0% found this document useful (0 votes)
14 views44 pages

NIT82EE

Pdf

Uploaded by

S.M SABHARWAL
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
14 views44 pages

NIT82EE

Pdf

Uploaded by

S.M SABHARWAL
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 44

1

INDEX
NIT No.: 82/2024-25/PaWD-III/Delhi

Name of work : Upgradation/Renovation to 196 MP’s Flats at South


Avenue under Sub-Div.-III of PaWD-III, New Delhi, dg.
2024-25. (SH: Providing & placing SMC water storage
tank at terrace in various location at South Avenue).
Estimated Cost : `. 28,23,289/-
Earnest Money : `. 56,466/-
Security Deposit : 2.5% of the tendered value
Performance Guarantee : 5% of the tendered value
Time of execution : 03 Months
Sl. No. Description Page
1. Index 1
2. Notice Inviting Tender (CPWD-6) & Instructions for contractor 2-8
for e-tendering
3. CPWD-7 9-18
4. List of Approved Makes 19-22
5. Bank Guarantee Bond 23-24
6. General Specification 25-30
7. Additional Conditions 31-35
8. Memorandum issued vide No. DG/SOP-2024/02 dated 04.09.2024 36
9. Special Conditions as per NGT Guidelines 37-40
10. Performa Of Verification of CPWD Contractor Workers 41-42
11. Schedule of quantity 43-44

Certified that this NIT contains 1 to 44 (One to Forty Four) pages only excluding cover.
This NIT is approved for `. 28,23,289/-only

lgk;d vfHk;Urk ¼;ks0½ dk;Zikyd vfHk;Urk


la-fu-ea- -III, ds-yks-fu-fo-] la-fu-ea- -III, ds-yks-fu-fo-]
ubZ fnYyh- ubZ fnYyh-

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


2

CPWD
CPWD-6 FOR e-TENDERING

1. Online Percentage Rate bids (CPWD-7) are invited on behalf of President of India on single bid system
from CPWD enlisted contractors of appropriate class in building category for the following work:-
Name of Work: Upgradation/Renovation to 196 MP’s Flats at South Avenue under Sub-
Div.-III of PaWD-III, New Delhi, dg. 2024-25. (SH: Providing & placing SMC water
storage tank at terrace in various location at South Avenue).

The enlistment of the contractor 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 `. 28,23,289/- This estimate, however, is given merely as a rough guide.
2. Agreement shall be drawn with the successful bidders on prescribed Form No. C.P.W.D.-7 which is
available as a Govt. of India Publication and also available on website www.eprocure.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 03 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 the 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.etender.cpwd.gov.in or ww.cpwd.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 percentage rate any number of times 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 Insurance Surety Bonds, Account Payee Demand Draft, Fixed
Deposit Receipt, Banker’s Cheque or Bank Guarantee (for balance amount as prescribed) from any
of the Commercial Banks (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, minimum 50%
of earnest money or `. 20 lac, whichever is less, shall have to be deposited in shape prescribed above,
and balance may be deposited in shape of Bank Guarantee of any Commercial Bank having validity
for six months or more from the last date of receipt of bids which is to be scanned and uploaded by the
intending bidders.
The earnest money given by all the tenders except the lowest tenderer shall be refunded immediately
after the expiry of stipulated bid validity period or immediately after acceptance of the successful
bidder, which is earlier. However, in case of two/three bid system earnest money deposit of bidder
unsuccessful during technical bid evaluation etc. should be returned within 30 days of declaration of
result of technical bid evaluation.

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


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 along with physical EMD of the scanned
copy of EMD uploaded 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 04:30 PM on 26.10.2024.
10. The Bid submitted shall become invalid if:
(i) The bidders are found ineligible.
(ii) The bidder does not upload scanned copies of all the documents as stipulated in the bid
documents.
(iii) 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 bid
opening authority.
(iv) If a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section / sub head in
percentage rate tender, the tender shall be treated as invalid and will not be considered as
lowest tenderer.
In case of invalid bid as above, the bidder/s shall not be allowed to participate in the
retendering process of the work.
11. The contractor whose bid is accepted will be required to furnish performance guarantee at specified
percentage of the tendered amount as mentioned in Schedule E and within the period specified in
Schedule F. This Guarantee shall be in the form of Insurance Surety Bonds, Account Payee Demand
Draft, Fixed Deposit Receipt or Bank Guarantee from any of the Commercial Banks in accordance with
the prescribed form. In case the contractor fails to deposit the said performance guarantee within the
period as indicated in Schedule ‘F’, including the extended period if any, the Earnest Money deposited
by the contractor shall be forfeited automatically without any notice to the contractor. 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 circumstance which may influence or effect 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 and plants, water, electricity access, facilities for
workers and all other services required for executing the work unless otherwise specifically provided
for in the contract documents. Submission of a bid by a bidder implies that he has read this notice and
all other contract documents 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 plants 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.
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.

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


4

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 as 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 gazetted 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 work shall remain open for acceptance for a period of 30 (Thirty) days from the date of
opening of bids in case of single bid system and 75 (Seventy five) days from the date of opening of
technical bids in case bids are invited in 2 or 3 bid system. Further:
(i) If any tenderer withdraws his tender or makes any modification in the terms & conditions of
the tender which is not acceptable to the department within 7 days after last date of submission
of bids, then the Government shall without prejudice to any other right or remedy, be at liberty
to forfeit 50% of the earnest money absolutely irrespective of letter of acceptance for the work
is issued or not.
(ii) If any tenderer withdraws his tender or makes any modification in the terms & conditions of
the tender which is not acceptable to the department after expiry of 7 days after last date of
submission of bids, then the Government shall without prejudice to any other right or remedy,
be at liberty to forfeit 100% of the earnest money absolutely irrespective of letter of acceptance
for the work is issued or not.
(iii) In case of forfeiture of earnest money as prescribed in para (i) and (ii) above, the bidders shall
not be allowed to participate in the rebidding process of the same work.
19. This Notice inviting Bid shall form a part of the contract document. The successful bidders/
contractors, 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 or other standard CPWD Form as applicable.
c) A new provision of Integrity Pact has been introduced in the GCC 2023 Maintenance Works. 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.
20. The intending bidders are required to update their profile in CPWD e-tender portal and to upload their
bids well in advance of last date of submission of tender. Any issue related to updating
profile/uploading tender can be resolved through the concerned Executive Engineer/Assistant Engineer
(Phone No. 01123370180 e-mail id: eepawd3@yahoo.com) or ERP help line No.18001803286 or e-
mail id cpwd.support@techmahindra.com. The e-tendering bidders are also advised not to wait to raise
any issues till the last date of submission of bid in their own interest.

