0% found this document useful (0 votes)
42 views49 pages

NIT44

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)
42 views49 pages

NIT44

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/ 49

1

INVITING FOR e-TENDER

NAME OF WORK: Comprehensive Maintenance of NIMR Building Sector-8, Dwarka, New


Delhi 2024-25. (SH: civil work). (SH: Repairing of Preclinic Test
Research Laboratory & HDF Wooden flooring in Director Room,
Conference hall and Meeting Hall & UV fiber glass plastic sheet shed of
NIMR building).

INDEX

S. No. DESCRIPTION PAGES


1. Index 1
2. Press Notice 2
3. Information and Instructions for bidders for e-tendering forming part 3–5
of bid document
4. Notice Inviting Tender (Form CPWD- 6) for e-tendering 6 - 11
5. Format for Depositing Earnest Money 12
6. Sample Consent letter of Contractor for e-MB Letter Head of 13
Contractor
7. Form of Bank Guarantee For Earnest Money Deposit/Performance 14 – 15
Guarantee Security Deposit/Mobilization Advance
8. Composite Percentage rate Tender & Contract for Works (form 16 –33
CPWD – 7)
9. General Conditions and Additional Specifications 34 – 37

11. Special Conditions For Procurement Of Cement & Steel 38 – 41


12. Special condition Regarding Air Pollution from Construction and 42
demolish activity.
13. List of Approved make for Civil Works 43 – 46
14. Schedule of Quantity 47 – 49

Certified that this NIT contains 1 to 49 pages

Executive Engineer
ODD, CPWD,
R.K.Puram, New Delhi

Addition: NIL Correction: NIL


Overwriting: NIL Deletion: NIL AE-(P) EE
2

PRESS NOTICE

CENTRAL PUBLIC WORKS DEPARTMENT


Notice Inviting e-Tender
The Executive Engineer, Outer Delhi Division, CPWD, East Block-3, Level-7, R.K. Puram, New
Delhi-110066 invites on behalf of the President of India invites online percentage rate bid from
approved and eligible composite category contractor of CPWD for the following work:
1. NIT No. 44/EE/ODD/NIT/2024-25, Name of work: Comprehensive Maintenance of NIMR
Building Sector-8, Dwarka, New Delhi 2024-25. (SH: civil work). (SH: Repairing of
Preclinic Test Research Laboratory & HDF Wooden flooring in Director Room,
Conference hall and Meeting Hall & UV fiber glass plastic sheet shed of NIMR building).
Estimated Cost: Rs. 16,35,160/- Earnest Money: Rs. 32,703/- Period of completion : 03
Months, Last time and date of submission of bid: 09.12.2024 upto 3:00 PM.
The bid forms and other details can be obtained from the website www.etender.cpwd.gov.in. The
press notice is also available on www.eprocure.gov.in

Addition: NIL Correction: NIL


Overwriting: NIL Deletion: NIL AE-(P) EE
3

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING PART OF


BID DOCUMENT
The Executive Engineer, Outer Delhi Division, CPWD, East Block-3, Level-7, R.K. Puram, New Delhi-110066
(Tel No. 26103368) invites on behalf of the President of India invites online percentage rate bid from
approved and eligible composite category contractor of CPWD for the following work:

Name of work & Estimated Earnest Period of Last date & Time & date
Sl.No.
NIT No.

Location Cost put to Money Comp- time of of opening of


tender letion submission bid
of bid,
EMD, e-
tender
processing
fee and other
documents
as specified
in the press
notice

1 2 3 4 5 6 7 8
1 Comprehensive
Maintenance of NIMR
Building Sector-8,
44/EE/ODD/NIT/2024-25

Dwarka, New Delhi


2024-25. (SH: civil
work). (SH: Repairing
Up to 3:00
of Preclinic Test Rs. 03 3:30 PM
Rs. PM
on
Research Laboratory Months on
16,35,160/- 32,703/- 09.12.2024
& HDF Wooden 09.12.2024
flooring in Director
Room, Conference hall
and Meeting Hall &
UV fiber glass plastic
sheet shed of NIMR
building).
Note: The contractor shall quote his percentage rates including GST and other applicable taxes.
Nothing shall be reimbursed on account of GST and other taxes/levies to the contractor and Govt.
shall not entertain any claim whatsoever in this respect. This provision will supersede all the
provisions in GCC and elsewhere in the tender document in regard to Levy/Taxes payable by
contractor.
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 he is in possession of all the documents required.
2. Information and Instructions for bidders posted on website shall form part of bid document.
3. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents can be seen and downloaded from website www.etender.cpwd.gov.in or
www.cpwd.gov.in or www.eprocure.gov.in free of cost.

Addition: NIL Correction: NIL


Overwriting: NIL Deletion: NIL AE-(P) EE
4

4. But the bid can only be submitted after depositing Processing Fee in favour of ITI Limited and after
deposition 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 Demand Draft or Pay order or Banker’s Cheque or Deposit at call receipt
or Fixed Deposit Receipts and Bank Guarantee of any Scheduled Bank towards EMD in favour of
EE, CPWD, Delhi Aviation Division, Delhi, receipt of deposition of original EMD to division office
of any Executive Engineer (including NIT issuing EE/AE), CPWD and other documents as specified.
List of Documents to be scanned and uploaded within the period of bid submission:
I. Treasury Challan/Demand Draft/Pay order or Banker`s Cheque /Deposit at Call
Receipt/FDR/Bank Guarantee of any Scheduled Bank against EMD. (In favour of EE,
CPWD, Delhi Aviation Division, Delhi).
II. Enlistment Order of the Contractor.
III. GST registration certificate of the state in which the work is to be taken up, if already obtained
by the bidder. If the bidder has not obtained GST registration in the state in which the work is
to be taken up, or as required by the GST authorities, then in such a case the bidder shall scan
and upload following , undertaking along with other bid document “If the work is awarded
to me, I/We shall obtain GST registration certificate of the state in which work is to be
taken up, within one month from the date of receipt of award letter or before release of
any payment by CPWD whichever is earlier, failing which I/We shall be responsible for
any delay in payments which will be due to me/us on account of the work executed and /
or for any action taken by CPWD or GST Department in this regard.”
IV. Copy of receipt for deposition of original EMD issued from division office of any Executive
Engineer. (including NIT issuing EE/AE) CPWD.
V. Copy of PAN card.
VI. Contact details - Email ID and Telephone Number.

