if either the contractor or
any of his employees is found any time to be such a person who had not obtained the permission of
the Government of India as aforesaid before submission of the bid or engagement in the contractor’s
service.

18. The bid for the works shall remain open for acceptance for a period of Ten/Fifteen/thirty/forty five/sixty
(10/15/30/45/60) days from the date of opening of bids in case of single bid system/Sixty (60) days from the
date of opening of technical bid in case bids are invited on 2 or 3 bid/ envelope system (strike out as the
case may be). If any bidders withdraws his bid before the said period or issue of letter of acceptance,
whichever is earlier, or makes any modifications in the terms and conditions of the bid which are not
acceptable to the department, then the Government shall, without prejudice to any other right or remedy,
be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the bidders shall not be
allowed to participate in the rebidding process of the work.

19. This notice inviting Bid shall form a part of the contract document. The successful bidders/contractor,
on acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of
start of the work, sign the contract consisting of:-
a) The Notice Inviting Bid, all the documents including additional conditions, specifications and
drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the rates
quoted online at the time of submission of bid and acceptance thereof together with any
correspondence leading thereto.
b) Standard C.P.W.D. Form-7.
c) A new provision of Integrity Pact has been introduced in the GCC 2014. At the time of submission of
tender/bid, it shall be mandatory to sign the Pact by the bidder/contractor failing which the
tenderer/bidder will stand disqualified from the tendering process and the bid of the bidder would be
summarily rejected.

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-5-

Annexure 20A.13.1

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING


FORMING PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE

The Executive Engineer, Parliament Works Division-III, CPWD, I.P. Bhawan, New Delhi
invites on behalf of President of India Online Percentage Rate bids (CPWD-7) on single bid system from
approved & eligible contractors of CPWD of appropriate class for the following work:-
Sl. No. NIT No. Name of work & Location Last date & Date & Time

Estimated cost put to Bid/Tender

Earnest Money

Period of completion
time of opening of
submission of Bid/Tender
Bid, scanned
copy of
original EMD,
copy of receipt
for deposition
of Original
EMD and
other
documents as
specified in
the press
notice
1. 283/2018-19/ Repair & Replacement to MP’s 25.03.2019 25.03.2019
`. 11,26,817/-

Bungalows at North Avenue under Sub- Up to at


02 Months
PaWD-III/
`. 22,536/-
Div.-I of PaWD-III, New Delhi, dg. 2018- 03:00 PM 03:30 PM
Delhi 19. (SH: Misc. civil repair works in
Bungalow No.12, MD Road & other
Bungalows at GRG Road).

1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only
submit his bid if he consider himself eligible and he is in possession of all the documents
required.
2. Information and Instructions for bidders posted on website shall form part of bid document.
3. The bid document consisting of plans, specifications, the schedule of quantities of various types
of items to be executed and the set of terms and conditions of the contract to be complied with
and other necessary documents can be seen and downloaded from website
www.tenderwizard.com/CPWD or www.cpwd.gov.in or www.eprocure.gov.in free of cost.
4. But the bid can only be submitted after depositing of original EMD either in the office of
Executive Engineer inviting bids or with the receiving officers i.e. EE/AE(P)/AE/ AAO of any
division office of CPWD within the period of bid submission and uploading the mandatory
scanned documents such as Demand Draft or Pay order or Banker`s Cheque or Deposit at call
Receipt or Fixed Deposit Receipts and Bank Guarantee of any Scheduled Bank towards EMD in
favour of Executive Engineer as mentioned in NIT i/c receipt for deposition of original EMD
with the receiving officers i.e. EE/AE(P)/AE/AAO of any office of the Executive Engineer
(including NIT issuing EE), CPWD and other documents as specified.
5. The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD shall have
to deposit tender processing fee at existing rates, or they have option to switch over to the
new registration system without tender processing fee any time.
6. Those contractors not registered on the website mentioned above, are required to get registered
beforehand. If needed they can be imparted training on online bidding process as per details
available on the website.
7. The intending bidder must have valid class-III digital signature to submit the bid.
Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-6-

8. On opening date, the contractor can login and see the bid opening process. After opening of bids
he will receive the competitor bid sheets.
9. Contractor can upload documents in the form of JPG format and PDF format.
10. Contractor must ensure to quote rate of each item. The column meant for quoting rate in figures
appears in pink colour and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is left blank
the same shall be treated as “0”.
Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item shall be
treated as “0” (ZERO).
11. SC/ST contractors enlisted under class V category are exempted from processing fee payable to
ITI.
12. List of Documents to be scanned and uploaded within the period of bid submission:
i) Treasury Challan/Demand Draft/Pay order or Banker`s Cheque /Deposit at Call
Receipt/FDR/Bank Guarantee of any Scheduled Bank against EMD.
ii) Enlistment Order of the Contractor.
iii) Copy of receipt for deposition of original EMD issued from division office of
any Executive Engineer (Including NIT issuing EE/AE), CPWD.
iv) Copy of G.S.T Registration Certificate.

Executive Engineer
Parliament Works Division-III,
CPWD, New Delhi
(Mobile No.: 9868548502, Office Tel. No.: 23370180)
(e-mail ID: eepawd3@yahoo.com)

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-7-

20A. 13 Information and Instruction for Contractors for e-tendering


forming part of NIT and to be posted on website.

1. Information and instruction for Contractor will form part of NIT and to be
uploaded on ITI website.
2. The intending bidder must have Class-III digital signature to submit the bid.
3. The contractor can deposit original EMD either in the office of Executive Engineer
inviting bids or division office of any Executive Engineer, CPWD within the period
of bid submission. The contractor shall obtain the receipt of EMD from the concerned
Executive Engineer (including NIT issuing EE/AE) in the prescribed format uploaded by
NIT issuing Executive Engineer. The bid document as uploaded can be viewed and
downloaded free of cost by anyone including intending bidder. But the bid can only be
submitted after uploading the mandatory scanned documents such as Demand Draft/Pay
order or Banker’s Cheque/Bank Guarantee of any scheduled bank towards EMD in favour
of respective Executive Engineer, copy of receipt of original EMD and other documents
specified in the press notice.

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-8-

20A. 14 Information and Instruction for Executive Engineer for e-tendering


1. The Executive Engineer of all divisions including NIT issuing Division/sub-division of CPWD
should receive the original EMD for tender of other division.
2. The NIT approving authority/EE at the time of issue of NIT shall also fill and upload the
following prescribed format of receipt of deposition of original EMD along with NIT:-
Receipt of deposition of original EMD
(Receipt No…………*…………….../Date………*…..…….)
1. Name of work : Repair & Replacement to MP’s Bungalows at North
Avenue under Sub-Div.-I of PaWD-III, New Delhi, dg.
2018-19. (SH: Misc. civil repair works in Bungalow No.12,
MD Road & other Bungalows at GRG Road).

2. NIT No.: 283/2018-19/ PaWD-III/Delhi

3. Estimated Cost: `. 11,26,817/-

4. Amount of Earnest Money


Deposit: ` 22,536/-

5. Last Date of submission of bid: 25.03.2019


(* To be filled by EMD Receiving Officer)- Earnest Money in the form of Treasury Challan or Demand
Draft or Pay order or Banker‘s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn
in favour of Executive Engineer, Parliament Works Division-III, CPWD, I P Bhawan, New Delhi)

1. Name of contractor………………………#…………………………………………..
2. Form of EMD……..……………………...#……………………………………………
3. Amount of Earnest Money Deposit.……..#……………………………………………
4. Date of Submission of EMD …………….#…………………………………………..

Signature, Name and Designation of EMD


receiving officer (EE/AE(P)/AE/AAO)
alongwith Office stamp
(# to be filled by EMD Receiving EE or NIT issuing EE/AE as the case may be )
3. The Executive Engineer receiving EMD in original form shall examine the EMD deposited by
the bidder and shall issue a receipt of deposition of earnest money to the agency in a given
format uploaded by tender inviting EE. The receipt can also be issued by the AE(P)/AE/AAO.
4. The Executive Engineer receiving original EMD shall also intimate tender inviting Executive
Engineer about deposition of EMD by the agency by email/fax/telephonically.
5. The original EMD receiving Executive Engineer shall release the EMD after verification from
the e-tendering portal website (www.tenderwizard.com>tender free view>Advance
search>awarded tenders) that the particular contractor is not L-1 tenderer and work is awarded.
6. The tender inviting Executive Engineer will call for original EMD of the L-1 tenderer from
EMD receiving Executive Engineer immediately.

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-9-

INTEGRITY PACT CPWD

To,
Executive Engineer,
PaWD-III, CPWD,
New Delhi.

Sub: Submission of Tender for the work of Repair & Replacement to MP’s Bungalows at
North Avenue under Sub-Div.-I of PaWD-III, New Delhi, dg. 2018-19. (SH: Misc.
civil repair works in Bungalow No.12, MD Road & other Bungalows at GRG Road).
NIT No.: 283/2018-19/ PaWD-III/Delhi

Dear Sir,

It is here by declared that CPWD is committed to follow the principle of transparency,


equity and competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition
that the Bidder will sign the integrity Agreement, which is an integral part of tender/bid
documents, failing which the tenderer/bidder will stand disqualified from the tendering process
and the bid of the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of the
same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the
CPWD.

Yours faithfully

Executive Engineer

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-10-

INTEGRITY PACT CPWD

To,

Executive Engineer,
PaWD-III, CPWD,
New Delhi.

Sub: Submission of Tender for the work of Repair & Replacement to MP’s Bungalows at
North Avenue under Sub-Div.-I of PaWD-III, New Delhi, dg. 2018-19. (SH: Misc.
civil repair works in Bungalow No.12, MD Road & other Bungalows at GRG Road).
NIT No.: 283/2018-19/ PaWD-III/Delhi

Dear Sir,

I/We acknowledge that CPWD is committed to follow the principles thereof as


enumerated in the Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that I/We will sign the enclosed integrity Agreement, which is an integral part of
tender documents, failing which I/We will stand disqualified from the tendering process. I/We
acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN
UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and
spirit and further agree that execution of the said Integrity Agreement shall be separate and
distinct from the main contract, which will come into existence when tender/bid is finally
accepted by CPWD. I/We acknowledge and accept the duration of the Integrity Agreement,
which shall be in the line with Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the tender/bid, CPWD shall have unqualified, absolute and
unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with
terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-11-

INTEGRITY PACT CPWD


To be signed by the bidder and same signatory competent / authorized to sign the
relevant contract on behalf of CPWD.

INTEGRITY AGREEMENT
This Integrity Agreement is made at ............... on this ........... day of ......... 20......

BETWEEN
President of India represented through Executive Engineer, PaWD-III, CPWD, I.P.
Bhawan, New Delhi (Hereinafter referred as the ‘Principal/Owner’, which expression
shall unless repugnant to the meaning or context hereof include its successors and
permitted assigns)

AND
...........................................................................................................................................
(Name and Address of the Individual/firm/Company)
through .................................................................... (Hereinafter referred to as the
(Details of duly authorized signatory)
“Bidder/Contractor” and which expression shall unless repugnant to the meaning or
context hereof include its successors and permitted assigns)

Preamble

WHEREAS the Principal / Owner has floated the Tender (NIT No. ................................)
(hereinafter referred to as “Tender/Bid”) and intends to award, under laid down
organizational procedure, contract for
............................................................................................................................................
(Name of work)
hereinafter referred to as the “Contract”.

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of
the land, rules, regulations, economic use of resources and of fairness/transparency in its
relation with its Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter
into this Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the
terms and conditions of which shall also be read as integral part and parcel of the
Tender/Bid documents and Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the


parties hereby agree as follows and this Pact witnesses as under:

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-12-

INTEGRITY PACT CPWD


Article 1: Commitment of the Principal/Owner
1) The Principal/Owner commits itself to take all measures necessary to prevent
corruption and to observe the following principles:
(a) No employee of the Principal/Owner, personally or through any of his/her
family members, will in connection with the Tender, or the execution of the
Contract, demand, take a promise for or accept, for self or third person, any
material or immaterial benefit which the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with
equity and reason. The Principal/Owner will, in particular, before and during
the Tender process, provide to all Bidder(s) the same information and will not
provide to any Bidder(s) confidential / additional information through which
the Bidder(s) could obtain an advantage in relation to the Tender process or
the Contract execution.