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


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 CPWD enlisted contractors of appropriate class in building category for the
following work: -
Sl. NIT No. Name of work & Location Last date & Date &
No. time of time of

Estimated cost put to Bid/Tender


submission of opening
Bid, scanned of bid

Time of completion
copy of

Earnest Money
original EMD,
copy of receipt
for deposition
of Original
EMD and
other
documents as
specified in
the press
notice
1. 82/2024- Upgradation/Renovation to 196 MP’s 26.10.2024 26.10.2024
`. 28,23,289/-
25/PaWD-III/ Flats at South Avenue under Sub- Up to At

03 Months
`. 56,466/- 4:00 PM 4:30 PM
Delhi Div.-III of PaWD-III, New Delhi, dg.
2024-25. (SH: Providing & placing
SMC water storage tank at terrace in
various location at South Avenue).
1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only
submit his bid if he considers himself eligible and 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 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.etender.cpwd.gov.in or
www.cpwd.gov.in free of cost.
4. Bidders are advised to keep visiting the above mentioned web-sites from time to time (till the
deadline for bid submission) for any updates in respect of the tender documents, if any. Failure to
do so shall not absolve the applicant of his liabilities to submit the applications complete in all
respect including updates thereof, if any. An incomplete application may be liable for rejection.
5. But the bid can only be submitted after depositing of 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 and uploading the mandatory scanned documents such as
Insurance Surety Bonds, Account Payee Demand draft or Bankers Cheque or Fixed Deposit
Receipts or/and Bank Guarantee (for balance amount as prescribed) from any of the
Commercial Bank towards EMD in favour of Executive Engineer as mentioned in NIT, receipt
for deposition of original EMD to division office of any Executive Engineer (including NIT
issuing EE/AE), CPWD and other documents as specified.
6. The intending bidder is required to update his profile on new e-tender website
https://etender.cpwd.gov.in. Information on updation of profiles is available on CPWD
website https://www.cpwd.gov.in vide circular : https://www.cpwd.gov.in/
WriteReadData/other_cir/50798.pdf.

7. Copy of enlistment order and other documents as specified in the tender documents for eligibility
Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL
6

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 document as specified in tender
documents shall be submitted by the lowest bidder within a week physically in the office tender
opening authority.
8. Online bid documents submitted by intending bidders shall be opened only of those bidders, who
has submitted the documents as per terms of the NIT.
9. The intending bidder must have valid Class-III digital signature. The bidder need to downloading
eMsigner on his system and successfully install it. The process for downloading and installing is
available in the ‘downloads’ section of the etender website https://etender.cpwd.gov.in.
10. On opening date, the contractor can login and see the bid opening process. After opening of bids
he will receive the competitor bid sheets.
11. Contractor can upload documents in the form of JPG format and PDF format.
12. Contractor must ensure to quote percentage above or below or at par for civil work as well as
electrical portion in template (Abstract sheet). The column meant for quoting percentage in figures
appears in pink colour and the moment percentage is entered, it turns sky blue. However, if a
tenderer does not quote any percentage above/below on the total amount of the tender or any
section/sub head in percentage rate tender, the tender shall be treated as invalid and will not be
considered as lowest tenderer.
13. SC/ST contractors enlisted under class V category are exempted from processing fee payable to
ITI.
14. List of Document to be scanned and uploaded within the period of bid submission:
i) Banker‘s Cheque of a Commercial Bank or Account Payee Demand Draft of a
Commercial Bank, Fixed Deposit Receipt (FDR) of a Commercial Bank or Insurance
Surety Bonds or Bank Guarantee (for balance amount as prescribed) from a
Commercial Bank against EMD.
ii) Copy of Enlistment Order of CPWD Contractor in appropriate class of composite
category.
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.
v) Copy of Certificate of ERP Training through any of the CPWD Regional Training
Institutes (RTIs) or through the National CPWD Academy (NCA), Ghaziabad or
through any other special training arranged by ERP unit at CPWD Headquarter.

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

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


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 Banker‘s Cheque of
a Commercial Bank or Account Payee Demand Draft of a Commercial Bank, Fixed Deposit
Receipt (FDR) of a Commercial Bank or Insurance Surety Bonds or Bank Guarantee (for
balance amount as prescribed) from a Commercial Bank towards EMD in favour of
respective Executive Engineer, copy of receipt of original EMD and other documents
specified in the press notice.

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


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 : Upgradation/Renovation to 196 MP’s Flats at South Avenue
under Sub-Div.-III of PaWD-III, New Delhi, dg. 2024-25.
(SH: Providing & placing SMC water storage tank at terrace
in various location at South Avenue).

2. NIT No.: 82/2024-25/PaWD-III/Delhi

3. Estimated Cost: `. 28,23,289/-

4. Amount of Earnest Money


Deposit: ` . 56,466/-

5. Last Date of submission of bid: 26.10.2024


(* To be filled by EMD Receiving Officer)- Earnest Money in the form of Banker‘s Cheque of a
Commercial Bank or Account Payee Demand Draft of a Commercial Bank, Fixed Deposit Receipt (FDR) of
a Commercial Bank or Insurance Surety Bonds or Bank Guarantee (for balance amount as prescribed) from a
Commercial Bank (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. #…………….……………………………………………

5. Email ID of Contractor. #............………….…………………………………………...

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 (https://etender.cpwd.gov.in/>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: NIL Overwriting: NIL Correction: NIL Deletion: NIL


9

ds-yks-fu-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:- --

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

vapy ZONE :- NDZ-II mieaMy SUB-DIVISION :- III

flfoy dk;ksZ ds fy, izfr'kr nj fufonk ,oa lafonk


Percentage Rate Bid/Tender & Contract for works

dk;Z ds fy, fufonk %Tender for the work of :- Upgradation/Renovation to 196 MP’s Flats at
South Avenue under Sub-Div.-III of PaWD-III, New Delhi, dg. 2024-25. (SH: Providing &
placing SMC water storage tank at terrace in various location at South Avenue).