VII. Sample Consent letter of Contractor for e-MB on Page no.-13.

5. Those contractors not registered on the website mentioned above, are required to get registered
beforehand. If needed they can be imparted training on online bidding process as per details
available on the website.
6. The intending bidder must have valid class-III digital signature to submit the bid.
7. On opening date, the contractor can login and see the bid opening process. After opening of bids
he will receive the competitor bid sheets.
8. Contractor can upload documents in the form of JPG format and PDF format.

9. It is mandatory to upload scanned copies of all the documents stipulated in the bid documents. If
the documents stipulated in the bid documents are not uploaded, then bid will become invalid and
shall summarily be rejected.

10. Contractor must ensure to quote parentage for major component as well as for minor components
of work. If bidder does not quote any percentage above/below on the total amount of tender or any
section/subhead in the percentage rate tender, the tender shall be treated as invalid and will not be
considered as lowest tender.

Addition: NIL Correction: NIL


Overwriting: NIL Deletion: NIL AE-(P) EE
5

11. The contractor shall get receipt of deposition of original EMD either in the office of Executive
Engineer inviting bids or division office of any Executive Engineer, CPWD in the prescribed
format. and also upload it along with the bid document.

12. The tenderer should also read the General Conditions of Contract for Maintenance CPWD
Works 2023 amended upto last date of submission of tender.

13. Tenders with any condition including that of conditional rebates in the tender document shall be
rejected forthwith.

14. The contractor shall have to execute guarantee bonds in respect of water supply and sanitary
installation works, water proofing works and bituminous of work.

15. GST and all other taxes/levies on materials as applicable shall be paid by the contractor himself.
The contractor shall quote his rates considering all such taxes.

16. All test registers and material at site registers shall be maintained by the contractor which will be
reviewed by the officers of CPWD at regular intervals The material shall be tested as per cycle
given in specifications for the respective items.
Recording the hindrance on the part of contractor in the hindrance register is mandatory which
shall be reviewed in Division office at each running account bill. The net delay shall be worked out
after taking into cognizance of hindrances on part of department and contractor both.

17. In e-tendering, the intending bidder does not sign any document physically and entire bid
document is submitted through digital signature.

18. Intending tenderers may upload and submit milestones on the basis of their resources and
methodology at the time of tendering as indicated in the table under clause 5 of “Schedule-F”
otherwise it will be assumed that the tenderer is agreeable to milestones mentioned in table.

Addition: NIL Correction: NIL


Overwriting: NIL Deletion: NIL AE-(P) EE
6

CPWD-6 FOR e-Tendering


1. The percentage rate bids are invites on behalf of the President of India from approved and eligible
composite category contractor of CPWD for the work of
Comprehensive Maintenance of NIMR Building Sector-8, Dwarka, New Delhi 2024-25. (SH:
civil work). (SH: Repairing of Preclinic Test Research Laboratory & HDF Wooden flooring in
Director Room, Conference hall and Meeting Hall & UV fiber glass plastic sheet shed of NIMR
building).
The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of submission of bid is extended, the enlistment of contractor should be valid on
either of the two dates i.e. the original date of submission of bids or extended date of submission of
bids.
1.1 The work is estimated to cost Rs. 16,35,160/-. This estimate, however, is given merely as a rough
guide.
2 Agreement shall be drawn with the successful bidder on prescribed Form No. CPWD 7 which is available
as a Govt. of India Publication and also available on web site www.etender.cpwd.gov.in or
www.cpwd.gov.in. Bidder shall quote their 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 tender documents.
4 (i) The site for the work will be made available in parts.
5 The bid document consisting of plans, specifications, the schedule of quantities of various types of items
to be executed and the set of terms and conditions of the contract to be complied with and other necessary
documents except Standard General Conditions of Contract Form can be seen on website
www.etender.cpwd.gov.in or www.cpwd.gov.in free of cost.
6 After submission of the bid the contractor can resubmit revised bid any number of times but before last
time and date of submission of tender as notified.
7 While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of
times. (He need not re-enter rate of all the items) but before last time and date of submission of tender as
notified.
8 Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker`s Cheque or
Deposit at Call Receipt or fixed deposit receipt (drawn in favour of EE, CPWD, Delhi Aviation Division,
Delhi) all shall be scanned and uploaded to the e-Tendering website within the period of bid submission.

9 The original EMD shall be deposited either in the office of Executive Engineer inviting bids or Division
office of any Executive Engineer, CPWD within 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.)
Addition: NIL Correction: NIL
Overwriting: NIL Deletion: NIL AE-(P) EE
7

This receipt shall also be uploaded to the e- tendering website by the intending bidder up to 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 Rs. 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 scheduled bank having validity for 90
days or more from the last date of receipt of bids which is to be scanned and uploaded by the intending
bidders.

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.