(c) The Principal/Owner shall endeavour to exclude from the Tender process any
person, whose conduct in the past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its employees


which is a criminal offence under the Indian Penal code (IPC)/Prevention of
Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned
or if there be a substantive suspicion in this regard, the Principal/Owner will inform
the Chief Vigilance Officer and in addition can also initiate disciplinary actions as
per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s)


1) It is required that each Bidder/Contractor (including their respective officers,
employees and agents) adhere to the highest ethical standards, and report to the
Government / Department all suspected acts of fraud or corruption or Coercion
or Collusion of which it has knowledge or becomes aware, during the tendering
process and throughout the negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to


prevent corruption. He commits himself to observe the following principles during
his participation in the Tender process and during the Contract execution:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or


firm, offer, promise or give to any of the Principal/Owner’s employees
involved in the Tender process or execution of the Contract or to any third
person any material or other benefit which he/she is not legally entitled to, in
order to obtain in exchange any advantage of any kind whatsoever during the
Tender process or during the execution of the Contract.

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-13-

INTEGRITY PACT CPWD


b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any
undisclosed agreement or understanding, whether formal or informal. This
applies in particular to prices, specifications, certifications, subsidiary
contracts, submission or non-submission of bids or any other actions to restrict
competitiveness or to cartelize in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant
IPC/PC Act. Further the Bidder(s)/Contract(s) will not use improperly, (for
the purpose of competition or personal gain), or pass on to others, any
information or documents provided by the Principal/Owner as part of the
business relationship, regarding plans, technical proposals and business
details, including information contained or transmitted electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and


addresses of agents/representatives in India, if any. Similarly
Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and
addresses of foreign agents/representatives, if any. Either the Indian agent on
behalf of the foreign principal or the foreign principal directly could bid in a
tender but not both. Further, in cases where an agent participate in a tender on
behalf of one manufacturer, he shall not be allowed to quote on behalf of
another manufacturer along with the first manufacturer in a
subsequent/parallel tender for the same item.

d) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all
payments he has made, is committed to or intends to make to agents, brokers
or any other intermediaries in connection with the award of the Contract.

3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences


outlined above or be an accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
indulge in fraudulent practice means a willful misrepresentation or omission of
facts or submission of obtaining unjust advantage by or causing damage to
justified interest of others and/or to influence the procurement process to the
detriment of the Government interests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
use Coercive Practices (means the act of obtaining something, compelling an action
or influencing a decision through intimidation, threat or the use of force directly or
indirectly, where potential or actual injury may befall upon a person, his/ her
reputation or property to influence their participation in the tendering process).

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-14-

INTEGRITY PACT CPWD


Article 3: Consequences of Breach
Without prejudice to any rights that may be available to the Principal/Owner under law
or the Contract or its established policies and laid down procedures, the Principal/Owner
shall have the following rights in case of breach of this Integrity Pact by the
Bidder(s)/Contractor(s) and the Bidder/ Contractor accepts and undertakes to respect and
uphold the Principal/Owner’s absolute right:

1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract


has committed a transgression through a violation of Article 2 above or in any other
form, such as to put his reliability or credibility in question, the Principal/Owner
after giving 14 days notice to the contractor shall have powers to disqualify the
Bidder(s)/Contractor(s) from the Tender process or terminate/determine the
Contract, if already executed or exclude the Bidder/Contractor from future contract
award processes. The imposition and duration of the exclusion will be determined
by the severity of transgression and determined by the Principal/Owner. Such
exclusion may be forever or for a limited period as decided by the
Principal/Owner.

2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the


Principal/Owner has disqualified the Bidder(s) from the Tender process prior to the
award of the Contract or terminated/determined the Contract or has accrued the
right to terminate/determine the Contract according to Article 3(1), the
Principal/Owner apart from exercising any legal rights that may have accrued to the
Principal/Owner, may in its considered opinion forfeit the entire amount of Earnest
Money Deposit, Performance Guarantee and Security Deposit of the
Bidder/Contractor.

3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a


Bidder or Contractor, or of an employee or a representative or an associate of a
bidder or Contractor which constitutes corruption within the meaning of IPC Act,
or if the Principal/Owner has substantive suspicion in this regard, the
Principal/Owner will inform the same to law enforcing agencies for further
investigation.

Article 4: Previous Transgression


1) The Bidder declares that no previous transgressions occurred in the last 5 years
with any other Company in any country confirming to the anticorruption approach
or with Central Government or State Government or any other Central/State Public
Sector Enterprises in India that could justify his exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from
the Tender process or action can be taken for banning of business dealings/ holiday
listing of the Bidder/Contractor as deemed fit by the Principal/ Owner.
Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-15-

INTEGRITY PACT CPWD


3) If the Bidder/Contractor can prove that he has resorted / recouped the damage
caused by him and has installed a suitable corruption prevention system, the
Principal/Owner may, at its own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors


1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a
commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be
responsible for any violation(s) of the principles laid down in this agreement/Pact
by any of its Subcontractors/ sub-vendors.

2) The Principal/Owner will enter into Pacts on identical terms as this one with all
Bidders and Contractors.

3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed
Pact between the Principal/Owner and the bidder, along with the Tender or violate
its provisions at any stage of the Tender process, from the Tender process.

Article 6- Duration of the Pact


This Pact begins when both the parties have legally signed it. It expires for the
Contractor/Vendor 12 months after the completion of work under the contract or till the
continuation of defect liability period, whichever is more and for all other bidders, till
the Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and continue to
be valid despite the lapse of this Pacts as specified above, unless it is
discharged/determined by the Competent Authority, CPWD.

Article 7- Other Provisions


1) This Pact is subject to Indian Law, place of performance and jurisdiction is the
Head quarters of the Division of the Principal/Owner, who has floated the
Tender.

2) Changes and supplements need to be made in writing. Side agreements have not
been made.

3) If the Contractor is a partnership or a consortium, this Pact must be signed by all


the partners or by one or more partner holding power of attorney signed by all
partners and consortium members. In case of a Company, the Pact must be signed
by a representative duly authorized by board resolution.

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-16-

INTEGRITY PACT CPWD


4) Should one or several provisions of this Pact turn out to be invalid; the remainder
of this Pact remains valid. In this case, the parties will strive to come to an
agreement to their original intensions.

5) It is agreed term and condition that any dispute or difference arising between the
parties with regard to the terms of this Integrity Agreement / Pact, any action taken
by the Owner/Principal in accordance with this Integrity Agreement/ Pact or
interpretation thereof shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS


All rights and remedies of the parties hereto shall be in addition to all the other legal
rights and remedies belonging to such parties under the Contract and/or law and the
same shall be deemed to be cumulative and not alternative to such legal rights and
remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact
will have precedence over the Tender/Contact documents with regard any of the
provisions covered under this Integrity Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the
place and date first above mentioned in the presence of following witnesses:

...............................................................

(For and on behalf of Principal/Owner)

.................................................................
(For and on behalf of Bidder/Contractor)

WITNESSES:

1. ..............................................
(signature, name and address)

2. ...............................................
(signature, name and address)

Place:

Dated:

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-17-

ds-yks-fu-
fu-fo-
fo- /C.P.W.D.- 7
Hkkjr ljdkj GOVERNMENT OF INDIA
dsUnzh; yksd fuekZ.k foHkkx CENTRAL PUBLIC WORKS DEPARTMENT
jkT; STATE :- Delhi. ifjeaMy CIRCLE:- DCC-IV

“kk[kk BRANCH :- B & R eaMy DIVISION :- PaWD-III

vapy ZONE :- NDZ-V mieaMy SUB-DIVISION :-I

flfoy dk;ksZ ds fy, izfr”kr@en


r”kr@en nj fufonk ,oa lafonk
Percentage/Item Rate Bid/Tender & Contract for works

dk;Z ds fy, fufonk %Tender for the work of :- Repair & Replacement to MP’s Bungalows
at North Avenue under Sub-Div.-I of PaWD-III, New Delhi, dg. 2018-19. (SH: Misc. civil
repair works in Bungalow No.12, MD Road & other Bungalows at GRG Road).

(i) To be uploaded by 15:00 Hours on 25.03.2019 at www.tenderwizard.com/CPWD.

(ii) To be opened in presence of tenderers who may be present at 15:30 Hours on 25.03.2019 in the
office of The Executive Engineer, PaWD-III, CPWD, New Delhi.
Issued to …#….._________________________________________________________
(Contractor)
Signature of officer issuing the documents …#…..______________________________
Designation __________ Executive Engineer …#…..______________________________
Date of issue: #

fufonk TENDER

eSus@geus dk;Z ds fy, fufonk vkea=.k lwpuk] vuqlwph&d] [k] x] ?k] M- vkSj p] ykxw fofunsZ'k] uD'ks ,oa fMtkbu] lkekU;
fu;e ,oa funsZ'k Bsds ds mica/k fof'k"V 'krsZa] nj vuqlwph ,oa vU; dkxtkr rFkk Bsds dh 'krksZ esa fn;s x, fu;e rFkk fufonk
dkxtkr esa mfYyf[kr vU; ckrksa dks i<+ o tkap fy;k gSA
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F
Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of
Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and
Rules referred to in the conditions of contract and all other contents in the tender document for
the work.
eSa@ge] ,rr~}kjk Hkkjr ds jk"Vªifr ds fy, vuqlwph *p* fofufnZ"V le; ds vUnj fofufnZ"V dk;Z] ;Fkk&ek=kvksa dh vuqlwph rFkk
lHkh lacaf/kr fofunsZ'kksa] fMtkbuksa] uD'kksa ds vuq:i rFkk lkekU; fu;ekoyh ds fu;e&1 vkSj Bsds dh 'krks± ds [kaM&11 esa
mfYyf[kr fyf[kr vuqns'kksa ,oa ,slh lkefxz;ksa] tks iznku dh tkrh gSa vkSj mlds laca/k esa] ,slh 'krsZa tks ykxw gks] ds vuq:Ik
fu"iknu gsrq fufonk nsrk gwa@nsrs gSaA
I/We hereby tender for the execution of the work specified for the President of India within the
time specified in Schedule ‘F’ viz., schedule of quantities and in accordance in all respect with
the specifications, designs, drawing and instructions in writing referred to in Rule-1 of General
Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as
are provided for, by, and in respect of accordance with, such conditions so far as applicable.

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-18-

ge fufonk dks] blds [kksys tkus dh fu/kkZfjr rkjh[k ls nl


¼10½@iUnzg¼15½@rhl¼30½@iSarkyhl¼45½@NkB¼60½ fnu ;fn fufonk;sa 1 cksyh i)fr ls vkeaf=r dh x;h gkas
@;fn fufonk;sa 2 ,oa 3 cksyh@ fyQkQs i)fr ls vkeaf=r dh x;h gkas rks rduhdh cksyh [kqyus dh rkjh[k
ls uCcs ¼60½ fnu rd ¼tks ykxw u gks mls dkV nsa½ ds fy, [kqyk j[kus rFkk bldh 'krksaZ ,oa fuca/kuksa esa] fdlh
izdkj dk ifjorZu djus ds fy, lger gSaA

We agree to keep the tender open for Ten/Fifteen/thirty/forty five/sixty (10/15/30/45/60) days from the
date of opening of bids in case of single bid system/Sixty (60) days from the date of opening of technical bid
in case bids are invited on 2 or 3 bid/ envelope system (strike out as the case may be) and not to make
any modification in its terms and conditions.