(i) To be uploaded by 16:00 Hours on 26.10.2024 at https://etender.cpwd.gov.in.

(ii) To be opened in presence of tenderers who may be present at 16:30 Hours on 26.10.2024 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: NIL Overwriting: NIL Correction: NIL Deletion: NIL


10

ge fufonk dks] blds [kksys tkus dh fu/kkZfjr rkjh[k ls 30 ¼rhl½ fnu ;fn fufonk;sa 1 cksyh i)fr ls
vkeaf=r dh x;h gkas vkSj 75 ¼ipgRrj½ @;fn fufonk;sa 2 ,oa 3 cksyh ls vkeaf=r dh x;h gkas rks rduhdh
cksyh [kqyus dh rkjh[k ls 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 30 (Thirty) days from the date of opening of bids in case of single
bid system and 75 (Seventy five) days from the date of opening of technical bid in case bids are invited on 2
or 3 bid system (strike out as the case may be) and not to make any modification in its terms and

conditions.

A sum of `. 56,466/- is hereby forwarded in Banker‘s Cheque of a Commercial Bank or


Account Payee Demand Draft of a Commercial Bank, Fixed Deposit Receipt (FDR) of a
Commercial Bank or Insurance Surety Bonds or Bank Guarantee (for balance amount as prescribed)
from a commercial 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: NIL Overwriting: NIL Correction: NIL Deletion: NIL


11

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 : #

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


12

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: NIL Overwriting: NIL Correction: NIL Deletion: NIL


13

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--------
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-General Conditions of
Contract for CPWD
works - 2023
(maintenance work) as
amended/modified
upto the previous day
to last date of
submission of Bid

dk;Z dk uke/Name of Work: - Upgradation/Renovation to 196 MP’s Flats at South Avenue


under Sub-Div.-III of PaWD-III, New Delhi, dg. 2024-25. (SH: Providing & placing SMC
water storage tank at terrace in various location at South Avenue).

dk;Z dh vuqqekfur ykxr Estimated cost of work : `. 28,23,289/-


(i) /kjksgj jkf”k Earnest money `. 56,466/- (to be returned after receiving
performance guarantee)
(ii) fu"iknu xkjaVh Performance guarantee 5% of tendered value
(iii) izfrHkwfr fu{ksi Security Deposit 2.5% of tendered value

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


14

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. - As per clause 12
mentioned below
ifjHkk"kk;sa%& Definitions:
2(vi) 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-2023 with correction slips up
to last date of submission of
tender/Market Rates

2(xii) foHkkx
Department Central Public Works Department

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


Standard CPWD Contract Form GCC 2023 (maintenance work), CPWD Form 7
as amended/ modified up to the previous day
to last date of submission of bid.
[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 03 Days

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


Authority for fixing compensation under clause 2 CE/NDZ-II, CPWD

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


15

[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 10 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 03 Months

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

(iii) 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
[kaM ykxw & 6@Clause applicable –6 Electronic Measurement Book (EMB)
through CPWD ERP Portal
[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 `. 9,41,000/-
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 payment.

[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.

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

----------- As per requirement of Site----------


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

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


16

[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 Y…..% …… NIL……...

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 2019, Vol-
I & II with upto date correction
slips
[k.M Clause 12- Type of work - MAINTENANCE WORK
12.2 fopyu lhek] ftlds ijs [k.M 12-2
ds fy, ykxw gksaxs NO LIMIT
Deviation limit beyond which (All deviated quantities shall
clause 12.2 shall apply be Paid on agreement for
Building work rates)
(As per Circular No. DG/CON/Maintenance 2023/03 dated 18.12.2023 and GCC-2023 upto date
correction slips)
The completion cost shall, in no case, exceed 1.5 times the contract amount. Contractor will devise a
system to keep a watch on quantum of work taken up vis-a-vis balance items required to complete
defined scope of work and will give the alerts to Engineer-In-Charge before taking up extra item(s),
deviation(s) so that completion cost does not exceed above limit. Work executed beyond above limit will
neither be recorded nor be paid. (As per Circular No. DG/CON/Maintenance 2023/03 dated 18.12.2023)

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


17

[k.M Clause 16
?kVh gqbZ njs fu/kkZfjr djus dh fy, l{ke izkf/kdkjh - CE/NDZ-II, CPWD
Competent Authority for deciding reduced rates

[k.M Clause 18
List of mandatory machinery, tools & plants to be - As per requirement of work 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 Clause25 – Place of Arbitration : New Delhi


Dispute Redressal Committee (DRC)shall contain the following officers

Sl. Constitution
No. Officer Remarks

1 Chairman The concerned EE, in-charge of the work will


2 Member put up the case before DRC.
To be decided by ADG(RD)
Appeal to this effect shall be submitted to
3 Member Engineer-in-charge of major discipline.

[k.M CLAUSE 32 : -
Requirement of Technical Representative(s) and Recovery Rate

Cost of Requirement of Technical Minimum Designation Technical Rate at which


work (Rs. In Qualification Number Experience Staff recovery shall
Crores) (of Major + (Years) be made from
Minor the contractor
component) in the event of
not fulfilling
More than 15 Graduate 1 of Major 2 or 5 Project Manager cum `. 15,000/- per
lac to 1.5 Engineer or component respectively planning/quality/Site/billing month per
Crore Diploma Engineer person
Engineer
Assistant Engineers retired from Government services that are holding Diploma will be treated at par with
Graduate Engineers.
Diploma holder with minimum 10 years relevant experience with a reputed construction co. can be treated at par
with Graduate Engineers for the purpose of such deployment subject to the condition that such diploma holders
should not exceed 50% of requirement of degree engineers.