Online bid documents submitted by intending bidders shall be opened only of those bidders,
whose EMD deposited with any division office of CPWD and other documents scanned and uploaded
are found in order.

The bid submitted shall be opened at 3:30 P.M. on 09.12.2024.

a) The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD shall have to
deposit tender processing fee at existing rates, or they have option to switch over to the new
registration system without tender processing fee any time.

10. The bid submitted shall become invalid if:


(i) The bidder is found ineligible.
(ii) The bidder does not deposit original EMD with division office of any Executive Engineer,
CPWD (copy of receipt for deposition of original EMD is to be uploaded with tender
documents.)
(iii) The bidder does not upload scanned copies of all the documents stipulated in the bid
document.
(iv) If any discrepancy is noticed between the documents as uploaded at the time of submission of
bid and hard copies as submitted physically by the lowest tenderer in the office of tender
opening authority.
(v) If a tenderer quotes nil rates against each item in the 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 the lowest
tenderer.
11. The contractor whose bid is accepted, will be required to furnish performance guarantee of 5%
(Five Percent) of the bid amount within the period specified in Schedule F. This guarantee shall
be in the form of cash(in case guarantee amount is less than Rs.10,000/-)or deposit at Call receipt of
any scheduled bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay
Addition: NIL Correction: NIL
Overwriting: NIL Deletion: NIL AE-(P) EE
8

order of any Scheduled Bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government
Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of
India in accordance with the prescribed form. In case the contractor fails to deposit the said performance
guarantee within the period as indicated in Schedule ‘F’, including the extended period if any, the Earnest
Money deposited by the contractor shall be forfeited automatically without any notice to the
contractor. The earnest money deposited along with bid shall be returned after receiving the aforesaid
performance guarantee.

12. The contractor whose bid is accepted will also be required to furnish either copy of applicable
licenses,/registration or proof of applying for obtaining labour licences, registration with EPFO, ESIC
and BOCW welfare board including Provident Fund Code No. if applicable and also ensure the
compliance of aforesaid provisions by the sub-contractors, if any ,engaged by the by the contractor for
the said work and programme Chart(Time and Progress) within the period specified in schedule ‘F’.

13. The description of the work is as follows:


Name of work : Comprehensive Maintenance of NIMR Building Sector-8, Dwarka, New
Delhi 2024-25. (SH: civil work). (SH: Repairing of Preclinic Test Research
Laboratory & HDF Wooden flooring in Director Room, Conference hall
and Meeting Hall & UV fiber glass plastic sheet shed of NIMR building).
Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation
they may require and in general shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their tender. A bidders shall be
deemed to have full knowledge of the site whether he inspects it or not and no extra charge
consequent on any misunderstanding or otherwise shall be allowed. The bidders shall be
responsible for arranging and maintaining at his own cost all materials, tools & plants, water,
electricity access, facilities for workers and all other services required for executing the work unless
otherwise specifically provided for in the contract documents. Submission of a bid by a bidders
implies that he has read this notice and all other contract documents and has made himself aware of the
scope and specifications of the work to be done and of conditions and rates at which stores, tools and
plant, etc. will be issued to him by the Government and local conditions and other factors having a
bearing on the execution of the work.
14. 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 tenderer shall be summarily rejected.

15. 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 to rejection.

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

Addition: NIL Correction: NIL


Overwriting: NIL Deletion: NIL AE-(P) EE
9

The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in
which his near relative is posted a Divisional Accountant or as an officer in any capacity between the
grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate
the names of persons who are working with him in any capacity or are subsequently employed by
him and who are near relatives to any 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 previous 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 tender or engagement in the
contractor’s service.

18. The bid for the works shall remain open for acceptance for a period of Thirty (30) days from the date of
opening of tenders. If any tenderer withdraws his tender before the said period or issue of letter of
acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the
tender which are not acceptable to the department, then the Government shall, without prejudice to any
other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the
tenderer shall not be allowed to participate in the retendering process of the work.

19. This notice inviting Bid shall form a part of the contract document. The successful bidders/contractor,
on acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of
start of the work, sign the contract consisting of:-

(a) The Notice Inviting Bid, all the documents including additional conditions, specifications and
drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the
rates quoted online at the time of submission of bid and acceptance thereof together with any
correspondence leading thereto.
(b) Standard C.P.W.D. Form 7 and amended up to date.
20. For Composite Bids
20.1.1 The Executive Engineer, in charge of the major component will call bids for the composite work.
The cost of bid document and Earnest Money will be fixed with respect to the combined
estimated cost put to tender for the composite bid.

20.1.2 The bid document will include following three components:


Part A:- CPWD-6, CPWD-7 including schedule A to F for the major component of the
work, Standard General Conditions of Contract for Construction CPWD 2020 or as
amended / modified upto last date of submission of tender.

Addition: NIL Correction: NIL


Overwriting: NIL Deletion: NIL AE-(P) EE
10

Part B:- General / specific conditions, specifications and schedule of quantities applicable
to major component of the work.

Part C:- Schedule A to F for minor component of the work. (SE/EE in charge of major
component shall also be competent authority under clause 2 and clause 5 as mentioned
in schedule A to F for major components). General/specific conditions, specifications
and schedule of quantities applicable to minor component(s) of the work.
20.1.3 The bidders must associate with himself, agencies of the appropriate class eligible to
bid for each of the minor component individually.