A sum of `. 22,536/- is hereby forwarded in cash/receipt treasury challan/deposit at call


receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a
scheduled bank/bank guarantee issued by a scheduled bank as earnest money. Copy of
receipt for deposition of original EMD issued from division office of any Executive Engineer,
CPWD is scanned and uploaded within the period of bid submission (The EMD document shall be
issued from the place in which the office of receiving division office is situated). If I/We, fail to
furnish the prescribed performance guarantee within prescribed period, I/We agree that the said
President of India or his successors, in office shall without prejudice to any other right or
remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to
commence work as specified, I/ We agree that President of India or the successors in office shall
without prejudice to any other right or remedy available in law, be at liberty to forfeit the said
performance guarantee absolutely. The said Performance Guarantee shall be a guarantee to
execute all the works referred to in the tender documents upon the terms and conditions
contained or referred to those in excess of that limit at the rates to be determined in accordance
with the provision contained in Clause 12.2 and 12.3 of the tender form.

blds vfrfjDr eaS@ge lger gSa fd mi;ZqDr c;kuk jkf'k ;k fu"iknu xkajVh tCr gks tkus ds ekeys esa
eq>s@gesa dk;Z dh iqu% fufonk izfØ;k esa Hkkx ysus ls jksd fn;k tk,xkA
Further, I/We agree that in case of forfeiture of Earnest Money or Performance Guarantee as
aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-19-

eSa opu nsrk gwa rFkk iqf"V djrk gwa@ge opu nsrs gSa rFkk iqf"V djrs gSa fd ik=rk ds fy, leku fuekZ.k dk;Z
dks cSd Vw cSd vk/kkj ij ,d vU; Bsdsnkj }kjk ugha djok;k x;k gSA blds vykok ;fn bl izdkj dk
mYya?ku foHkkx dh tkudkjh esa vkrk gS rks eq>s@gesa Hkfo"; esa dsyksfufo esa fufonk nsus ls ges'kk ds fy,
oafpr dj fn;k tk,xkA lkFk gh] ;fn dk;Z ds izkjaHk gksus dh rkjh[k ls igys bl izdkj dk mYya?ku foHkkx
dh tkudkjh esa vkrk gS rks Hkkjlk/kd bathfu;j dks c;kuk jkf'k tek@dk;Z fu"iknu xkjaVh dh lexz jkf'k
tCr djus dh Lora=rk gksxhA
I/We undertake and confirm that eligible similar work(s) has/have not been got executed
through another contractor on back to back basis. Further that, if such a violation comes to the
notice of Department, then I/We shall be debarred for tendering in CPWD in future forever.
Also, if such a violation comes to the notice of Department before date of start of work, the
Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money
Deposit/Performance Guarantee.
eSa@ge ,rr~}kjk ?kks"k.kk djrs gSa fd eSa@ge fufonk dkxtkrksa] uD'kksa vkSj dk;Z ls lacaf/kr vU; vfHkys[kksa dks
xqIr@xksiuh; dkxtkr ds :i esa j[ksaxs vkSj muls izkIr@yh xbZ tkudkjh fdlh vU; dks] ftUgsa eSa@ge
lwfpr djus ds fy, izkf/kd`r gksa] ls fHkUu fdlh dks] ugha crk,axs ;k tkudkjh dks fdlh ,sls :i esa iz;ksx
ugha djsaxs tks jkT; dh lqj{kk ds fy, izfrdwy gksA
I/We hereby declare that I/We shall treat the tender documents drawings and other records
connected with the work as secret/confidential documents and shall not communicate
information/derived there from to any person other than a person to whom I/We am/are
authorized to communicate the same or use the information in any manner prejudicial to the
safety of the State.

rkjh[k Dated .................... Bsdsnkj ds gLrk{kj Signature of Contractor


Mkd irk Postal Address #
lk{kh Witness : #
irk Address: #
mithfodk Occupation : #
Lohd`fr/ACCEPTANCE
eS Hkkjr ds jk"Vªifr dh vksj ls rFkk muds fy, #0: - *-------------------------- ¼:i, *----------
---------------------------------------------------------------------------------------------½ dh
jkf”k ds fy, mi;qZDr fufonk ¼v/kksfyf[kr i=ksa ds vuqlkj ifjofrZr½ Lohdkj djrk gwaA
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me
for and on behalf of the President of India for a sum of Rs. *____________
(Rupees*____________________________________________________________________________
____)

uhps fn, x, i= bl Bsdk djkj dk fgLlk gksaxsA


The letters referred to below shall form part of this contract Agreement:-
I) *
ii) *
iii) * Hkkjr ds jk"Vªifr dh vksj ls rFkk muds fy,
For & on behalf of the President of India.
gLrk{kj Signature
..............................................
rkjh[k Dated *…….................... inuke Designation
............................................
* To be filled in by EE
# To be filled by the contractor

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-20-

flfoy dk;®Z^ dh vuqlwfp;ka PERFORMA OF SCHEDULES


vuqlwph ^d* SCHEDULE ‘A’
ek=kvksa dh vuqlwph ¼layXu½
Schedule of quantities Enclosed

vuqlwph ^[k* SCHEDULE ‘B’


Bsdsnkj dh fuxZr dh tkus okyh lkefxz;ksa dh vuqlwph
Schedule of materials to be issued to the contractor
Øe- la- en fooj.k ek=k ftl nj ij lkefxz;ka Bsdsnkj dks fuxZr LFkku
S.No. Description of item Quantity izHkkfor gksxh og nj vadksa ,oa “kCnksa Place of Issue
esa
Rates in figures & words at which the
material will be charged to the
contractor
1 2 3 4 5
-----NIL--------
(Material required for the work shall be arranged by the Contractor)

vuqlwph ^x* SCHEDULE ‘C’


Bsdsnkj dks HkkM+s ij fn, tkus okys vkStkj ,oa la;=
Tools and plants to be hired to the contractor
Øe- la- fooj.k HkkM+k izHkkj izfrfnu fuxZr LFkku
S.No. Description Hire charges per day Place of Issue
1 2 3 4
-----NIL--------
(shall be arranged by the Contractor)
vuqlwph *?k* SCHEDULE ‘D’
dk;Z ds fy, fo’ks"k vis{kk,a@nLrkost] ;fn dksbZ gksa] dh vfrfjDr vuqlwph
Extra schedule for specific requirements/documents for the work, if any - General Conditions,
Additional Conditions,
Additional Specifications,
List of approved
make etc. Enclosed
vuqlwph ^M* SCHEDULE ‘E’
Bsds dh lkekU; “krksZ dk lanHkZ Reference to General Conditions of contract - GCC for CPWD 2014
as amended/modified
upto last date of
receipt of bids
dk;Z dk uke/Name of Work: -
Repair & Replacement to MP’s Bungalows at North Avenue under Sub-Div.-I of PaWD-III, New
Delhi, dg. 2018-19. (SH: Misc. civil repair works in Bungalow No.12, MD Road & other Bungalows
at GRG Road).

dk;Z dh vuqqekfur ykxr Estimated cost of work : Rs. 11,26,817/-


(i) /kjksgj jkf”k Earnest money Rs. 22,536/- (to be returned after receiving
performance guarantee)
(ii) fu"iknu xkjaVh Performance 5% of tendered value
guarantee
(iii) izfrHkwfr fu{ksi Security Deposit 2.5% of tendered value plus 50% of Performance
Guarantee

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-21-

vuqlwph ^p* SCHEDULE ‘F’


lkekU; fu;e ,oa fn'kkfunsZ'k%
General Rules & Directions

fufonk vkea=.k djus okyk izkf/kdkjh


Officer inviting tender - Executive Engineer, PaWD- III , CPWD, New Delhi

dk;Z dh enksZ dh ek=k ds fy, vf/kdre izfr”kr ftlls vf/kd fu"ikfnr


enksa ds fy, njksa dk fu/kkZj.k [k.M 12-2 vkSj 12-3 ds vuqlkj gksxk
Maximum percentage for quantity of items of work to
be executed beyond which rates are to be determined
in accordance with Clauses 12.2 & 12.3. See below

ifjHkk"kk;sa%& Definitions:
2(v) Hkkjlk/kd bathfu;j
Engineer-in-Charge Executive Engineer, PaWD-III, CPWD, New Delhi
2(viii) Lohdkj drkZ izkf/kdkjh
Accepting Authority Executive Engineer, PaWD-III, CPWD, New Delhi

2(x) vfrfjDr vkSj ykHkksa dks iwjk djus ds


fy, lkefxz;ksa dh ykxr ij izfr'krrk
Percentage on cost of materials and
labour to cover all overheads and profits 15%

2(xi) njksa dh ekud vuqlwph


Standard schedule of Rates DSR 2016 + Cost Index (+)15.69% with
upto date correction Slip.
2(xii) foHkkx
Department Central Public Works Department

9(ii) ekud ds-yks-fu-fo- Bsdk QkeZ ------------------------------------------------


Standard CPWD Contract Form GCC-2014, CPWD Form-7 as
amended/modified upto last date of receipt
of bids
[k.M Clause 1
(i) Lohd`fr Ik= tkjh gksus dh rkjh[k ls fu’iknu xkjaVh ds izLrqrhdj.k
ds fy, vuqer le;] fnuksa esa
(i) Time allowed for submission of Performance
Guarantee, Programme Chart (Time and Progress)
and applicable labour licenses, registration with EPFO,
ESIC and BOCW Welfare Board or proof of applying
thereof from the date of issue of letter of acceptance 07 Days
(ii) le; o`f)] fnuksa esa
(ii) Maximum allowable extension with late fee @ 0.1% per
day performance Guarantee Amount beyond the period
provided in (i) above 05 Days

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-22-

[k.M Clause 2 [k.M 2 ds rgr izfrdj fuf'pr djus okyk izkf/kdkjh


Authority for fixing compensation under clause 2 Superintending Engineer,
DCC-IV, CPWD, New Delhi.
[k.M Clause 2 d D;k [k.M 2 d ykxw gksxkA
Whether Clause 2A shall be applicable No

[k.M Clause 5 dk;Z vkjEHk djus dh rkjh[k dh x.kuk ds fy, Lohd`fr


Ik= tkjh gksus dh rkjh[k ls fnuksa dh la[;k
Number of days from the date of issue
of letter of acceptance for reckoning date of start 12 Days

[k.M Clause 5.1 ykxw ugha / Not Applicable


Table of Mile-stone / y{; ehy&iRFkj lkj.kh
Mile-stones As per Table given below / y{; uhps nh xbZ lkj.kh vuqlkj

---Not Applicable--
dk;Z fu"ikfnr djus ds fy, vuqeR; le;
Time allowed for execution of work 02 Months

fu.kkZ;d izkf/kdkjh
Authority to decide
1- le; foLrkj
Extension of time Executive Engineer, PaWD-III, CPWD,
New Delhi
2- miyfC/k;ksa dk iqu% vuqlwfpdj.k
Rescheduling of mile stones N/A

3 dk;Z iwjk djus ds fy, mfpr vkSj rkfdZd


le; o`f) nsus okyk izkf/kdkjh
Shifting of date of start in case of delay in handing over Executive Engineer, PaWD-III, CPWD,
of site New Delhi

[k.M Clause 6, 6A
[kaM ykxw & ¼6 ;k 6d½@Clause applicable –(6 or 6A) For works having estimated cost
Rs.15 lacs or less – Contractor’s
option either of clause 6 or clause 6A
(to be exercised at tender submission)
[k.M Clause 7
vaf=e Hkqxrku ds fy, ik= gksus ds fy, vafre ,sls
Hkqxrku ds ckn dqy Hkqxrku ,df=r lkefxz;ksa ds
vfxzeksa ds lek;kstu lfgr fd;k tkus okyk dqy dk;Z `. 5,64,000/-
Gross work to be done together with net payment/adjustment
of advances for material collected, if any, since the last such
payment for being eligible to interim payment11

[k.M Clause 7A
No Running Account Bill shall be paid for the work till the Whether Clause 7A shall be
applicable labour licenses, registration with EPFO, ESIC, applicable “Yes”
BOCW Welfare Board and GST, whatever applicable are submitted
by the contractor to the Engineer-in-charge & any sub contractor
engaged should also have Provident Fund code.
Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-23-

[k.M Clause 10 A
List of testing equipment to be provided by the contractor at site lab.

----------- As per required ----------


[k.M Clause 10 B (ii)
Whether Clause 10 B (ii) shall be applicable No

[k.M Clause 10C - Not Applicable


Component of Labour expressed as percent of total value of work
(Wages of labour increases/decreases as a direct result of the coming
into force of any fresh law or statutory rule or order beyond the wages
prevailing at the time of the last stipulated date of receipt of tender i/c
extension if any).

[k.M Clause 10CA NOT APPLICABLE


Nearest Materials (other than cement,
Sl. Material covered under this reinforcement bars and the structural steel) for Base Price of all Materials covered
No. clause which All India Wholesale Price Index to be Under clause 10 CA*
followed

----Not Applicable ---


* Base price of all the materials covered under clause 10 CA is to be mentioned at the time of approval of NIT.