[k.M Clause 38
(i) d½ lhesUV vkSj fcVqeu dh vuqekuewy
ek=k fu/kkZfjr djus ds fy, vuqlwph@fooj.k dsyksfufo }kjk eqfnzr fnYyh nj vuqlwph -2023
(i) (a) Schedule/statement for determining theoretical
quantity of cement & bitumen on the basis of Delhi Schedule of Rates 2023 printed by C.P.W.D.

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


18

(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


(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 dh tk,xh
Sl No. Description of item Rates in figures and words at Which recovery shall be made from the Contractor
vuqeR; fopyu ls vf/kd mi;ksx vuqeR; fopyu ls ?kVk;k
Excess beyond permissible variation mi;ksx
Less use beyond permissible
variation
1. Cement N.A. N.A.
2. Steel reinforcement N.A. N.A.
3. Structural Sections N.A. N.A.

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


19

LIST OF PREFERRED APPROVED MAKE OF MATERIALS (FOR CIVIL WORKS)

Sl.No. Item /Material Manufacturer and Trade Names


1. Ceramic tiles and Glazed tiles Johnson, Kajaria, MOZIO, RAK & Varmora
(all sizes)

2. Chequered CC tiles Nitco, K.K Manhole & Grating Co Pvt. Ltd, Ultra &
Unistone, ABC.
3. Vitreous china (WC and wash Cera, Hindware, Parryware, Jaquare
basin)

4. PVC/Vitreous Cistern, Cera, Hindware, Parryware, Jaquare


European WC with seat cover

5. PVC/Vitreous China flushing Hindware, Parryware, Jaquare


cistern
6. Vitrified/GVT tiles (all sizes) Johnson, Kajaria, MOZIO, RAK & Varmora

7. Precast Cement Concrete Tiles K.K Manhole & Grating Co Pvt. Ltd, Dalal Tile Industries,
ABC
8. Chequred Tile Nitco, Ultra, Unistone, Modern & Dalal Tile Industries,
ABC

9. Interlocking Paver Block, K.K. Manhole & Grating Co Pvt. Ltd., Unistone, Nitco &
Grass Paver, Precast CC Slab, Dalal tiles Ind, ABC.
Kerbstone

10. RMC ACC, Ahlcon and Grasim, Ultra Tech, Nidcon, V.K.
Ready Mix, M/s Shri Ram Ready Mix concrete Pvt. Ltd.
11. C.I. Cover RIF, HIND, BIS, BIC, NECO, SKF
12. Block Board & Ply Wood Green ply, Century, Kitply, Duro
13. Laminated Wooden Flooring Greenpanel/Vista/Virgin, Action Tesa, Pergo

14. Lamination sheet (Mica) Greenlam, Marino, Action Tesa


15. Door/Cupboard locks Godrej, Dorset (Model ML-12L), Kich, Harrison,
16. Flush Door Century Ply board, Duro, Alpro, Greenply, Jain door,
Archid
17. Ball valve/Gate Valve non Zoloto, IBP, ARCO
return valve
18. CP Bathroom Fittings Jaquar, Kohler, Hindware, Marc
19. SS door/window/ Cupboard Hettich, Godrej, Dorset, Harrison, Dorma, Kich
fittings
20. Modular kitchen accessories Stallion, Hettich, Kaff & Ozone, Hafele

21. Kitchen Sink (Stainless Steel) Neelkanth, Jayna & Nirali


22. Structural M.S. Sections viz, I Tisco, Jindal & SAIL
& Channels

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


20

23. Structural Extruded Sections SAIL, Tisco, Rana & Capital with ISI mark
viz. Tee Iron, Angle iron, Flats
etc.
24. Hot finished welded , seamless TATA , Jindal (Hisar), Wellspun, TTT
and ERW type tubes
25. Steel Fibre Reinforced K.K. Manholes, Gratings, Nitco & Dalal Tiles Ind.
Concrete, Manhole covers with
frame and grating
26. Steel Reinforcement Bars RINL, TISCO, SAIL & JINDAL

27. Aluminium Sections Jindal, Hindalco, Indal & Mahavir

28. Aluminium Door & Window Classic, Global, Nulite, Argent


Fittings
29. UPVC pipe Kisan, Supreme, Prince, finolex & Prakasa

30. UPVC window/doors Fenesta, Rehau, Polywood, Duroplast, Aluplast, Marcolini

31. PVC Tank Sintex, SPL, Polycon, Rotax, Fusion & Sheetal
32. PVC doors Jaindoors & Rajshri Plastiwood
33. Kitchen loft tank Sintex, Tirupati Structural limited, Planet Plasic
34. G.I. Sheet of all patterns SAIL, Tata & Jindal (Hisar)
35. G.I. Pipe Jindal (Hisar) and Tata
36. G.I. Fittings UNIK, R Brand, KS Brand, Zoloto, R.R, S.S.S. & NMC

37. Gun Metal Valve Leader, Zoloto, Sant & Pidilite

38. Centrifugally cast iron pipes & Neco, Hepco, BIC, RIF, RPMF & SKF
accessories/fittings
39. Stoneware pipes & gully traps Perfect & Parry
40. PTMT fittings Prayag, Polytuf, Cera & Parryware

41. Hydraulic door closer tubular Hardwyn make (model classic queen), Dorma,
type aluminium die cast body Dorset (Model DC 60 SM), Godrej
42. Synthetic enamel paint Luxol Hi-gloss of Berger, Apcolite lusture finish white of
Asian Paints, Dulux gloss of ICI make, Jenson &
Nicholson Brolac Hi-gloss Polyurethane Enamel.
43. Cement Primer B.P. (alkali resistant) water thinable of Berger paint make,
Primolite water thinable Goodlass Nerolac paint make,
Cemprover of Snowcem paint, Cement primer of Asian
paint make, Jenson & Nicholson Water Thinable Cement
Primer (Ext & Int). Primoxx of J&K White cement.