20.1.4 The eligible bidders shall quote rates for all items of major component as well as for all
items of minor components of work.
After acceptance of the bid by competent authority, the Executive Engineer in charge of major
component of the work shall issue letter of award on behalf of the President of India.
After the work is awarded, the main contractor will have to enter into one agreement with
Executive Engineer in charge of major component and has also to sign two or more copies of
agreement depending upon number of EE/DDH in charge of minor components. One such signed
set of agreement shall be handed over to EE/DDH in charge of minor component. Executive
Engineer of major component will operate part A and part B of the agreement. EE/ DDH in charge
of minor component(s) shall operate Part C along with Part A of the agreement.
20.1.6 Entire work under the scope of composite bid including major and all minor components shall be
executed under one agreement.

20.1.7 Security Deposit will be worked out separately for each component corresponding to the estimated
cost of the respective component of works.

20.1.8 The main contractor has to associate agency(s) for minor component(s) conforming to
eligibility criteria as defined in the bid document and has to submit detail of such agency(s)
to Engineer-in-charge of minor component(s) within prescribed time. Name of the agency(s) to
be associated shall be approved by Engineer-in-charge of minor component(s).

20.1.9 In case the main contractor intends to change any of the above agency/agencies during the
operation of the contract, he shall obtain prior approval of Engineer-in-charge of minor
component. The new agency/agencies shall also have to satisfy the laid down eligibility
criteria.

In case Engineer-in-charge is not satisfied with the performance of any agency, he can
direct the contractor to change the agency executing such items of work and this shall be
binding on the contractor.

Addition: NIL Correction: NIL


Overwriting: NIL Deletion: NIL AE-(P) EE
11

20.1.10 The main contractor has to enter in to agreement with contractor(s) associated by
him for execution of minor component(s). Copy of such agreement shall be submitted to
EE/DDH in charge of each minor component as well as to Executive Engineer in charge of major
component. In case of change of associate contractor, the main contractor has to enter into
agreement with the new contractor associated by him.

20.1.11 Running payment for the major component shall be made by Executive Engineer of major
discipline to the main contractor. Running payment for minor components shall be made by the
Engineer-in-charge of the discipline of minor component directly to the main contractor.

20.1.12 A The composite work shall be treated as complete when all the components of the work are
complete. The completion certificate of the composite work shall be recorded by Engineer-in-
charge of major component after record of completion certificate of all other components.

20.1.12 B Final bill of whole work shall be finalized and paid by the Executive Engineer of major
component. Engineer(s) in charge of minor component(s) will prepare and pass the final
bill for their component of work and pass on the same to the Executive Engineer of
major component for including in the final bill for composite contract.

Addition: NIL Correction: NIL


Overwriting: NIL Deletion: NIL AE-(P) EE
12

FORMAT FOR DEPOSITING EARNEST MONEY


Receipt of Depositing of Original EMD
(Receipt No……………………………………….. Dated………………………………….)
1 Name of work: Comprehensive Maintenance of NIMR Building Sector-
8, Dwarka, New Delhi 2024-25. (SH: civil work). (SH:
Repairing of Preclinic Test Research Laboratory &
HDF Wooden flooring in Director Room, Conference
hall and Meeting Hall & UV fiber glass plastic sheet
shed of NIMR building).

2 NIT No.: 44/EE/ODD/NIT/2024-25


3 Estimated Cost Rs. 16,35,160/-
4 Amount of EMD: Rs. 32,703/- (In favour of EE, CPWD, Delhi Aviation
Division, Delhi)
5 *Last date of submission of Bid: 09.12.2024 upto 3:00 PM
(* To be filled b y NIT approving authority/EE at the time of issue of NIT and uploaded along with NIT)

____________________________________________________________________

1 Name of Contractor: ……………………………………………………………………………………………#

2 Form of EMD, No.


and Date:
……………………………………………………………………………………………#

3 Amount Earnest
Money Deposit:
……………………………………………………………………………………………#

4 Date of Submission
of EMD:
……………………………………………………………………………………………#

Signature, Name & Designation of EMD


Receiving officer (EE, AE(P)/AE/AAO)
along with office stamp

# To be filled by EMD receiving officer

Addition: NIL Correction: NIL


Overwriting: NIL Deletion: NIL AE-(P) EE
13

Sample Consent letter of Contractor for e-MB


Letter Head of Contractor

To,
The Executive Engineer
Outer Delhi Division,
CPWD, East Block-III,
Level-VII, R.K. Puram,
New Delhi.

Name of work: Comprehensive Maintenance of NIMR Building Sector-8, Dwarka, New Delhi
2024-25. (SH: civil work). (SH: Repairing of Preclinic Test Research
Laboratory & HDF Wooden flooring in Director Room, Conference hall and
Meeting Hall & UV fiber glass plastic sheet shed of NIMR building).
NIT No. 44/EE/ODD/NIT/2024-25

Sir,
With reference to the above cited work and agreement, I hereby submit my
consent for recording of online measurement on CPWD ERP system and making
payment of work done on the basis of online submission of measurements of CPWD ERP
System.

Yours faithfully,
Dated…………………
Place…………………

(Signature of Contractor/ authorized representative)


Name & Seal)

Addition: NIL Correction: NIL


Overwriting: NIL Deletion: NIL AE-(P) EE
14

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/PEFORMANCE
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 entered into
an agreement bearing number ……………. with ……………. (name and address of the
contractor) …………… (herein after called “the Contractor”) for execution of
work…………………. (name of work) ………..…………… The Government has further agreed
to accept 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) ……………. (hereinafter 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 buy 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 not with standing 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.

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 relating to the said agreement and we
shall not be relieved from our liability by reason of any such variation or extension being granted
to the said Contractor 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.

Addition: NIL Correction: NIL


Overwriting: NIL Deletion: NIL AE-(P) EE
15

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 with standing 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 the constitution of the Bank or the
Contractor.