[k.M 10xx [k.M 10xx mu lafonkvksa ij ykxw gksxk ftlesa dk;Z


lekiu dh vof/k] vxys dkye esa n'kkZ;h xbZ vof/k
ls vf/kd vuqcaf/kr gSA
Clause 10CC Clause 10CC to be applicable in contracts
with stipulated period of completion exceeding
the period shown in the next column Not Applicable

ewY; o`f) ds fy, vU; lkexzh] Je] ih-vks-,y vkfn ds ?kVdksa dh vuqlwph
Schedule of component of other Materials, Labour, POL etc. for price escalation

fuekZ.k dk;Z lkexzh ds fy, flfoy ?kVd ¼[kaM 10 x ds


vUrxZr 'kkfey lkefxz;ksa dks NksM+dj½@oS/kqr dk;Z esa dqy
ewY; ds izfr’kr ds :i esa iznf’kZr
Component of Civil - (Except material covered under clause 10CA)/Electrical
construction materials expressed as percent of total value of work Xm…… NIL……...%

Je ds ?kVd ds dqy ewY; dh izfr’kr ds :i esa iznf’kZr


Component of Labour expressed as percent
of total value of work NIL
Y…………………..%

ih-vks-,y ds ?kVd&dk;Z ds dqy ewY; ds izfr’kr ds :i esa iznf’kZr


Component of POL expressed as percent
of total value of work Z…………………..%
NIL

[k.M Clause 11 dk;Z fu"iknu ds fy, vuqikyu fd, tkus okys fofunsZ'k
Specifications to be followed for execution of work CPWD Specification 2009, Vol-
I & II with upto date
correction slips

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-24-

[k.M Clause 12 Type of Work Maintenance work

12.2 & 12.3 fopyu lhek] ftlds ijs [k.M 12-2


rFkk 12-3 Hkou fuekZ.k dk;Z ds fy, ykxw gksaxs
12.2 & 12.3 Deviation limit beyond which clause 12.2 & 12.3 50%
shall apply for building work

12.5 (i) fopyu lhek] ftlds ijs [kaM 12-2 rFkk


12-3 uhao dk;Z ds fy, ykxw gksxsa
Deviation limit beyond which clause 12.2 & 12.3 50%
shall apply for foundation work (except earth work)

12.5 (ii) Deviation limit for items in earth work subhead


of DSR or related items 100%

[k.M Clause 16
?kVh gqbZ njs fu/kkZfjr djus dh fy, l{ke izkf/kdkjh SE/DCC-IV/CPWD/New Delhi;
Competent Authority for deciding reduced rates

[k.M Clause 18
List of mandatory machinery, tools & plants to be As per actually required at site
deployed by the contractor at site:-

[k.M Clause 19
The contractor shall obtain a valid license under the Contract Labour (R&A) Act, 1970 and the
Contract Labour (Regulation and Abolition) Central Rules, 1971 before the commencement of
the work, and continue to have a valid license until the completion of the work.
The contractor shall also comply with provisions of the Inter-State Migrant
Workmen (Regulation of Employment and Conditions of Service) Act, 1979.

[k.M Clause 25
Constitution of Dispute Redressal Competent Authority to appoint DRC
Committee (DRC)
DRC shall constitute one Chairman and two Chief Engineer or Additional Director
Members General if there is no Chief Engineer

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-25-

[k.M CLAUSE 36 (i) : -


Requirement of Technical Representative(s) and Recovery Rate
Sl. Cost of Minimum Designation Minimum No. Rate which recovery shall be made
No. work Qualification of (Principal Technical/ Experience from the contractor in the event of
(Rs. In technical Technical not fulfilling provision of Clause 36(i)
lakh) representative representative) Figure Words
1. 1000 to 2000 Project Manager with Principal Technical 10 years 1 no. `. 30,000/-P.M. `. Thirty thousand only
degree in corresponding Representative
discipline of Engineer
Graduate Engineer Technical Representative 5 years 1 no. `. 25,000/-P.M. `. Twenty five thousand
only
Graduate Engineer Project/Site Engineer and 2 years 2 no. `. 15,000/-P.M. `. Fifteen thousand only
Or Project Planning/ billing
Diploma Engineer Engineer 5 years 2 no. `. 15,000/-P.M. `. Fifteen thousand only
2. 500 to 1000 Graduate Engineer Principal Technical 5 years 1 no. `. 25,000/-P.M. `. Twenty five thousand
Representative only
Graduate Engineer Project/Site Engineer and 2 years 2 no. `. 15,000/-P.M. `. Fifteen thousand only
Or Engineer
Diploma Engineer 5 years 2 no. `. 15,000/-P.M. `. Fifteen thousand only
3. More than Graduate Engineer Principal Technical 5 years 1 no. `. 25,000/-P.M. `. Twenty five thousand
150 to 500 Representative only

Graduate Engineer Project Planning / Site / 2 years 1 no. `. 15,000/-P.M. `. Fifteen thousand only
Or billing Engineer
Diploma Engineer 5 years 1 no. `. 15,000/-P.M. `. Fifteen thousand only
4. Upto 150 Graduate Engineer Principal Technical 2 years 1 no. `. 15,000/-P.M `. Fifteen thousand only
Lacs Representative
or
Diploma Engineer (Project Planning / Site / 5 years 1 no. `. 15,000/- P.M `. Fifteen thousand only
billing Engineer)
Assistant Engineers retired from Government services that are holding Diploma will be treated at par with
Graduate Engineers.
[k.M Clause 38 : Not applicable in respect of Green Tax Environment compensation
charge (ECC) vide Order No. DG/SE/CM/Misc/67 dated 24.04.2017
[k.M Clause 42
(i) d½ lhesUV vkSj fcVqeu dh vuqekuewy
ek=k fu/kkZfjr djus ds fy, vuqlwph@fooj.k dsyksfufo }kjk eqfnzr fnYyh nj vuqlwph -2016
(i) (a) Schedule/statement for determining theoretical
quantity of cement & bitumen on the basis of Delhi Schedule of Rates 2016 printed by C.P.W.D.
(ii) vuqekuewyd ek=kvksa esa vuqeR; fopyu
Variations Permissible On Theoretical Quantities
d½ lhesUV
(a) Cement
ftu dk;ksZ ds fy, fufonk easa vuqekfur
ewY; :- 5 yk[k ls vf/kd u gks
For works with estimated cost put 3% plus/minus
to tender not more than Rs. 5 lakhs
ftu dk;ksZ ds fy, fufonk esa vuqekfur
ewY; :- 5 yk[k ls vf/kd gks
For works with estimated cost put to 2 % plus/minus
tender more than Rs. 5 lakhs
[-k½ fcVqeu lHkh dk;ksZ ds fy,
(b) Bitumen for all works 2.5% plus only & nil on minus side
x½ bLikr izR;sd O;kl] dksV vkSj Js.kh ds fy,
iwuoZyu vkSj lajpukRed bLikr dkV
(c) Steel Reinforcement and structural steel
sections for each diameter, section and 2% plus/minus
category.
?k½ lHkh vU; lkefxz;ka
Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-26-

(d) All other materials Nil

vuqeR; fopyu ls vf/kd dh ek=kvksa ds fy, olwyh njsa


RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Øe la- en fooj.k vadks vkSj 'kCnksa esa og nj ftl ij Bsdsnkj ls olwyh


Sl No. Description of item dh tk,xh
Rates in figures and words at Which recovery shall be
made from the Contractor
vuqeR; fopyu ls vf/kd vuqeR; fopyu ls ?kVk;k
mi;ksx mi;ksx
Excess beyond permissible Less use beyond
variation permissible variation

1. Cement N.A. N.A.

2. Steel reinforcement N.A. N.A.

3. Structural Sections N.A. N.A.

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-27-

Form of Earnest Money Deposit


Bank Guarantee Bond

WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the contractor") has


submitted his tender dated ............. (date) for the construction of .............................................. (name
of work) (hereinafter called "the Tender")
KNOW ALL PEOPLE by these presents that we ......................................... (name of bank) having
our registered office at ................................... (hereinafter called "the Bank") are bound unto
................................................... (Name and division of Executive Engineer) (hereinafter called "the
Engineer-in-Charge") in the sum of Rs. ......................... (Rs. in words
.................................................) for which payment well and truly to be made to the said Engineer-
in-Charge the Bank binds itself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this ................. day of ..............20….....
THE CONDITIONS of this obligation are:

(1) If after tender opening the Contractor withdraws, his tender during the period of validity of
tender (including extended validity of tender) specified in the Form of Tender;

(2) If the contractor having been notified of the acceptance of his tender by the Engineer-in-
Charge:
(a) Fails or refuses to execute the Form of Agreement in accordance with the Instructions to
contractor, if required;
OR
(b) Fails or refuses to furnish the Performance Guarantee, in accordance with the provisions
of tender document and Instructions to contractor,

We undertake to pay to the Engineer-in-Charge either up to the above amount or part thereof
upon receipt of his first written demand, without the Engineer-in-Charge having to substantiates
his demand, provided that in his demand the Engineer in- Charge will note that the amount
claimed by his is due to him owing to the occurrence of one or any of the above conditions,
specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date* ............. after the deadline for
submission of tender as such deadline is stated in the Instructions to contractor or as it may be
extended by the Engineer-in- Charge, notice of which extension(s) to the Bank is hereby waived.
Any demand in respect of this Guarantee should reach the Bank not later than the above date.

DATE .............
SIGNATURE OF THE BANK
WITNESS ..................
SEAL
(SIGNATURE, NAME AND ADDRESS)

*Date to be worked out on the basis of validity period of 90 Days from last date of receipt of
tender.

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-28-

List of Approved Makes


(Subject to satisfying the parameters specified in CPWD specification 2009 and ISI Code)
st
(All material to be 1 quality)
SL. MATERIAL MANUFACTURER
NO.
1. CERAMIC GLAZED TILES JOHNSON, KAJARIA, BELL CERAMICS, SOMANY
2. CHEQUERED TILES NITCO, ULTRA, UNISTONE, MODERN,
3. CP BATHROOM FITTINGS JAQUAR (CONTINENTRAL), KINGSTON(ELTA), PARKO(ECO),
MARC
4. KITCHEN SINK (FIRE CLAY) PARRY, SANFIRE(DELUXE)
5. KITCHEN SINK (S.S.) NILKANTH, NIRALI, COBRA, ALEX
6. PVC TANK SINTEX, POLYCON, SHEETAL
7. VITREOUS CHINA PARRYWARE, HINDWARE, CERA, NYCER
SAINITARYWARE
8. PVC EUROPEAN WC SEAT COMMANDER, JINDAL, ADMIRAL, CUCKOO,
COVER
9. TILE ADHESIVE CICO, PIDILITE, UNITILE, JK PRIMAX X, JK SUPER GRIP
10. PRECAST CEMENT K.K MANHOLE & GRATING CO PVT. LTD, KONKRET
CONCRETE SLABS PRODUCTS CO. & N.T.C, ACCURATE BUILDCON (ABC),
ADVENT CONCRETOVISION
11. VITRIFIED/GVT TILES KAJARIA, JOHANSON, ASIAN, ANTIQUE, GRANITO, BELL
CERAMICS, RAK & RESTILE,
12. G.I. SHEET SAIL, TATA
13. G.I. PIPE TATA, JINIDAL (HISSAR), PRAKASH
14. STRUCTURAL M.S. SAIL, TISCO, RINL, JINDAL
SECTIONS I & CHANNELS
15. STRUCTURAL EXTRUDED SAIL, TISCO, RINL, JINDAL
SECTIONS TEE IRON,
ANGLE IRON, FLATS ETC.
16. STRUCTURAL STEEL SAIL, TISCO, RINL, JINDAL
SECTIONS UPTO 12 MM &
ABOVE 12MM
17. STEEL TUBES HOT ITC, JINDAL & BST
FINISHED WELDED TYPE
18. BLOCK BOARD & PLY WOOD CENTURY PLY BOARD, DURO, ALPRO GREEN PLY
19. INTERLOCKING PAVER K.K. MANHOLE & GRATING CO. PVT. LTD., HINDUSTAN,
BLOCK, PRECAST CC PAVER INDIA
KERBSTONE
20. PORCELAIN TILES JOHNSON, ASIAN, CENTURY, RAK
21. STEEL FIBRE REINFORCED K.K. MANHOLES & GRATINGS, NITCO,
CONCRETE, MANHOLE
COVERS WITH FRAME AND
GRATING
22. OIL BOUND WASHABLE M/S ASIAN PAINTS LTD (TRACTOR/PROFESSIONAL ACRYLIC
DISTEMPER/ ACRYLIC DISTEMPER)
DISTEMPER M/S BERGER PAINTS INDIA LTD ( BISON ACRYLIC
DISTEMPER )
M/S SHALIMAR PAINTS LTD (NO. 1 PREMIUM ACRYLIC
DISTEMPER)
M/S ICI INDIA LTD AKZONOBEL (MAXILITE ACRYLIC
DISTEMPER )
M/S GODAVARI PAINTS PVT LTD (GODAVARI ACRYLIC
DISTEMPER)
NEROLAC PREMIUM WASHABLE OF KNPL.