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


21

44. Water proofing cement Durocem of Berger paints, Super snowcem decorative of
paint snowcem India Ltd. Gattucem of Asian Paints, Jenson &
Nicholson Robbiacem Super Cement Paint of Jenson &
Nicholson.
45. Plastic/Acrylic emulsion Silk Luxury/Silk Glamour emulsion of Berger paint, Dulux
paint Professional Solitaire of AKzonobel Emulsion of Kansai
Nerolac paint, Royale of Asian Paint, Jenson & Nicholson
Special Effects Luxury Sheen Emulsion.
46. Acrylic exterior paint with Snowcryl XT/ Mximus of Snowcem paint, Weathercoat
silicone additives Smooth/ Weathercoat Long Life Flexo of Berger paints,
Dulux Professional Weather Shield of AKZONOBEL,
Ultima of Asian paints
47. Acrylic exterior paint Trump/ Alpura of Snowcem paint, Walmasta of Berger
paints, Apex, Asian paints, Weather Shield of MIS
AKZONOBEL.

48. POP J.K. Laxmi, Sakarni, Sri Ram, Nirman & Aadhar Shree

49. Wall Putty Birla Wall Care, JK Wall Care

50. Acrylic distemper Tractor of Asian Paint, Bison of Berger, Jensolin of Jenson
& Nicholson.
51. APP Water Proofing Bitumat, Apex & STP Ltd., Torch tarmembrance &
Treatment Bitumen Product Pvt. Ltd.
52. Water proofing compound CICO, Pidilite, Accoproof & Impermo

53. Anti-corrosive epoxy (NITOZINC PRIMER) of FOSROC or equivalent


coating
54. Acrylic Shelf Admiral & Alpina

55. Tile Adhesive Somany, Latticrete, Pidilite, Ferous & Cico

56. Cement O.P.C./P.P.C. confirming to IS : 1489 – ACC, Birla,


Ambuja, Jaypee, J.K. Cement., Ultratech, JP Rewa,
Lafarge, CCI
57. Float Glass Saint Gobin, Modi & ASHAI INDIA
58. Bevelled Edge Mirror Modi Guard & Atul
59. White Cement J.K. & Birla
60. Reinforcement cleaning (REEBAKLENS R.R.) of FOSROC or equivalent
agents
61. Non-re-emulsifying latex NITOBOND SBR (LATEX) of FOSROC or equivalent
bonding
62. Monkey deterrent spikes Make- parry moulding, Indolite Devices, Vision
Engineering, Monkey king
63. Frosted decorative sparkle LLUMAR, 3M or equivalent.
film
64. Glazed GRC Unistone, Nitco
Tiles – 22-25 mm thick
65. FRP door, frame & shutter Jain door, Assshoo model Arts, Salectual Product Co.

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


22

66. Silicon Sealant Pidilite, Forsoc, Tuffseal, Choksey Chemical


67. Dash Fastner Hilti, Fisher, Bosch, Canon
68. Fibre Glass sheet Simcry1, Simba
69. GRG False Ceiling Diamond international, Metacil of Mancot Industries, Vans
Gypsum Pvt. Ltd.
70. False Ceiling (Tile, Gred) Armhtrong, Hunter douglas, USG Boral, Caint Gobain,
Aerolite, Interarch
71. Low viscosity high CBEX 100 of FOSROC or equivalent
Molecular weight
thermosetting polymer
72. Drapery Rods & Vertical Mac, Vista & Levlor
Blinds
73. Chloropyriphos SRCHLORO 20 TC, DURBAN 20, VADH SECURE,
HILBAN, DURSBANTCT, PEST CONTROL SERVICES
OF INDIA
74. Polycarbonate Sheet MG Polyplast, GE LeXon, Danpalon, Polygal
75. Melamine Polish Asain Paints, Melamine Gold wudfin, Timber Tone of ICI
dulux, Pidilite
76. PVC door frames & Rajshri Plastiwood, Jain wood industries, Sintex
shutters
77. R.C matteress, P.U. foam
sheet, Plastic dustbin &
PVC doormat:-
(a) R.C matteress Pearl Rupa Super Ortho Model, New Ortho of Kurlon
model
(b) P.U. foam (for sofa) Sleepwell, Kurlon (Heera Brand)
(c) P.U. foam sheet Sleepwell, Kurlon (Heera Brand), M.M. foam
(d) Plastic dustbin Nayasa Make, equivalent model of Cello
(e) PVC doormat Durosoft premium quality
78. Partical Board Action Tesa, Marino
79. Wood Plastic Composite Alstone, Century, ECOSTE, D ’spaze’ & Rajshri
Board Plastiwood
80. Gypsum/Gypsum Plaster Dudhi
81. FRP Manhole cover/gully Dudhi
& gratings
82. MAZZA AC PIPE A Infrastructure Ltd.
83. Hybrid polyuria based Asian Paints, Fosroc, Pidilite
Elastomeric water
proofing material
84. SMC (Sheet Moulded SINTEX, AMITEX, SOVISY, DEVI POLYMER
Compound) Panel Tank
Note:-
1. All other material/make to be approved by the Engineer-in-Charge confirming to
specifications and nomenclature of item and latest IS codes and samples to be kept in
safe custody for inspection of senior officers.
2. 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: NIL Overwriting: NIL Correction: NIL Deletion: NIL


23

On non-judicial stamp paper of minimum Rs. 100

(Guarantee offered by Bank to CPWD in connection with the execution of contracts)


Form of Bank Guarantee for Earnest Money Deposit /Performance Guarantee/Security
Deposit/Mobilization Advance

1. Whereas the Executive Engineer……………………………(name of division)


…………………, CPWD on behalf of the President of India (hereinafter called
“The Government”) has invited bids under........................(NIT
number)......................dated…………. for................................................... (name
of work). The Government has further agreed to accept irrevocable Bank
Guarantee for Rs. ....................... (Rupees ………………….... only) valid upto
......... (date)*.............. as Earnest Money Deposit from ......................... (name and
address of contractor) ...................... (hereinafter called "the contractor") for
compliance of his obligations in accordance with the terms and conditions of the
said NIT.
OR
Whereas the Executive Engineer ……………….(name of division) CPWD on
behalf of the President of India (hereinafter called “The Government”) has
entered into an agreement bearing number……………with ......................(name
and address of the contractor)……………….. (hereinafter called “the
Contractor”) for execution of work.....................(name of work)
………………………. The Government has further agreed to accept an
irrevocable Bank Guarantee for Rs. ....................... (Rupees …………………...
only) valid upto ........ (date)........ as Performance Guarantee/Security
Deposit/Mobilization Advance from the said Contractor for compliance of his
obligations in accordance with the terms and conditions of the agreement