8. We, ………………….. (indicate the name of the Bank) ……………., undertake not to 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. Not with standing anything mentioned above, our liability against this guarantee is
restricted to Rs. ……………….. (Rupees …………………….. only) and unless a claim in writing
is lodged with us within 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.
**In 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 Correction: NIL


Overwriting: NIL Deletion: NIL AE-(P) EE
16

CPWD-7

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

STATE Delhi CIRCLE DC-V


BRANCH B&R DIVISION ODD
REGION ADG- RD SUB-DIVISION IV

Composite Percentage Rate Bid & Contract for Works


(A) Tender for the work of:-
Comprehensive Maintenance of NIMR Building Sector-8, Dwarka, New Delhi 2024-25.
(SH: civil work). (SH: Repairing of Preclinic Test Research Laboratory & HDF Wooden
flooring in Director Room, Conference hall and Meeting Hall & UV fiber glass plastic sheet
shed of NIMR building).
(i) To be submitted online by 3:00 PM on 09.12.2024 to Executive Engineer, Outer Delhi Division,
CPWD, East Block-3, Level-7, R.K. Puram, New Delhi.

(ii) To be opened online in presence of tenderers who may be present at 3:30 PM on 09.12.2024 in
the office of Executive Engineer, Outer Delhi Division, CPWD, East Block-3, Level-7, R.K. Puram,
New Delhi.

TENDER
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.
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 respects with the
specifications, designs, drawings 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 respects in accordance with, such conditions so far as applicable.
We agree to keep the tender open for thirty (30) days from the due date of its opening and not to make
any modifications in its terms & conditions.

Addition: NIL Correction: NIL


Overwriting: NIL Deletion: NIL AE-(P) EE
17

A sum of Rs. 32,703/- is hereby forwarded in Receipt Treasury Challan / Deposit at call Receipt of a
Scheduled Bank / fixed Deposit receipt of scheduled Bank/ Demand draft of a scheduled Bank, as
earnest money. 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 his 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 therein and to
carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule
‘F’ and 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.

Further, I/We agree that in case of forfeiture of Earnest Money or both Earnest Money and performance
guarantee as aforesaid, I / We shall be debarred for participation in the re-tendering process of the work.

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.

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
therefrom 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.

Dated …………………** Signature of the Contractor


Postal Address ----------------------**
Telephone No.-----------------------**
Witness:------------------------------**
Address:--------------------------------** FAX ---------------------------------------**
Occupation:------------------------** E-MAIL -----------------------------------**

** To be filled by Contractor

Addition: NIL Correction: NIL


Overwriting: NIL Deletion: NIL AE-(P) EE
18

ACCEPTANCE
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 *_ _
___________________________________________________)

The letters referred to below shall form part of this contract Agreement:-

(a) -----------------------------*
(b) -----------------------------*
(c) ----------------------------*
For & on behalf of the President of India

Signature……………*……………..
Dated ………*……..
Designation………………*…………….

( * ) To be filled by the EE.

Addition: NIL Correction: NIL


Overwriting: NIL Deletion: NIL AE-(P) EE
19
SCHEDULES
SCHEDULE ‘A’
Schedule of quantities (As per PWD-3) - Attached

SCHEDULE ‘D’
Extra schedule for specific requirements / document for the work, if any.

SCHEDULE ‘E’
Reference to General Conditions of contract: - GCC Maintenance works – 2023

Name of work: Comprehensive Maintenance of NIMR


Building Sector-8, Dwarka, New Delhi 2024-
25. (SH: civil work). (SH: Repairing of
Preclinic Test Research Laboratory & HDF
Wooden flooring in Director Room,
Conference hall and Meeting Hall & UV fiber
glass plastic sheet shed of NIMR building).
Estimated cost of work:- Rs. 16,35,160/-

(i) Earnest money:- Rs. 32,703/-

(ii) Performance Guarantee:- 5% of tendered value.

(iii) Security deposit :- 2.5% of tendered value

SCHEDULE ‘F’
General Rules & Directions: -
Executive Engineer, Outer Delhi
Officer inviting tender:
Division, CPWD, New Delhi.

Definitions:

2 (v) Engineer-in-Charge Executive Engineer, Outer Delhi


Division, CPWD, New Delhi.
2 (viii) Accepting Authority Executive Engineer, Outer Delhi
Division, CPWD, New Delhi.

2 (x) Percentage on cost of materials and labour to 15%


cover all overheads and profits.

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


20
2 (x)(a) Standard schedule of Rates Delhi Schedule of Rates - 2023
with DAR 2023 Vol-1 & II with
correction slips upto the last date of
submission of tender

2 (xi) Department C.P.W.D.


9 (ii) Standard CPWD contract Form General
Conditions of Contract Maintenance
Works 2023, CPWD Form 7/8 as modified GCC Maintenance works – 2023
& corrected upto previous day of the last
date of submission of the tender.
Clause 1
(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 7 days
acceptance.

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


per day of Performance Guarantee amount beyond the 3 days
period provided in (i) above.
Clause 2 Superintending Engineer, DC-V,
Authority for fixing compensation under clause 2. CPWD, New Delhi.
Clause 2A
Applicable clause 2/clause 2A No
Clause 5
Number of days from the date of issue of letter of
acceptance for reckoning date of start Mile Stone (S)
As Per Table Given Below 7 days

Sl. Description of Milestone Time allowed in days (from Amount to be with-held in


No. (Physical) date of start) case of non-achievement of
milestone

-------------------------------------- NIL ----------------------------------------

Time allowed for execution of work 03 Months

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


21
Authority to decide:

i. Authority to convey the decision of shifting Executive Engineer, Outer Delhi Division,
of milestone and extension of time CPWD, New Delhi.
ii. Authority to decide rescheduling of Superintending Engineer, DC-V, CPWD, New
milestone and extension of time Delhi.
iii. Shifting of date of start in case of delay in Superintending Engineer, DC-V, CPWD, New
handing over of site Delhi.