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-29-

23. SENTHETIC ENAMEL PAINT M/S ASIAN PAINTS LTD (APCOLITE GLOSS ENAMEL), M/S
BERGER PAINTS INDIA LTD (LUXOL HI-GLOSS ENAMEL) M/S
SHALIMAR PAINTS LTD(SUPERLAC HI-GLOSS ENAMEL) M/S
ICI INDIA LTD AKZONOBEL (DULUX HI GLOSS ENAMEL) M/S
JHENSON & NIKELSON LTD ( BOROLAC )
24. CEMENT PRIMER M/S ASIAN PAINTS LTD
M/S BERGER PAINTS INDIA LTD
M/S SHALIMAR PAINTS LTD
M/S ICI INDIA LTD AKZONOBEL
M/S GODAVARI PAINTS PVT LTD ( GODAVARI WATER BASED
EXTERIOR PRIMER / INTERIOR PRIMER / PROFESSIONAL
PRIMER)
M/S JHENSON AND NICKELSON LTD
M/S SHERWIN WILLIAM PAINTS INDIA LTD
25. WATER PROOFING CEMENT M/S ASIAN PAINTS LTD ( UATSAVCEM )
PAINT M/S BERGER PAINTS INDIA LTD ( DUROCEM )
M/S SHALIMAR PAINTS LTD ( MAHA CEMKOTE )
M/S JAYANT COLOUR & CHEMICAL INDUSTRIES (
SUPERCEM )
M/S SHERWIN WILLIAMS PAINTS INDIA LTD ( NITCOCEM )
26. PLASTIC/ACRYLIC SILK OF BERGER PAINT,VELVET TOUCH OF ICI, ALLSCAPE
EMULSION PAINT OF KANSAI NEROLAC PAINT, ROYAL OF ASIAN PAINT MAKE,
JENSON & NICHOLSON SPECIAL EFFECTS LUXURY SHEEN
EMULSION.
27. ACRYLIC EXTERIOR PAINT SNOWCRYL XT OF SNOWCEM PAINT, WHEATHERCOAT
WITH SILICONE ADDITIVES SMOOTH OF BERGER PAINTS, WHETHERSHIELD OF ICI
PAINTS, ULTIMA OF ASIAN PAINTS
28. ACRYLIC EXTERIOR PAINT M/S ASIAN PAINTS LTD ( APEX ULTIMA )
M/S BERGER PAINTS INDIA LTD ( WEATHERCOAT ALL
GUARD )
M/S SHALIMAR PAINTS LTD ( XTRA MAXIMA)
M/S ICI INDIA LTD AKZONOBEL (DULUX WEATHERSHEILD
MAX )
M/S GODAVARI PAINTS PVT LTD ( PEARL ULTIMA )
M/S SHERWIN WILLIAM PAINTS ( OUTSHINE KAAMAL)
29. POP J K. LAXMI, SRIRAM NIRMAN
30. WHITE CEMENT BASED BIRLA WALL CARE, JK WALL CARE
PUTTY
31. CEMENT ACC, L&T, ULTRATECH, SHREE CEMENT, BIRLA, AMBUJA ,
CCI, BINANI, J.K., LAFARGE BRAND CEMENT
32. STEEL REINFORCEMENT RINL, TISCO, SAIL & JINDAL
BARS
33. FLOAT GLASS MODI FLOAT, SAINT GOBAIN, ASAHI,
34. APP WATER PROOFING BITUMAT, APEX & STP LTD., TORCH TAR & M/S IWL INDIA
TREATMENT LIMITED
35. RMC LAFARGE, ALCHON/ACC/L&T/GRASIM/ULTRA TECH, RMC
READY MIX, NS CONCRETE
36. LAMINATED WOODEN LAMIWOOD, PERGO, ACTION TESA, VISTA & GREEN PLY
FLOORING
37. LAMINATION SHEET GREENLAM, MARINO & ACTION TESA
38. ALUMINIUM SECTIONS HINDALCO/JINDAL/NALCO
39. ALUMINIUM DOOR & CLASSIC, EVEREST, ARGENT
WINDOW FITTINGS
40. DRAPERY RODS & MAC, VISTA & LEVLOR
VERTICAL BLINDS
41. MODULAR KITCHEN STALLION, HATTICH, KAFF & OZONE
ACCESSORIES

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-30-

42. WATER PROOFING PIDILITE, CICO, FOSROC ACCOPROOF, IMPERMO, M/S IWL
COMPOUND INDIA LIMITED
43. G.I. FITTINGS (MALLAEABLE UNIK, ICS, AMCO, KS, NVR
CAST IRON)
44. GUN METAL VALVE LEADER, SANT, ZOLOTO

45. CENTRIFUGALLY CAST NECO, HEPCO, SKF, BEC & RIF


IRON PIPES &
ACCESSORIES/FITTINGS
46. STONEWARE PIPES & PERFECT, PARRY
GULLY TRAPS
47. PTMT FITTINGS PRYAG, POLYTUF
48. ACRYLIC SHELF ADMIRAL & ALPINA
49. HYDRAULIC DOOR CLOSER HARDWYN, GODREJ, YALE
TUBULAR TYPE ALUMINUM
DIE CAST BODY/FLOOR
SPRING & FRAMES
50. C.I. MANHOLES COVERS RIF, BCM, NECO
51. UPVC PIPE SURREME, PRINCE,FINOLEX, PRAKASH
52. WHITE CEMENT J.K. WHITE, BIRLA WHITE,
53. SCI TRAP NECO, HEPCO, SKF, BEC & RIF

54. LOW VISCOSITY HIGH CBEX 100 OF FOSROC OR EQUIVALENT


MOLECULAR WEIGHT
THERMOSETTING POLYMER
55. REINFORCEMENT (REEBAKLENS R.R.) OF FOSROC OR EQUIVALENT
CLEANING AGENTS
56. ANTI-CORROSIVE EPOXY (NITOZINC PRIMER) OF FOSROC OR EQUIVALENT
COATING
57. NON-RE-EMULSIFYING NITOBOND SBR (LATEX) OF FOSROC OR EQUIVALENT
LATEX BONDING
58. MONKEY DETERRENT MAKE- PARRY MOULDING, INDOLITE DEVICES, VISION
SPIKES ENGINEERING, MONKEY KING
59. FROSTED DECORATIVE LLUMAR, 3M OR EQUIVALENT.
SPARKLE FILM
60. BITUMEN INDIAN OIL, HINDUSTAN PETROLEUM, BHARAT PETROLEUM
61. NON METALIC SURFACE ARMSTRONG, NITOFLOR HARDTOP FOSROC, ,
HARDNER SIKAFLOOR® – 2 SYNLTOP, IRONITE COMPANY OF INDIA
LTD,
62. LOCKS/LATCH GODREJ, HARRISION, PLAZA, DORMA, DORSET
63. WIRE MESH HAVER STANDARD INDIA PVT LTD, GRAND METAL
CORPORATION, STERLING ENTERPRISES, TRIMURTY
WELDED MESH, TIGER
64. NUTS, BOLTS AND SCREWS KUNDAN, PRIYA, ATUL, PUJA
(STEEL)
65. POLY-SULPHIDE/SILICON PIDILITE, FOSROC, TUFFSEAL, CHOKSEY CHEMICALS,
SEALENT
66. DASH FASTNERS HILTI, FISCHER, BOSCH, CANON
67. S.S. RAILING JINDAL STAINLESS STEEL LTD., ICICH INDUSTRIES, ESSAL,
DORMA
68. EPDM GASKET HANU/ANAND/LESCUYER
69. GRASS PAVER UNISTONE, ULTRA, HINDUSTAN,K.K. KJS CONCRETE
70. FIBRE GLASS SHEET SIMCRYL, SIMBA
71. R.C.C. PIPES (NP-2) LAKSHMI, SOOD & SOOD, JAIN & CO, DIWAN SPUN PIPES
72. C.I. DOUBLE FLANGED KIRLOSKAR, IVC, BURN
SLUICE VALVES

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-31-

73. C.I. DOUBLE FLANGED NON- KIRLOSKAR, SANT,KARTAR


RETURN VALVES
74. BALL VALVES ZOLOTO, IBP, ARCO
75. BEVELED EDGE MIRROR MODIGUARD, ATUL
76. UPVC WINDOW/DOORS FENESTA, REHAU, POLYWOOD
77. PPR PIPES SFMC,SAFE,POINEER INDUSTRIES
78. FIRE GLASS FOR VISION SAINT GOBAIN, ASHAI INDIA,MODI
PANNELS
79. FIRE DOOR GODREJ/SHAKTI/NAVAIR
80. ROLLING SHUTTER RAMA ROLLING SHUTTER, JYOTI ROLLING SHUTTER,
ANAND INDUSTRIES, SHRI RAM ROLLING SHUTTER
81. CPVC PIPE & FITTINGS AJAY FOLOWGUARD,ASHIRWAD FOLOGUARD
82. PRELAMINATED PARTICLE CENTURY PLY, ECO BOARD, BHUTAN BOARD, ACTION
BOARD TESA
83. FLUSH DOOR CENTURY PLY BOARD, DURO, ALPRO GREEN PLY
84. KITCHEN LOFT TANK SINTEX, TIRUPATI STRUCTURALS LIMITED, K. M. S. PLAST
WORLD PRIVATE LIMITED, PLANET PLASTICS, SRI
KAMAKSHI TRADERS, SREYAH NOVEL INC.
85. DUCTILE IRON PIPE (WATER ELECTRO STEEL, KESSO,KDUPL, ELECTRO SPUN
SUPPLY)
86. FACTORY MADE SECTION ISI MARK PRODUCT ONLY,
WINDOW
87. M.S. DOOR FITTINGS ASHISH, OXFORD, GARG, ADARSH
88. TEXTURED EXTERIOR SPECTRUM, ACRO, SANDTEX, REVLONTEX
PAINT
89. FRP CHAJJA & DOORS FIBERWAYS, ASHOO MODEL ARTS
90. PVC DOORS RAJSHREE, FINOLEX PLASTICS
91. CB LOCKS GODREJ, DORSET, HARRISON
92. SS DOOR / WINDOW HETTICH, GODREJ, DORSET, HARRISON
FITTINGS
93. CALCIUM SILICATE FALSE AROLITE, METACIL OF MASCOT INDUSTRIES
CEILING
94. GYPSUM BOARD FALSE AROLITE, ARMSTRONG, INDIA GYPSUM PVT. LTD., SAINT
CEILING GOBIN INDIA PVT. LTD., VANS GYPSUM PVT. LTD.
95. GRG FALSE CEILING DIAMOND INTERNATIONAL, METACIL OF MASCOT
INDUSTRIES, VANS GYPSUM PVT. LTD.

Note:- Contractor has to bring samples as per above preferred brands only and Engineer in
Charge shall approve one sample out of the samples brought by the contractor. The contractor
has to use material of that approved sample only. No claim in this regard shall be entertained.