2. We, ............... (indicate the name of the bank)…………….. (herein after referred
to as “the Bank”), hereby undertake to pay to the Government an amount not
exceeding Rs........................... (Rupees …………….. only) on demand by the
Government within 10 days of the demand.
3. We, ........................ (indicate the name of the Bank)……………., do here by
undertake to pay the amount due and payable under this guarantee without any
demur, merely on a demand from the Government stating that the amount
claimed is required to meet the recoveries due or likely to be due from the said
contractor. Any such demand made on the Bank shall be conclusive as regards the
amount due and payable by the Bank under this Guarantee. However, our liability
under this guarantee shall be restricted to an amount not exceeding Rs. …….......
(Rupees ...................only)
4. We, .................. (indicate the name of the Bank) ............... , further undertake to
pay the Government any money so demanded notwithstanding any dispute or
disputes raised by the contractor in any suit or proceeding pending before any
court or Tribunal, our liability under this Bank Guarantee being absolute and
unequivocal. The payment so made by us under this Bank Guarantee shall be a
valid discharge of our liability for payment there under and the contractor shall
have no claim against us for making such payment. '

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


24

5. We, ..................... (indicate the name of the Bank) ……………, further agree that
the Government shall have the fullest liberty without our consent and without
affecting in any manner our obligation here under to vary any of the terms and
conditions of the said agreement or to extend time of performance by the said
contractor from time to time or to postpone for any time or from time to time any
of the powers exercisable by the Government against the said contractor and to
forbear or enforce any of the terms and conditions rerating to the said agreement
and we shall not be relieved from our liability by reason of any such variation or
extension being granted to the said contractor or for any forbearance, act of
omission on the part of the Government or any indulgence by the Government to
the said contractor or by any such matter or thing whatsoever which under the law
relating to sureties would, but for this provision, have effect of so relieving us.
6. We, ................... (indicate the name of the Bank) ………………, further agree
that the Government at its option shall be entitled to enforce this Guarantee
against the Bank as a principal debtor at the first instance without proceeding
against the contractor and not withstanding any security or other guarantee the
Government may have in relation to the Contractor's liabilities.
7. This guarantee will not be discharged due to the change in Contractor.
8. We, ...................... (indicate the name of the Bank) ……………., undertake not ot
revoke this guarantee except with the consent of the Government in writing.
9. This Bank Guarantee shall be valid up to …………………………unless
extended on demand by the Government. Notwithstanding anything mentioned
above, our liability against this guarantee is restricted to Rs………….
(Rupees………………… only) and unless a claim in writing is lodged with us
within the date of expiry or extended date of expiry of this guarantee, all our
liabilities under this guarantee shall stand discharged.

Date …………………..

Witnesses :
1. Signature…………………. Authorized signatory
Name and address
Name

Designation

Staff Code no.

Bank Seal
2. Signature………………….
Name and address

*Date to be worked out on the basis of validity period of 90 days where only
financial bids are invited and 180 days for two/three bid system from the date of
submission of tender. **ln paragraph 1, strike out the portion not applicable.
Bank Guarantee will be made either for earnest money or for performance
guarantee/security deposit/mobilization advance, as the case may be.

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


25

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 2019 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: NIL Overwriting: NIL Correction: NIL Deletion: NIL


26

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) Acrylic Distemper confirming i) Tractor of Asian Paint
IS-427 latest edition (only 20 ii) Bison of Berger
kg packs will be allowed) iii) Jensolin of Jenson & Nicholson
(Interior)
(b) Synthetic Enamel Paint M/s Asian Paints Ltd (Apcolite Gloss enamel),
(only 20 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 20 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 20 kg packs will M/s Shalimar Paints Ltd (No. 1 Premium Acrylic distemper)
be 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 20 litres packs will be M/s Berger Paints India Ltd (Weathercoat Long Life Flexo)
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: NIL Overwriting: NIL Correction: NIL Deletion: NIL


27

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
2019 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) The Engineer-in-Charge shall be at liberty to take respective sample(s) of each item
of schedule of quantities in any approved laboratory as decided by him. The sample
for testing shall be provided by the Contractor free of cost. All expenditure
required to be incurred for taking sample, conveyance and packing & testing
charges etc. shall be borne by the Contractor himself. In case any sample of
particular lot fails in testing the Contractor shall be bound to replace the entire lot
with fresh material of prescribed specification and the rejected lot shall be returned
to the Contractor only after fresh lot is supplied. Testing charges in respect of
failed sample will be borne by the Contractor himself.

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.

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.

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


28

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. Condition for cement:


1.1 The Contractor shall procure 43 grade (conforming to IS 8112) ordinary
Portland cement, as required in the work, from reputed manufacturers of
cement having a production capacity not less than one million tones or more
per annum, such as ACC, Ultra Tech, J.P. Rewa, Vikram, LAFARGE Shri
Cement, Ambuja Cement, Birla Jute & Cement Corporation of India etc. as
approved by the Ministry of Industry, Government of India, and holding
license to use ISI certification mark for their product. The tenderers may also
submit a list of names of cement manufacturers which they propose to use in
the work. The tender accepting authority reserves right to accept or reject
name(s) of cement manufacturer(s) which the tenderer proposes to use in the
work. No change in the tendered rates will be accepted if the tender accepting
authority does not accept the list of cement manufacturers, given by the
tenderer, fully or partially.

1.2 The supply of cement shall be taken in 50kg. bags bearing manufacturer’s
name and ISI marking. Samples of cement arranged by the Contractor shall
be taken by the Engineer-in charge and 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.

1.3 The cement shall be brought at site in bulk supply of approximately 20 tonnes
or more as decided by the Engineer-in-charge.

1.4 Every delivery of cement shall be accompanied by producer’s certificate


confirming that the supplied cement conforms to relevant specifications.
These certificates shall be endorsed to the engineer in charge for his record.