PROFORMA OF SCHEDULE Clause-5 Schedule of handing over of site

Time period for handing over


Part Portion of Site Description reckoned from date of issue
of letter of intent
Part A Portion without any
hindrance
Part B Portions with encumbrances Hindrance free site
Part C Portions dependent on work
of other agencies

Clause 5
Applicable Clause 5/ Clause 5A 5A

Clause 6
Computerized Measurement Book
(CMB)/ Electronic Measurement Book
(EMB)
Mode of Measurement : EMB

Clause 7
Gross work to be done together with net
payment / adjustment of advances for material Rs. 5.45 Lacs
collected, if any, since the last such payment
for being eligible to interim payment.
Clause 7 A
Whether Clause 7A shall be applicable Yes

Clause 8A
Executive Engineer, Outer
Authority to decide compensation on account Delhi Division, CPWD, New
if contractor fails to submit completion plans Delhi

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


22
Clause 10A
List of testing equipment to be provided by the contractor As per appendix-I
at site lab.
Clause 10 – B(ii)
Whether clause 10-B(ii) shall be applicable No

Clause 10C – (Applicable in only those contracts where clause 10CC is not applicable)
Component of labour expressed as percent of value of work: 25%

Clause 10CC Not applicable

Clause 11
Specifications to be followed for execution of CPWD specifications 2019 (Vol–I and II) with upto
work date correction slips till the date of receipt of
tenders.
Clause 16
Competent Authority for deciding reduced Superintending Engineer, DC-V, CPWD,
rates. R.K. Puram, New Delhi.
Clause 18
List of mandatory machinery, tools & plants to
be deployed by the contractor at site. Not applicable

Clause 19C Authority to decide penalty for each default Executive Engineer, Outer Delhi
Division, CPWD, New Delhi
Clause 19D Authority to decide penalty for each default Executive Engineer, Outer Delhi
Division, CPWD, New Delhi
Clause 19G Authority to decide penalty for each default Executive Engineer, Outer Delhi
Division, CPWD, New Delhi
Clause 19K Authority to decide penalty for each default N/A

*CLAUSE 25 Constitution of Dispute Redressal Committee (DRC)

1. Chairman of DRC Chief Engineer, NDZ-III, CPWD, New Delhi


2. DRC Member Secretary Superintending Engineer, DC-5, CPWD, New Delhi
3. DRC Member Superintending Engineer, DC-6, CPWD, New Delhi
4. Case Presenter to DRC Executive Engineer, Outer Delhi Division, CPWD,
New Delhi

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


23
Clause 32:
Requirement of Technical Representative(s) & recovery Rate:
Requirement of
Rate at which recovery
Technical Staff
Minimum shall be made from the
Number (of Designation of
experience contractor in the even of
Major + technical staff
Qualification (Years) not fulfilling provision of
Minor
clause-36(i)
Component)
Graduate
2 Project Manager
Engineer
1 of major or cum Planning/ Rs. 15,000/- per month
or
component 5 quality/site/ billing per person
Diploma
respectively Engineer
Engineer
Assistant Engineer retired from Government services who are holding Diploma will be treated at per
with Graduate Engineer.

Diploma holder with minimum 10 year relevant experience with a reputed construction co. can be
treated at per with graduate engineers for the purpose of such deployment subject to the condition that
such diploma holder should not exceed 50% of requirement of degree engineers.

Minimum recovery for not deploying Building Information Model (BIM) professional shall be Rs.
Two lac per month or as mentioned above, whichever is higher.

Clause 38

(i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the
basis of Delhi Schedule of Rates-2023 printed by CPWD with upto date correction slips
(ii) Variations permissible on theoretical quantities:
a) Cement
3% plus/minus
For works with estimated cost put to tender
not more than Rs. 25 lakh
For works with estimated cost put to tender
2% plus/minus
more than Rs. 25 lakh
b) Bitumen All Works 2.5% plus & only & Nil on minus side
c) Steel reinforcement and structural steel
sections for each diameter, section and
category 2% plus/minus

d) All other materials. Nil

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


24

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


25

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


26

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


27

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


28

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


29

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


30

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


31

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


32

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


33
APPENDIX-I

ESTABLISHING SITE LABORATORY AND TESTING OF MATERIALS

List of testing equipment to be provided by the contractor at site lab for conducting necessary tests
(as per cpwd specifications 2019 volume-i&ii). All necessary equipment for conducting all
necessary tests shall be provided at the site in the well-furnished site laboratory by the contractor at
his own cost with proper light and ventilation. The following minimum laboratory equipments shall
be set up at site office laboratory:-