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-32-

GENERAL SPECIFICATION

1. The contractors are advised to get acquainted with the proposed work and its site and
also study the Architectural Drawings, specification and additional conditions carefully
before tendering. No claim of any sort shall be entertained on account of any site
conditions and ignorance of specifications and additional conditions.
2. The work shall be carried out as per CPWD specifications 2009 Vol.-I to II with upto
date correction slips unless otherwise specified in the nomenclature of individual items
or in the specification and additional conditions, where specification are silent, the
decision of Engineer-in-charge shall be final and binding on contractors.
3. The rates quoted by the contractor shall be taken as net and nothing extra shall be paid
on any account i.e. royalty, cartage, GST and stacking at required place etc.
4. The rates for different items of work shall apply for all heights and depths leads and lifts
unless otherwise specified in the agreement or specifications applicable to the
agreement.
5. The rate for all items of work, shall unless otherwise clearly specified include cost of all
labour, material and other inputs involved in the execution of the items.
6. Products manufactured by the reputed firms and approved by Engineer-in-charge shall
only be used. Articles classified, as ‘first quality’ by the manufacturer shall be used
unless otherwise specified. In case articles bearing ISI certification are not available in
the market, quality of samples brought by the contractor shall be judged by standards
laid down in the relevant CPWD specifications. For the items not covered by CPWD
specifications relevant BIS standards shall apply. The sample of materials to be brought
at site for use in work shall be got approved from the Engineer-in-charge before actual
execution of work.
7. The quantities of each item shall not exceed beyond the deviation limit mentioned in
schedule-F without prior permission of the Engineer-in-charge.
8. Factory made materials shall be procured only from reputed & approved manufactures or
their authorized dealers and the decision of Engineer-in-charge shall be final and
binding
9. Wherever work is specified to be done or material procured through specialized agencies,
their names shall be got approved well in advance from Engineer-in-charge. Failure to
do so shall not justify delay in execution of work. It is suggested that immediately after
award of work, contractor should negotiate with concerned specialized agencies and
send their names for approval to Engineer-in-charge. Any material procured without
prior approval of Engineer-in-charge in writing is liable to be rejected. Engineer-in-
charge reserved his right to get the materials tested in laboratories of his choice before
final acceptance. Non-Standard material shall not be accepted.
10. Full quantity of material(s) required for finishing items and cement based putty
(applied @ 14.58 kg/10 sqm. for average thickness 1 mm), purchased from
authorized dealers with their cash memos shall be deposited with the J.E.
concerned well before commencement of work.
11. Acrylic smooth exterior painting/ plastic emulsion painting/ distempering over
walls shall only be carried out with application of roller.
Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-33-

12. The material such as paints, varnish, distempers, water proofing cement paint and primers etc. as required
shall be of approved brand and manufacturers, and of required shade and confirming in all respects to the
relevant I.S. specifications, such materials of either of the following companies shall only be brought to
the site of work.
(a) Dry Distemper confirming i) Berger Paint
IS-427 latest edition (only 1.5 ii) Goodlass Nerolac Paints
kg tin packs will be allowed) iii) Jenson & Nicholson (Jensolin Acrylic Distemper)
(Interior)
(b) Synthetic Enamel Paint M/s Asian Paints Ltd (Apcolite Gloss enamel),
(only 4 litres packs will be M/s Berger Paints India Ltd (Luxol Hi-gloss enamel)
allowed) M/s Shalimar Paints Ltd(Superlac Hi-gloss enamel)
M/s ICI India Ltd AKZONOBEL (Dulux Hi gloss Enamel)
M/s Jhenson & Nikelson Ltd (Borolac)
(c) Plastic Emulsion Paint Silk of berger paint,Velvet Touch of ICI, Royal of Asian Paint
(only 4 litres packs will be make, Jenson & Nicholson Special Effects Luxury Sheen Emulsion.
allowed) (Interior)
(d) Oil Bound Distemper M/s Asian Paints Ltd (Tractor/Professional Acrylic Distemper)
confirming to IS-427 latest M/s Berger Paints India Ltd ( Bison Acrylic Distemper)
edition (only 5 kg packs will be M/s Shalimar Paints Ltd (No. 1 Premium Acrylic distemper)
allowed) (Interior) M/s ICI India Ltd AKZONOBEL (Maxilite Acrylic Distemper)
M/s Godavari Paints Pvt Ltd (Godavari Acrylic Distemper)
Nerolac premium washable of KNPL,
Jenson & Nicholson (Jensolin Acrylic Distemper).
(e) Water Proof Cement paint. Durocem of Berger paints make, Super snowcem decorative of
(only 25 kg packs will be snowcem India Ltd. Make Gattucem of Asian Paints, Farcocem of
allowed) (Exterior) ICI paint, Jenson & Nicholson Robbiacem Super Cement Paint.
(f) Acrylic emulsion paint M/s Asian Paints Ltd ( Apex Ultima )
(only 4 litres packs will be M/s Berger Paints India Ltd ( Weathercoat All Guard )
allowed) (Exterior) M/s ICI India Ltd AKZONOBEL (Dulux Weathersheild Max )

(g) Cement primer M/s Asian Paints Ltd


(Only 20 litres packs will be M/s Berger Paints India Ltd (B.P. (alkali resistant) water thinable)
allowed) M/s Shalimar Paints Ltd
M/s ICI India Ltd AKZONOBEL
M/s Godavari Paints Pvt Ltd (Godavari Waterbased Exterior Primer
/ interior Primer / Professional Primer)
M/s Jhenson and Mickelson Ltd
M/s Sherwin William Paints India Ltd
Goodlass Nerolac paint (Primolite water thinable make) Cemprover
of Snowcem paint,
Jenson & Nicholson Water Thinable Cement Primer (Ext & Int).
13. a) The manufacturing date and batch No. will be inscribed or printed on packs/containers by
manufacturers are acceptable for all the above said materials. Fresh material shall be brought at site as
far as possible and materials more than 04 Months old from the date of manufacturing will be rejected.
b) The contractor shall have to get the shades of all types of paints, distempers, water proofing cement paint
etc. approved from the Engineer-in-charge before procurement of materials.

14. The contractor shall be required to produce samples of all materials sufficiently in advance to obtain
approval of the Engineer-in-charge. Subsequently the materials to be used in the actual execution of the
work shall strictly conform to the quality of samples approved. In case of variation, such materials shall be
liable to rejection.
15. All materials to be obtained from Govt. stores or otherwise shall be got checked from the junior Engineer-
in-charge of work, on receipt of the same at site before use.

16. The contractor shall get the water tests with regard to its suitability for use in the works and get written
approval from the Engineer-in-charge before he proceeds with the use of same for execution of work.
Nothing extra shall be paid to the contractor on this account.
Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-34-

17. Testing of materials:-


a) In case there is any discrepancy in the frequency of testing as given in the list of
mandatory test and that in the individual sub-head of work as per the CPWD
specification 2009 Vol-I & II with upto date correction slips the higher of the two
frequencies shall be followed and nothing extra shall be payable to the contractor on
this account.
b) Samples of all fittings and fixture to be provided shall be got approved from the
Engineer-in-charge before this is used in the work.
c) If so desired by the Engineer-in-charge samples at random shall be collected and sent
for the laboratory test required as per relevant C.P.W.D., specifications or ISI
standard at CPWD testing lab. I.P. Bhawan or Delhi P.W.D. test lab or at Sh. Ram
Test House, Delhi or National test House, Ghaziabad or All govt. Institutes, Indian
Institutes of Technology, National Institutes of Technology, Central and State
research Centres, Centrally and State funded laboratories stands approved or
Stellar Test House, G-68, Sector-63, Noida (UP) approved by Office of SE/DCC-IV
vide letter No.19(2)/DCC-IV/MIS/1832 dated 16.08.2017 or Standard Testing
Laboratory, Plot No.782, Kanjhwla Industrial Area, Delhi-110081 approved by
Office of SE/DCC-IV vide letter No.19(2)/DCC-IV/MIS/1935 dated 24.08.2017,
Delhi Test House, A-62/3, G.T. Karnal Road, Industrial Area, Opp. Hans Cinema,
Azadpur, Dehi-110033 (India), NABL Accredited testing laboratory approved by
Office of SE/DCC-IV vide letter No.19(2)/DCC-IV/MIS/2138 dated 20.09.2017 or
SIGMA Test & Research Centre, BA-15, Mangolpuri Industrial Area, Phase-2, New
Delhi-110034 approved by Office of SE/DCC-IV vide letter No.19(2)/DCC-
IV/MIS/67 dated 07.01.2019 or and all incidental charges in connection with the test
including cost of samples shall be borne by the contractor. The laboratory testing
fees, shall be borne by the department if samples passes the test and by the
contractor if the sample fails in the test.
18. As desired by the Engineer-in-charge samples at random shall be collected and sent for
the laboratory test required as per relevant C.P.W.D. specifications or ISI Standard at
National test House approved laboratory and all incidental charges in connection with the
tests including cost of samples shall be borne by the contractor. The laboratory testing
fees, shall be borne by the department if samples passes the test.
19. Wherever any reference to any Indian Standard Specifications occur in the documents
relating to this contract, the same shall be inclusive of all amendments issued thereto or
revision thereof, if any, upto the date of receipt of tender.
20. The building work shall be carried out in the manner complying in all respects with the
requirement of relevant bye-laws of the local body under the jurisdiction of which the
work is to be executed. The work of water supply and internal sanitary installation,
external water supply & drainage and electrical work shall be carried out as per bye-laws
of the local body and the contractor shall produce necessary completion certificate
wherever required from such authority after completion of work. Nothing extra shall be
paid on this account. The contractor shall associates specialized agencies for sanitary and
water supply. The work is to be carried through licensed plumber and sanitary
installation agency. For electrical work special conditions for electrical work may be
seen.

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-35-

21. The contractor shall be responsible for the protection of sanitary, water supply and
drainage fittings and other fittings and fixtures against pilferage’s and breakage during
the period of installation and thereafter until the building is handed over.
22. Any damage done by the contractor to any existing work structure/services during the
course of execution of the work shall be made good by him at his own cost.
23. No payment shall be made to the contractor for any damage caused by rain, snow fall,
floods or any other natural causes whatsoever during the execution of work. The damage
caused to work shall have to be made good by the contractor at his own cost and no claim
on this accounts shall be entertained.
24. The contractor shall be fully responsible for the safe custody of the material issued or
brought by him to site for doing the work.
25. Statutory deduction on a/c of GST (as decided by the Government), Income Tax &
Surcharge as applicable shall be made from the gross amount of the bill.
26. 1% Water charges shall be recovered on the gross value of work done, if Government
water is used at the work.
27. Condition for cement:
The contractors shall procure P.P. Cement (confirming to IS:1489) as required in the
work, from reputed manufacturers of cement, having a production capacity of one million
tonnes or more, such as ACC, Birla, L&T, Ambuja, CCI, Jaypee & J.K. Cement i.e.
agencies approved by Ministry of Industry, Government of India and holding license to
use ISI certification mark for their product. Samples of cement arranged by the contractor
shall be taken by the Engineer-in-charge and may be got tested in accordance with
provisions of relevant BIS codes. In case test results indicate that the cement arranged by
the contractor does not conform to the relevant BIS codes, the same shall stand rejected
and shall be removed from the site by the contractor at his own cost within a week’s time
of written order from the Engineer-in-charge to do so. The cement shall be brought at site
in bulk supply of approximately 5 tonnes or as decided by the Engineer-in charge.
The cement godown of the capacity to store a minimum of 200 bags of cement shall be
constructed by the contractor at site of work for which no extra payment shall be made.
Double lock provision shall be made to the door of the cement godown. The keys of one
lock shall remain with the Engineer-in-charge or his authorized representative and the
key of the other lock shall remain with the contractor. The contractor shall be responsible
for the watch & ward and safety of the cement godown. The contractor shall be
responsible for the watch & ward and safety of the cement godown. The contractor shall
facilitate the inspection of the cement godown by the engineer-in-charge at any time.
The contractor shall supply free of charge the cement required for testing. The cost of
tests shall be borne by the contractor/Department in the manner indicated below: -
i) By the contractor, if the results show that the cement does not conforms the relevant
BIS codes.
ii) By the Department, if the results show that the cement conforms to relevant BIS
codes.
The actual issue and consumption of cement on work shall be regulated and proper
accounts maintained as provided in clauses 10 of the contract. The theoretical
consumption of cement shall be worked out as per procedure prescribed in clause 42 of
the contract and shall be governed by conditions laid therein.
Cement brought to site and cement remaining unused after completion of work shall not
be removed from site without written permission of the Engineer-in-charge.
Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-36-

28. Condition for steel:


The contractor shall procure steel reinforcement bars confirming to relevant BIS codes
form main producers approved by Ministry of steel and secondary producers or re-
rollers having valid BIS license. For TMT bars confirming to relevant BIS code,
procurement shall be made from main producers and secondary producers having valid
BIS license. The contractor shall have to obtain and furnish test certificates to the
Engineer-in-charge in respect of all supplies of steel brought by him to the site of work.
Samples shall also be taken and got tested by the Engineer-in-charge as per the
provisions in this regard in relevant BIS codes. In case the test results indicate that the
steel arranged by the contractor does not conform to BIS codes, the same shall stand
rejected and shall be removed from the site of work by the contractor at his cost within a
week’s time from written orders from the Engineer-in-charge to do so.