1.5 Double lock provision shall be made to the door of the cement godown. They
keys of one lock shall remain with the Engineer-in-charge or his authorized
representative and the keys of the other lock shall remain with the Contractor.
The Contractor shall be responsible for the watch and 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.

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


29

1.6 The cement shall be got tested by the Engineer-in-Charge and shall be used
on the work only after satisfactory test result have been received. The
Contractor shall supply free of charge the cement required for testing
including its transportation cost to testing laboratories. The cost of tests shall
be born by the Contractor(As per DG OM No. DG/MAN/410 dated
22.10.2021)

1.7 The actual issue and consumption of cement on work shall be regulated and
proper accounts maintained as provided in clause 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. In case the cement consumption is less than the theoretical
consumption including permissible variation, recovery at the rate show
prescribed shall be made. In case of excess consumption, no adjustment will
be made. No payment for excess consumption of cement will be allowed.
However, for consumption lesser beyond permissible theoretical variation
recovery shall be made in accordance with conditions of contract at Schedule
A to F (CPWD-8) without prejudice to action for acceptance of work/item at
reduced rate or rejection as the case may be.

1.8 Cement brought to site and remaining unused after completion of work shall
not be removed from site without written permission of the Engineer-in-
charge.

1.9 The damaged cement shall be removed from the site immediately by the
Contractor on receipt of a notice in writing from the Engineer-in-charge. If he
does not do so within 3 days of receipt of such notice, the Engineer-in-charge
shall get it removed at the cost of the Contractor.

27. 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.

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


30

28. 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: NIL Overwriting: NIL Correction: NIL Deletion: NIL


31

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 Hindrance
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: NIL Overwriting: NIL Correction: NIL Deletion: NIL
32

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/Acrylic distemper/Emulsion etc. =
`. 10,000/- per bungalow/flats.
b. For splashes of external white wash/colour wash/water proofing cement paint =
`. 10,000/- per bungalow/flat.

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


33

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.
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
authorized 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 so ever, 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.

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


34

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.
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. In case of urgency work can be got executed anywhere in the jurisdiction of
division as per the direction of Engineer-in-Charge.
40. All needful statutory provision to be adopted at site to tackle epidemic/pandemic or
similar situation of Covid-19 shall be done by the agency and expenditure on the same
shall be born by the contractor.
41. The work can be stopped any time as per direction of Engineer-in-Charge & there will
be no claim shall be entertained.
42. To avoid disputes later on, contractor in advised to get the measurement recorded within
a week’s time and shall submit his bills as per relevant clause (6A) of contact. Any
dispute regarding measurement including work done shall be judged within a week’s
time failing which measurement, certified and recorded, shall be entertained.
43. In case of deliberate delay of recording and submission of measurements, MBs and RA bills
as per clause 6 of the GCC. The Engineer-in-charge shall act and ascertain to record the
measurements, MBs and RA bills after issue of 7 days notice in this regard since Engineer-
in-Charge has the responsibility to engineer the contract agreement and record the
measurements during progress of work.
Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL
35

44. As per SOP No.7/2 for CPWD Works Manual 2024 and Office Memorandum issued vide
No.DG/SOP-2024/02 dated 04.09.2024 following provision have to be adhered by the
contractors strictly:-
(i) It shall be mandatory for the field staff to retain the self-attested (by agencies/contractors)
copies of Tax paid bills of the materials entered in the MAS Register viz., Steel, Cement,
Bitumen, Paint, Primer, Distemper, Varnishes, Tile Adhesive, Admixture, Anti termite
chemical, Water proofing compound material and any other item as decided by the NIT
approving authority.
(ii) Self-attested copies of Tax paid bills of materials taken in MAS Register shall be
obtained by the field staff from the agencies/contractors before settling the payments.
In case of any doubt the same can be verified by the field staff. However, onus of
genuineness of Tax paid bills rests with the agencies/contractors.
45. The contractor shall make his own arrangements for obtaining temporary electric
connection, if required and make necessary payments directly to the department
concerned. Nothing shall be paid by department for electricity.
46. The dismantled materials received from the work shall be the property of
contractor for which the credit shall be paid on following rates: -
Sl. Item description
No. Unit Rate
1 Deduct for taking away dismantled old Sand cast iron S&S
pipe of size received during execution of work complete as
per directions of Engineer-in-charge. kg -22.00
2 Deduct for taking away dismantled steel of any size and shape
received during execution of work such as angles, channels,
G.I./M.S. sheet, RS joints etc. complete as per directions of
Engineer-in- charge. kg -30.00
3 Deduct for taking away unserviceable material wooden door
frames and shutters, Old Door shutter of any sizes, Fire
Wood/ Plywood/ Board/Old Bamboo etc. received from old
dismentled Wooden Door/ Window chowkhats/ frames/ ply
wood/board cabinet. including fittings including loading
and transportations etc. complete as per direction of
Engineer-in- charge. kg -15.00
4 Deduct for taking away dismantled old G.I. pipe of size
received during execution of work complete as per direction of
Engineer in charge. kg -22.00
5 Deduct for taking away old C.P. brass fittings kg -330.00
6 Deduct for taking away old Brick each -2.50
7 Deduct for taking away old Alluminium fittings etc. kg -150.00
8 Deduct for taking away dismantled / broken polyethylene water
storage tank excluding fittings. kg -18.00

(i) Dismantled account register shall be maintained at site by JE/AE.


(ii) Computerized slip of weight of dismantled materials from weighbridge (as
approved by Engineer-in-charge) shall produce in supporting of the different
dismantled materials.
(iii) The value of dismantled material arrived from the weight shall be deducted
from RA/Final bill of the agency.