S.No. Equipments Numbers


1 Slump cone, steel plate, tamping rod, steel scale, scoop 1
2 Digital Weighing scale platform type 100 Kg capacity 1
3 Sets of sieves of 450mm internal dia for coarse 1
aggregate[100mm,80mm, 40mm; 2mm; 12.5mm, 10mm; 4.75mm
complete with lid and pan]
4 Sets of sieves of 20mm internal dia for fine aggregate 1
[4.75mm;2.36mm; 1.18mm; 600 microns; 300 microns & 150
microns,with lid and pan]
5 Sieve Brushes and sieve shaker capable of 20mm and 300mm 1
diasieves, manually operated with timing switch assembly
6 Hot air oven temp. Range 50°C to 300°C- sensitivity 1 degree 1
7 Digital thermometer up to 150oc 1
8 Measuring jars 100ml, 20ml, 500ml 1 Nos each size
9 Digital PH meter least count 0.01mm 1 each
10 Iron Weight of 5 kg, 2 kg, 1 kg, 500 gm, 20 gm, 100 gm 1 each
11 Brass Weight of 50 gm, 2 gm, 10 gm, 5 gm, 2 gm, 1 gm 1 each
12 Hammer 1lb& 2lb 1 each
13 Measuring tape (5 meter) 2
14 Spirit Level measuring instruments 1
15 Digital weighing Machine: 5 kg to 10 kg capacity, semi- 1 each
selfindicatingtype – Accuracy 10 gm.500 gm capacity, semi-
selfindicating type Accuracy 1 gm.

Note : Apart from the above, any testing equipment required at site is to be provided by the
contractor as per direction of Engineer- in-charge.

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


34
GENERAL CONDITIONS AND ADDITIONAL SPECIFICATIONS

1. The work shall be carried out according to CPWD specifications for works at Delhi 2019
Vol. I to II including upto date correction slips and as per additional conditions and
specifications. Whenever there is any difference between the CPWD specifications for
works at Delhi 2019 and the additional conditions and specifications, the later shall prevail.
If both the CPWD specifications and the additional conditions and specifications are silent,
the clauses as per relevant, I.S. code shall apply. In case the relevant I.S. codes are also
silent the instructions of the Engineer-in-Charge shall be final.

2. The contractor shall have to carry out the work according to approved programme duly
approved by the competent authority. The contractor shall not carry out any work in any
building without permission of the Engineer-in-Charge. The contractor shall have to adhere
this programme failing which he shall be wholly responsible for any inconveniences caused
to the occupants. No claim for idle labour on any account shall be entertained. The
contractor shall depute his representative daily to the site of work. His name and signature
shall be attested by the contractor for record in the department.

3. The buildings where the work is to be executed on any day shall be got approved from the
representative of the Engineer-in-charge at the site of work in writing. No work shall be
carried out in buildings without the approval of the representative of the Engineer-in-
Charge.

4. Any work carried out without the approval of the representative of the Engineer-in-Charge
at the site of work shall be rejected and will not be measured and paid for.

5. Before the execution of work, materials shall be brought in adequate quantity to be sufficient
at least for 50% of the total requirement of the whole work and deposited with the
Department. Remaining 50% of the materials shall be brought and deposited with the
department after the completion of 1/3rd of work.

6. The materials such as paints, varnish, distempers, water proofing cement paint and primers
etc. as required shall be of approved brand and manufacture and of required shade and
conforming in all respects to the relevant I.S. specifications, either of the following
companies shall only be brought to the site of work.

a) Paints such as synthetic enamel paint etc. shall be of the following manufactures and
quality.

1 Good lass Nerolac Paint Nerolac


2 AkzoNobel India Limited Dulux
3 Asian Paints Ltd. Apcolite
4 Jenson & Nicholson India Ltd. Brolac

b) For synthetic enamel paint, plastic emulsion paint and ready mixed paint, only sealed
containers/ packs as directed by Engineer-in-Charge are acceptable.
Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


35
i) All purchases of paint shall be made directly from the manufacturer or their
authorized dealer. The delivery challan shall be issued by the manufacture’s
stock yard directly with full description of the work for which the purchase is
being made.
ii) Pre painted surface shall be scrapped & all loose particles shall be removed
thoroughly by brushing, scrapping & water jetting if required. All minor
cracks and defects shall be filled up with cement, larger holes, and crack with
cement sand mixture. Nothing extra shall be paid for these operations except
if specified in the schedule.
c) The contractor shall have to get the approved samples of all shades of all types of
paints, distempers, water proofing cement paint etc. approved from the Engineer-in-
charge before procurement of materials.

7. The paints/ other materials shall be issued by the Junior Engineer/ Assistant Engineer to the
contractors after breaking the seal of the containers/ packing and quantity to be issued shall
be as per the daily requirement at the site. After days use balance quantity of paints etc., if
any left will be returned by the contractor to the Deptt. After use, the empty container shall
have to be returned to the Department, and these shall be the property of Department. The
empty container shall be preserved by JE of In charge and will not be disposed of till the
finalization of the work.

8. Nothing extra shall be paid to the contractor for excess consumption of material.

9. The contractor shall quote their rates inclusive of all taxes, cartage, royalties etc. complete.

10. All sub-standard material shall be rejected and shall have to be removed from the site
immediately and department will not be responsible for the safe custody of the same.
11. The contractor shall prepare one sample of item which shall be got approved from the
Engineer-in-charge. Only on acceptance of sample, contractor will be allowed to commence
the work and sample is to be preserved by the contractor till the whole work is completed.
The quality of entire work should confirm to the approved samples.
12. In case of the contractor is not able to complete buildings within as per milestone fixed and
unnecessarily delays, the Engineer-in-Charge will be at liberty to get the remaining work in
building completed at the risk and cost of the contractor after giving notice through the site
order book.
13. The Malba/building rubbish received from dismantling and the wastages after execution of
works shall be collected every day by the contractor at dumping place decided by the
Engineer in charge and the same shall be disposed of daily to authorized dumping place
failing which the same shall be got removed by the Assistant Engineer-in-charge and the
cost so incurred on the removal of the same shall be recovered from the contractor's bill.

14. Nothing extra will be payable for the work of malba removal over and above the provisions
already existing in the agreement.