29. Condition as per Office Memorandum No. DG/SE/CM/CON/Misc./02


dated 16.03.2016
i. The contractor shall not store/dump construction material or debris on metalled road.
ii. The contractor shall get prior approval from Engineer-in-charge for the area where the
construction material or debris can be stored/beyond the metalled road. This area shall
not cause any obstruction to the free flow of traffic/inconvenience to the pedestrians. It
should be ensured by the contractor that no accidents occure on account of such
permissible storage.
iii. The contractor shall take appropriate protection measures like raising wind breakers of
appropriate height on all sides of the plot/area using CGI sheets or plastic and /or other
similar material to ensure that no construction material dust fly outside the plot area.
iv. The contractor shall ensure that all the trucks or vehicles of any kind which are used for
construction purposes/or are carrying construction material like cement, sand and other
allied material are fully covered. The contractor shall take every necessary precaution
that the vehicles are properly cleaned and dust free to ensure that enroute their
destination, the dust, sand or any other particles are not released in air/contaminate air.
v. The contractor shall provide mask to every worker working on the construction site and
involved in loading, unloading and carriage of construction material and construction
debris to prevent inhalation of dust particles.
vi. The contractor shall provide all medical help, investigation and treatment to the workers
involved in the construction of building and carry of construction material and debris
relatable to dust emission.
vii. The contractor shall ensure that C&D waste is transported to the C & D waste site only
and due record shall be maintained by the contractor.
viii. The contractor shall compulsory use of wet jet in grinding and stone cutting.
ix. The contractor shall carry out on –road-inspection for black smoke generating
machinery. The contractor shall use cleaner fuel.
x. The contractor shall ensure that the construction material is covered by tarpaulin. The
contractor shall take all other precaution to ensure that no dust particles are permitted to
pollute air quality as a result of such storage.

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-37-

Additional Conditions

1. Since this Division is dealing with Member of Parliaments of Lok Sabha/Rajya Sabha residential
buildings, the work cannot be suspended even for one day after starting the work. The Engineer-
in-charge have liberty to forfeit earnest money & performance guarantee deposited by the
agency, after one day notice through site order book, on the eve of suspension of work.
2. The site shall be made available in parts as it is received from client. Each time the site is
available, the contractor shall be intimated through site order book or in writing and the
contractor is to start the work within 3 days of such intimation, through failing which the action
under clause 3 may be taken without any further notice under clause-3.
3. The malba/garbage generated at site due to construction activities shall be removed from the site
immediately & shall be disposed off by the contractor to the approved dumping site identified by
the Engineer-in-charge, failing of which `. 500/- per day shall be deducted per Bungalow/Flat
from payment due to contractor. Moreover the malba is to be brought down through stair cases
and will not be allowed to be thrown directly on the ground. The surplus soil/earth shall be
disposed off as per the directions of Engineer-in-charge separately.
4. It is also understood that work is to be executed in vacant/occupied flats/bungalows and the
work will be executed as per the convenience of the allottee and while organizing the manpower
and material this aspect will be kept in view, and no claim on this account will be made but
extension of time will be granted without levy of compensation for the delay caused due to the
site being not available.
5. If because of any reasons work has to be stopped in any of Bungalows/Flats, it shall be
responsibility of contractor to bring the facts to the notice of the either field staff or Engineer-in-
charge, failing which the said period shall not be accounted for Hinderance period.
6. The contractor has to work in restricted area and in restricted time due to security reasons. He
shall be bound by the instructions of security staff and Engineer-in-charge in this respect & no
claim shall be entertained due to imposed restrictions of time.
7. Contractor shall provide name, father’s name, residential address and other details i/c photo as
may be required by the security staff for issue of photo pass to the labour deployed on work.
The Department shall arrange only passes for getting into the building only, if required.
8. The contractor shall be responsible for behaviour and conduct of his workers. No worker with
doubtful integrity or having a bad record shall be engaged at site of work by the contractor.
9. The contractor shall make his own arrangement for getting the permission to ply the trucks from
the traffic police.
10. Other agencies may also simultaneously be executing the work of electrification, Horticulture or
external services and other building works for the same bldg. alongwith this work. The
contractor shall especially co-ordinate and cooperate with the other agency carrying out this
work and no claim in this regard will be entertained.
11. Some restrictions may be imposed by the security staff etc. on the working and or movement of
labour and materials, etc, the contractor shall be bound to follow all such restrictions /
instructions and nothing shall be payable on this account.
12. The contractor shall take all precautions to avoid accidents by exhibiting necessary caution
boards. He shall be responsible for all damages and accidents caused due to negligence on his
part. No hindrance shall be caused to traffic during the execution of the work by storing
materials on the road.
13. Due to restriction on driving slow moving vehicles/hand driven rickshaws in NDMC areas, the
contractor has to make his own arrangement of motorized transportation & nothing extra shall be
paid on this account. Legal action shall be taken against violation.

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-38-

14. The dismantling wherever required shall be done in a manner so that no other portion of the
building or its fixtures are damaged. If any damage are done to the building it shall be made
good by the contractor at his own cost and no claim what so ever shall be entertained on this
account.
15. The rooms/sites where the work is to be executed on any day shall be got approved from the
representatives of the Engineer-in-charge at the site of work. No work shall be carried out in any
room site without the approval of the representative of the Engineer-in-charge at the site of
work. Such works carried out without the approvals of the representative of the Engineer-in-
charge shall be rejected and will not be measured and paid for.
16. The contractor shall prepare one sample of all items which should be got approved from the
Engineer-in-charge. Only on acceptance of sample work, contractor will be allowed to
commence the work and (sample is to be preserved by contractor till the whole work is
completed). The quality of work should be as per approved samples.
17. The contractor should note that all the items of work to be taken up in any room shall be under
taken one after the other and completed, in reasonable time allotted for the same by the
Engineer-in-charge and got noted by Junior Engineer-in-charge from the residents. Any items
left over in any building will be got done at his cost and risk without any further notice (Entry
made in the site order book by JE or AE or EE will be considered as notice to this effect) to the
contractor after days from the date of entry in the site order book.
18. In order that the contractor may take daily instructions, a register docuted by Division office will
be maintained at the Enquiry Office. The JE will note down the work in flats/bungalows to be
attended to and the dates of which the work in these flats/bungalows is to be started. An
authorized representative of the contractor will, therefore, have to visit the Enquiry Office daily
and note down the instruction in the register. This register shall also be duly numbered and shall
only be issued through Engineer-in-charge of work.
19. Every precaution must be taken to see that the tenant’s furniture/furnishings is properly covered
with tarpaulin etc. If necessary, furniture/furnishings shall be removed from the site while
carrying out the repair and white washing work, in that case furniture/furnishing will be placed
back. Any damage done during the course of execution of work, to the tenant’s property i/c
furniture/furnishing by the contractor’s labour shall be compensated at contractor’s cost.
20. All doors, windows, floors, furniture, electrical fittings and other articles shall be cleaned free
from dust, splashes and damages. Sufficient covering for the days work shall be shown to the
representative of the Engineer-in-charge before the contractor is allowed to proceed with the
work. Splashes and droppings of the white washings, colour washing, distempering, painting etc.
on walls, floors, doors and windows, glass panes, down take pipes, furniture, shall be removed
by the contractor at his own cost and the surface cleaned simultaneously after the completion of
the days work in individual room or bungalow or premises where the work is done without
waiting for the actual completion of all the other items of work in contract. In case, the
contractor fails to comply with the requirement of this condition the Engineer-in-charge shall
have the right to get this work done at the risk and cost of the contractor either departmentally or
through another agency. The representative of the Engineer-in-charge will mention in the site
order book, before employing the labour at contractor’s cost.
a. For splashes of internal white wash/distemper etc. = `. 500/- per bungalow/flats.
b. For splashes of paint marks = `. 1,000/- per bungalow/flats.
c. For splashes of external white wash/colour wash/water proofing cement paint = `. 500/- per
bungalow/flat.
21. The contractor will not have any claim in case of any delay by the Engineer-in-Charge in
removal of trees or shifting, removing of telegraph, telephone or electric lines (overhead or
underground), water and sewer lines and other structure etc., if any which may come in the way
of the work. However, suitable extension of time can be granted to cover such delay.

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-39-

22. The contractor shall clean the site thoroughly by removing scaffolding, surplus materials,
rubbish, equipments left out of his work and shall dress the site around the building to the
complete satisfaction of the Engineer-in-charge before the work is treated as complete.
23. The contractor shall have to make his own arrangement for housing facilities for staff and labour
away from construction site and shall have to transport the labour to and fro between
construction site and labour camp at his own cost. No labour huts will be allowed to be
constructed at the project site except a few temporary sheds for chowkidars and storekeepers.
The decision about how many sheds can be allowed for chowkidars and storekeepers at project
site shall rest with the Engineer-in-charge and the contractor shall have no claim on this
account”.
24. The contractor shall necessarily use the surface vibrator for compaction of concrete in floor slab
etc. for placement of concrete at various levels tower crane of appropriate size, capacity and
boom length or concrete pump shall necessarily be deployed by the contractor. However,
mechanical hoist can be used by the contractor for lifting other construction materials.
25. Before starting the work the contractor shall chalk out a programme in consultation with the
Junior Engineering/Asstt. Engineer-in-charge so as to inform the occupants at least one week in
advance. The contractor shall have to adhere to this programme failing which he shall be held
responsible for any inconvenience caused to the occupants. In order to ensure that the work is
carried out according to the programme drawn, the contractor shall ensure adequate supply of the
material and employ required labour strength for execution of work. In case contractor fails to
arrange/employ adequate labour and stick to the programme, the Engineer-in-charge may
supplement the labour, at the cost of the contractor after issue of one day’s notice to the
contractor. No claims for ideal labour on any account shall be entertained. The contractor shall
put his authorised representatives daily at the site of work and Enquiry Office for receiving
instructions from AE/JE and other inspecting officials from the department. His name and
signature shall be attested by the contractor and kept on the record with the department.
26. All Sub-Standard material if brought by contractor shall be rejected and shall have to be
removed by him at his cost from the site immediately and this office will not be responsible for
the safe custody of the same. And Engineer-in-charge shall have powers to get it disposed in
case of failure by contractor at the risk and cost of contractor.
27. The Sub-standard work shall be rejected out right and shall not be measured and no claim what
soever, shall be entertained in this regard. The decision of the Engineer-in-charge shall be final
and binding in this regard.
28. Nothing extra shall be paid to the contractor for excess consumption of materials in case of the
materials arranged by him.
29. Painting brushes, old dhoties, oil etc. and other petty contingencies shall be arranged by the
contractor at his own cost.
30. a) The contractor shall deposit alongwith cash memos, the materials like Dry distemper,
O.B.D. Varnishes, synthetic enamel paint, plastic emulsion, water proofing cement paint,
primer etc. in full quantity before start of the work.
b) The material shall be supplied at the concerned office with Junior Engineer-in-charge of
work and will be issued to the contractor for work from Enquiry office bungalows wise.
c) The material is to be purchased from the authorized dealer and cash memos to this effect is
to be produced alongwith material. It should be ensured that the material is taken from
authorized dealers and supported with challans of the manufacture.
31. The material such as paints, varnish, distempers, water proofing cement paint and primers etc. as
required shall be of approved brand and manufacturers, and of required shade and confirming in
all respects to the relevant I.S. specifications, such materials of either of the following companies
as per list attached shall only be brought to the site of work.