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


36

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


37

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


38

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


39

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


40

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


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: NIL Overwriting: NIL Correction: NIL Deletion: NIL


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: NIL Overwriting: NIL Correction: NIL Deletion: NIL


43

SCHEDULE OF QUANTITY
Name of Work :- Upgradation/Renovation to 196 MP's Flats at South Avenue
under Sub-Div.-III of PaWD-III, New Delhi, dg. 2024-25. (SH: Providing & placing
SMC water storage tank at terrace in various location at South Avenue).
S.No. Description of item Qty. Unit Rate Amount
1 Brick work with common burnt clay F.P.S. (non modular)
bricks of class designation 7.5 in superstructure above
plinth level up to floor V level in all shapes and sizes in : -
1.1 Cement mortar 1:6(1 cement : 6 coarse sand) 6.90 cum 9105.95 62,831.00
2 Structural 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. 3740 kg 117.35 438,889.00
3 Cement concrete flooring 1:2:4 (1 cement : 2 coarse sand :
4 graded stone aggregate) finished with a floating coat of
neat cement, including cement slurry, but excluding the cost
of nosing of steps etc. complete.
-
3.1 40 mm thick with 20 mm nominal size stone aggregate 306 sqm 614.20 187,945.00
4 Providing sand stone slab for roofing and laying them in
cement mortar 1 : 4 (1 cement: 4 coarse sand) over wooden
karries or R.C.C. battens or structural steel sections
(Karries or battens or structural steel sections to be paid
separately), including pointing the ceiling joints with cement
mortar 1:3 (1 cement: 3 fine sand ) complete: -
4.1 Red sand stone slab -
4.1.1 40 to 50 mm thick 144 sqm 1138.20 163,901.00
5 12 mm cement plaster of mix: -
5.1 1:6 (1 cement: 6 coarse sand) 22 sqm 343.65 7,560.00
6 Painting with synthetic enamel paint of approved brand and
manufacture of required colour to give an even shade: -
6.1 Two or more coats on new work over an under coat of
suitable shade with ordinary paint of approved brand and
manufacture 115 sqm 226.25 26,019.00
7 Disposal of building rubbish / malba / similar unserviceable,
dismantled or waste materials by mechanical means,
including loading, transporting, unloading to approved
municipal dumping ground or as approved by Engineer-in-
charge, beyond 50 m initial lead, for all leads including all
lifts involved. 50 cum 263.95 13,198.00
8 Providing and fixing G.I. pipes complete with G.I. fittings
and clamps, including cutting and making good the walls
etc. Internal work - Exposed on wall -
8.1 15 mm dia nominal bore 264 metre 366.40 96,730.00
8.2 20 mm dia nominal bore 264 metre 437.30 115,447.00
9 Providing and fixing G.I. Union in G.I. pipe including cutting
and threading the pipe and making long screws etc.
complete (New work) : -
9.1 15 mm nominal bore 20 each
318.35 6,367.00
9.2 20 mm nominal bore 20 each
346.80 6,936.00
Total 1125823.00
Modified Estimated Cost after using correction factor on account of GST @ 0.973 1095426.00
Add 3% Cost Index 32863.00
Total (A) 1128289.00

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL


44

10 Providing and fixing of SMC Panel Tank (ISI Marked-


14399) Part-I CMC number batch number Panel class type
as per BIS (ISI) of the under mentioned size (2.0m x 1.0m x
1.0m) GS-PT-NP-0002.00 KL and the capacity (2 kl) made
out of HOT PRESS MOULDED SHEET MOULDING
COMPOUND (SMC) Panel of size Bottom Panel SMC-
1005mmX1005mm ( ≥ 16.5 Kg) , side Panel 1005X1005,
2010X1005 (W ≥ 13.0 Kg, Roof Panel 1005X1005 (Wt.≥
13.0 Kg), Manhole assembly size SMC 1005X1005 and
corner L Angle Assembly 1005X75 with All necessary
required for Installation. The flange should be perpendicular
to the main surface. The shape should be Trunked Type for
extra strength and 90 degree flanges predrilled for bolting.
All the Flanges of the Panel should have 13 Nos. holes for
fastening/joining the panels to one another. Hot Pressed
Moulded SMC Pre Drilled Corner Pieces with built-in ribs of
the size 75mm X 75 mm should be provided for 90 degree
joints of tank walls or wall to base or wall to roof joints
complete with galvanized iron nuts, bolts and washers.
Special sealant having excellent UV Resistance as well as
suitable for potable water, complete with Top Covered
construction having Man-Hole with Cover of dia 600mm
specification of Panel Tank have excellent thermal &
hygienic properties, zero light penetration, stable thermal
transition and made of hygienic quality IIs I logo & CMC
number must be printed on all Panels in confirming to ISI
standards. SMC Panel Tanks meets all specified test as per
ISI standard as per eg; Hydro static pressure test, detection
test, Impact test, & our quotation equipped with all testing
machine & report can be submitted as required. Test will be
done by contractor on his part. Accessories with tanks
sealant, Air vent, water level indicator with PVC material,
Fasteners use for the Panel joints-nut bolt 2 washers (3/8''-
1.5-inch-long) with hot dip galvanization (SS304) olive
green bolt. Roof support pipe the tank will have PVC roof
support pipes every internal top joints to avoid sagging of
the roof Panels. Nozzles are not dip galvanized.
Nozzles/pipe Nipples for making the inlet, outlet, drain,
overflow & Vent as required by the client. The internal
dimension of the tank should not be less than 1m X 1m
X2m and the minimum capacity of the tank should be 2000
Ltr. Complete as specified the direction of the Engineer.
Contractor shall prepare shop drawings and submit design
calculation of the supporting arrangement and its fixing
which shall be vetted by approved agency of the engineer in
charge before execution on own cost. (Each Panel of SMC
Tank mark with ISI stamping CMC Number, Batch Number,
Panel Class Type as per BIS (GIF), Embossed brand logo
as per direction of Engineer-in-charge.
10.1 Size of tank 2mx1mx1m 50000 litre 33.90 1695000.00
Total (B) 1695000.00
Grand Total of (A)+(B) 2823289.00
Note:- 1) If contractor not start the work within 10 Days after issued of P.G. letter @ Rs.5,000/- per
day penalty will be recovered.
2) If contractor's does not start the assigned work through Site Order Book within 3 days
then a recovery of Rs.5,000/- per day will be recovered.

Assistant Engineer (P) Executive Engineer


Parliament Works Division-III, Parliament Works Division-III,
CPWD, New Delhi CPWD, New Delhi

Addition: NIL Overwriting: NIL Correction: NIL Deletion: NIL

You might also like