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-40-

32. Empty containers of the paints primer distemper OBD etc. issued to the contractor in a lot by the
JE in-charge of the work will be returned to the JE by the contractor before the issue of paints
etc. in next lot failing which no further materials will be issued on completion of the work, the
JE-in-charge will return the empty container. However the empty containers shall be removed
from the site of work/store after final bill is passed and paid.
33. The Executive Engineer has got the right to accept or reject the tender as whole or part of it and
no claims what so ever will be entertained on this account.
34. The contractor and/or his authorized representative should inspect the site order book every
day and got the compliance noted by the JE./AE./Engineer-in-charge.
35. No T & P shall be supplied by the Department.
36. Due to Security reason the contractor shall have to arrange time table of labour according to the
security requirement staff and Engineer-in-charge instructions. The contractor should see the
site before tendering.
37. The contractor shall have to bring Samples of all brands as provided in the preferred list of
building materials, fittings and other articles required for execution of the work and the Engineer
in Charge shall approve one sample out of the samples as brought by contractor after satisfying
himself and contractor & Engineer in charge shall put their signature as token of acceptance and
such samples shall be preserved till finalization of bill of the work.
38. Where ever in this NIT VAT, Service Tax & Sale Tax mentioned may be read as GST.
39. Authenticated copies of bills of the materials which has to be entered in the
M.A.S./Site Register viz steel, cement, bitumen, paint, water proofing etc. should be
submitted by the contractor with each running/final bills for payments.

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-41-

PERFORMA OF VERIFICATION OF CPWD CONTRACTOR WORKERS

Name of work: -

Agreement No.: -

Agency Name of Worker: -

Father’s / Husband Name: -

Age: -

Present Address: -

Permanent Address: -

Period of Duty in Delhi: -

Two references in Delhi


With Present & Permanent
Address (with one other than
Contractor with telephone Nos.)

(Signature of Worker) (Signature of Contractor)

Note: - Worker / Contractor to submit attested photocopy of the Identification of the refers.

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-42-

NOTE: - SL. NO………..

WORKER IDENTITY CARD


This Contractor is valid only for
specified working place / place of duty. Name of Agency
with Address :-

This Contractor is fully responsible for


any misuse of this card beyond duty hours / Telephone No. / Mobile: -
days.

The contractor bears responsibility for


the character card holder worker. Registration No: -

VALID UPTO: -
………………….

Name of worker: -

Present Address: -

Permanent Address: -

Identification Mark: -
Signature of Worker: -

Place of Duty: -
Signature of Contractor: -

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-43-

Schedule of Quantity

Name of work :- Repair & Replacement to MP's Bungalows at North Avenue under Sub-Div.-I of
PaWD-III, New Delhi, dg. 2018-19. (SH: Misc. civil repair works in Bungalow No.12, MD Road &
other Bungalows at GRG Road).
Sl.No. Description of Item Qty Unit Rate Amount
1 Earth work in excavation by mechanical means
(Hydraulic excavator) / manual means in foundation
trenches or drains (not exceeding 1.5 m in width or 10
sqm on plan), including dressing of sides and ramming
of bottoms, lift upto 1.5 m, including getting out the
excavated soil and disposal of surplus excavated soil as
directed, within a lead of 50 m.
1.1 All kinds of soil. 3.07 cum 166.40 511.00
2 Providing and laying in position cement concrete of
specified grade excluding the cost of centering and
shuttering - All work up to plinth level :
2.1 1:2:4 (1 cement : 2 coarse sand (zone-III) : 4 graded
stone aggregate 20 mm nominal size). 3.5 cum 5481.95 19187.00
2.2 1:5:10 (1 cement : 5 coarse sand (zone-III): 10 graded
stone aggregate 40 mm nominal size). 4.01 cum 4209.05 16878.00
3 Steel work in built up tubular (round, square or
rectangular hollow tubes etc.) trusses etc., including
cutting, hoisting, fixing in position and applying a priming
coat of approved steel primer, including welding and
bolted with special shaped washers etc. complete.
3.1 Hot finished welded type tubes 3400 kg 90.25 306850.00
4 Steel work welded in built up sections/ framed work,
including cutting, hoisting, fixing in position and applying
a priming coat of approved steel primer using structural
steel etc. as required.
4.1 In gratings, frames, guard bar, ladder, railings, brackets,
gates and similar works 900 kg 85.95 77355.00
Providing and fixing false ceiling at all height including
providing and fixing of frame work made of special
sections, power pressed from M.S. sheets and
galvanized with zinc coating of 120 gms/sqm (both side
inclusive) as per IS : 277 and consisting of angle cleats
of size 25 mm wide x 1.6 mm thick with flanges of 27
mm and 37mm, at 1200 mm centre to centre, one flange
fixed to the ceiling with dash fastener 12.5 mm dia x
50mm long with 6mm dia bolts, other flange of cleat
fixed to the angle hangers of 25x10x0.50 mm of
required length with nuts & bolts of required size and
other end of angle hanger fixed with intermediate G.I.
channels 45x15x0.9 mm running at the spacing of 1200
mm centre to centre, to which the ceiling section 0.5 mm
thick bottom wedge of 80 mm with tapered flanges of 26
mm each having lips of 10.5 mm, at 450 mm centre to
centre, shall be fixed in a direction perpendicular to G.I.
intermediate channel with connecting clips made out of
2.64 mm dia x 230 mm long G.I. wire at every junction,
including fixing perimeter channels 0.5 mm thick 27 mm
high having flanges of 20 mm and 30 mm long, the
Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-44-

perimeter of ceiling fixed to wall/partition with the help of


rawl plugs at 450 mm centre, with 25mm long dry wall
screws @ 230 mm interval, including fixing of gypsum
board to ceiling section and perimeter channel with the
help of dry wall screws of size 3.5 x 25 mm at 230 mm
c/c, including jointing and finishing to a flush finish of
tapered and square edges of the board with
recommended jointing compound , jointing tapes ,
finishing with jointing compound in 3 layers covering
upto 150 mm on both sides of joint and two coats of
primer suitable for board, all as per manufacturer's
specification and also including the cost of making
openings for light fittings, grills, diffusers, cutouts made
with frame of perimeter channels suitably fixed, all
complete as per drawings, specification and direction of
the Engineer in Charge but excluding the cost of
painting with :

5.1 12.5 mm thick tapered edge gypsum fire resistant board


conforming to IS: 2095- Part I 400 sqm 922.05 368820.00
6 Providing and fixing precoated galvanised iron profile
sheets (size, shape and pitch of corrugation as
approved by Engineer-in-charge) 0.50 mm (+ 0.05 %)
total coated thickness with zinc coating 120 grams per
sqm as per IS: 277, in 240 mpa steel grade, 5-7 microns
epoxy primer on both side of the sheet and polyester top
coat 15-18 microns. Sheet should have protective guard
film of 25 microns minimum to avoid scratches during
transportation and should be supplied in single length
upto 12 metre or as desired by Engineer- in-charge. The
sheet shall be fixed using self drilling /self tapping
screws of size (5.5x 55 mm) with EPDM seal, complete
upto any pitch in horizontal/ vertical or curved surfaces,
excluding the cost of purlins, rafters and trusses and
including cutting to size and shape wherever required. 40 sqm 550.40 22016.00
7 12 mm cement plaster of mix :
7.1 1:6 (1 cement: 6 coarse sand) 60 sqm 168.25 10095.00
8 Applying one coat of water thinnable cement primer of
approved brand and manufacture on wall surface :
8.1 Water thinnable cement primer 30 sqm 36.95 1109.00
9 Finishing walls with Acrylic Smooth exterior paint of
required shade :
9.1 New work (Two or more coat applied @ 1.67 ltr/10 sqm
over and including priming coat of exterior primer
applied @ 2.20 kg/10 sqm) 30 sqm 96.05 2882.00
10 Applying priming coat:
10.1 With ready mixed pink or Grey primer of approved brand
and manufacture on wood work (hard and soft wood) 60 sqm 34.95 2097.00
11 Wall painting with acrylic emulsion paint of approved
brand and manufacture to give an even shade :
11.1 Two or more coats on new work 600 sqm 84.45 50670.00
12 Painting with synthetic enamel paint of approved brand
and manufacture to give an even shade :
12.1 Two or more coats on new work 120 sqm 78.40 9408.00
Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-45-

13 Demolishing brick work manually/ by mechanical means


including stacking of serviceable material and disposal
of unserviceable material within 50 metres lead as per
direction of Engineer-in-charge.
13.1 In cement mortar 1.2 cum 842.75 1011.00
14 Fencing with angle iron post placed at required distance
embedded in cement concrete blocks, every 15th post,
last but one end post and corner post shall be strutted
on both sides and end post on one side only and
provided with horizontal lines and two diagonals
interwoven with horizontal wires, of barbed wire
weighing 9.38 kg per 100 m (minimum), between the
two posts fitted and fixed with G.I. staples, turn buckles
etc. complete. (Cost of posts, struts, earth work and
concrete work to be paid for separately). Payment to be
made per metre cost of total length of barbed wire used.
14.1 With G.I. barbed wire 2000 metre 12.65 25300.00
15 Cutting holes up to 30x30 cm in walls including making
good the same:
15.1 With common burnt clay F.P.S. (non modular) bricks 30 each 219.20 6576.00
16 Providing and fixing Bamboo jaffery/fencing consisting
of superior quality 25 mm dia (Average) bamboo placed
vertically and fixed together with three numbers
horizontal running members of hollock wood in scantling
of section 50X25 mm fixed with nails and G.I. wire on
existing support complete as per direction of Engineer-
in-charge. 25 sqm 596.45 14911.00
17 P/F UV stablized fibre glass reinforced plastic sheet for
gates etc. i/c fixing with self driven screws, washer etc.
complete as per the direction of Engineer-in-charge.
17.1 UV stablized 2 mm thick FRP sheet 8 Sqm. 638.10 5105.00
18 Tubular steel work in single section fixed with or without
connecting plate including cutting, hoisting, fixing in
position and applying a priming coat of approved steel
primer all complete. 400 Kg. 63.65 25460.00
19 Providing and fixing to frame, backing or studding with
screws etc. complete (Frames,backing or studding to be
paid separately):
19.1 6 mm thick plain cement bonded particle board (Bison
board) 30 sqm. 335.20 10056.00

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-46-

20 Providing and fixing multi walled thermo clear glass look type
10mm thick clear or required colour blue, brown or green etc.
poly carbonate multi walled sheet of required brand such as
GE of polygal brand or approved by Engineer-in-Charge. The
multi walled poly carbonate sheet shall be fixed on tubular
steel structure with 25 micron thick powder coated aluminium
Alcox section of size 60x18x2mm and weight not less than
0.462 kg/m and weather proof Neoprene EPDM rubber gasket
on both side of joints and top, so as to make the whole
structure water tight as per approved design/drawings. The
alcox Aluminium section shall be fixed on joints and both end
of polycarbonate sheet to fixed the sheet rigidly on steel frame
structure. The weather proof neoprene and aluminium profile
shall be fixed and sealed with silicon scalene to make the
joints fully water proof. The open over had end of poly
carbonate sheet to be shield" with powder coated aluminium
channel of size 10x10x1.5 mm thick and weight not less than
0.2 kg/m. the poly carbonate sheet and profile shall be fixed
with self taping and self drilling 50mm long steel screws fixed
not less than 150mm cement to center.The rate shall be
inclusive of cost of all material involved such as poly
carbonate sheet. Alcox system aluminium profile aluminium
channel. EPDM" gasket, self taping screws nut bolts silicon
sealant or any other material required for fixing the sheet but
excluding the cost of steel structure which shall be paid
separately. The cost also include the rate of labour required
for cutting, bending and fixing of poly carbonate sheet
aluminium profile, hosting in position etc. including scaffolding
complete as per direction of Engineer-in-charge. The rate shall
also include the cost of all and T&P and safety precautions
required during execution of the work. All aluminium section
shall have minimum powder coating of thickness not less than
25 micron. The work shall be completed in all respect as per
design/drawing and direction of Engineer-in-charge. Finished
curved surface area of poly carbonate sheet end to end of
roofing over steel tubular structure shall be measured in
square metre for the purpose of the payment. 35.00 Sqm 1727.65 60468.00
21 Deduct for taking away old dismantled material.
21.1 Iron scrap, rusted reinforcement bars, Stainless Steel,
Hinges, channels,Baskets, G.I. Pipe, SCI Pipe, flat, GI
barbed wire & M.S. Grill etc. 2000 Kg. -30.00 -60000.00
21.2 Old bricks 300 Each -2.50 -750.00
Total 976015.00
Add Cost Index @15.69% (On DSR item No.1 to 16 &
18 Total Rs.961136/-) 150802.00
Total 1126817.00

Assistant Engineer (P) Executive Engineer


Parliament Works Division-III, Parliament Works Division-III,
CPWD, I.P. Bhawan, CPWD, I.P. Bhawan,
New Delhi New Delhi

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-47-

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).
-48-

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P).

Вам также может понравиться