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


36
15. No temporary huts/structures will be constructed by the contractor at the site of work or any
Government land. Such structures, if any, found at the site or Govt. land will be demolished
and removed without any notice.
16. All doors, windows, floors, furniture, electrical fittings, and other articles shall be free from
dust, splashes, and damages, sufficient covering for the day 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 from the white washings, colour washings, 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 surface cleaned simultaneously after
the completion of the day work in individual room or quarter 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 clause, 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.
17. Any damage to the building structure, fittings or any other articles etc. done by the
contractor or his workman during the execution of the work shall be made good by the
contractor at his own cost and nothing extra will be paid on this account. However, if
contractor fails to attend the same, the same will be made good by the Engineer-in-Charge at
the risk & cost of the contractor.
18. Defective work, sub standard work or work not done according to the specifications of the
contracts shall be liable for summary rejection and shall not be measured and paid for. This
shall be without prejudice to taking any other action against the contractor in accordance
with the terms, and conditions of the contract.
19. The contractor shall clear the site properly after the completion of the work.
20. It shall be responsibility of the contractor to arrange for the security and safety measures for
the labour etc.
21. 1% (One percent) water charges shall be recovered on the gross amount of bill from the
contractor, if the Govt. water is used.
22. 1% (One percent) electric charges shall be recovered on the gross amount of bill from the
contractor, if the Govt. water is used.
23. In case any work is rejected, the cost of the material will be recovered from the contractor
for the items for which material is supplied by the department. Material consumed in
rejected work will also be worked out on the basis of approved CPWD Co-efficient.

24. The theoretical consumption of materials like satna lime, distemper, paint, water proof
cement paint etc. shall be computed, as per the consumption of co-efficient of DAR 2021. In
case of variation between the actual and the theoretical calculations action shall be taken as
below:
25. For the materials to be arranged by the contractor:- In case the materials used are less than
theoretical requirements, the cost for the material used less shall be recovered from the

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


37
contractor at the basic rate as given in D.S.R. 2021 plus carriage plus 1% W.C. plus 15%
contractor profit and over heads plus contractors enhancement/abatement as per clause 12 of
the agreement. For all excess use of materials over the theoretical consumption no extra
payment shall be made to the contractor.
26. Fevicol DDL or equivalent “Liquid synthetic adhesive binder shall be mixed with white
wash and colour wash in required quantity as per manufacturer’s specification and nothing
extra will be paid on this account.
27. The rate for the white washing colour washing/distempering painting etc. includes the costs
of removal of splashes and paint marks. In the event or failure on the part of contractor to
remove the splashes and the paint mark the recoveries will be made at the following rates.

For splashes of internal White Wash/ For splashes of paint For external colour
Colour Wash/Distemper etc. marks wash, snowcem and
acrylic exterior paint
splashes.
Floor Area Rs. 20/- Sqm. Rs. 30/- Sqm. Rs. 20/Sqm.
28. The contractor shall arrange carrying out all tests required under the Agreement
through the laboratory as approved by the Engineer-in-charge. All expenditure to be
incurred for testing of samples e.g. packaging, sealing, transportation, loading,
unloading, etc. including testing charges shall be borne by the Contractor.
29. It shall be mandatory for agency/contractor to submit 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 Engineer-in-
charge.
30. Self attested copies of Tax paid bills of materials taken in MAS Register shall be
submitted by 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.

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


38
SPECIAL CONDITIONS FOR PROCUREMENT OF CEMENT & STEEL
1.0 CEMENT
1.1 The contractor shall procure Portland Pozzolana Cement conforming to IS:1489(Part-I), as
required in the work, from reputed manufacturers of cement such as ACC, Ultratech,
Vikram, Ambuja, Jaypee Cement, Century Cement & JK Cement or from my any other
reputed cement manufacturer having a production capacity not less than one million tonnes
per annum as approved by ADG for that sub region.
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.
The Supply of cement shall be taken in 50 kg 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 the test
results indicate that the cement arranged by the contractor does not conform to the relevant
BIS Codes, the same shall stand rejected, and it 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.
1.2 The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided
by the Engineer-in-Charge.
The cement godown of the capacity to store a minimum of 2000 bags of cement shall be
constructed by the contractor at site of work for which no extra payment shall be made.
1.3 Double lock provision shall be made to the door of the cement godown. The keys of one
lock shall remain with the Engineer-in-Charge or his authorised 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.
1.4 The cement shall be got tested by Engineer-in-Charge and shall be used on the work only
after satisfactory test results 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 test shall be borne by the contractor.
1.5 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.

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


39
In case the cement consumption is less than theoretical consumption including permissible
variation, recovery at the rate so prescribed shall be made. In case of excess consumption
no adjustment needs to be made.

1.6 The cement brought to the site and the cement remaining unused after completion of the
work shall not be removed from site without the written permission of the Engineer-in-
Charge
1.7 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 three
days of receipt such notice the Engineer-in-Charge shall get it removed at the cost of the
contractor.
1.8 The contractor may use OPC in place of PPC only after written permission of the Engineer-
in-Charge. In such case no extra payment shall be made in any form to the contractor by the
department.
2.0 STEEL
2.1 (a) The CPWD/Contractor shall/ procure IS marked TMT bars of various grades from
(1) The Steel Manufacturers such as SAIL, TATA Steel Ltd., RINL, Jindal Steel & Power
Ltd. and JSW Steel Ltd. or their authorized dealers having valid BIS license for IS:
1786-2008 (Amendment – I November 2012).
(2) (a) The steel manufacturers of their authorized dealers (as per following selection
criteria) having valid BIS license for IS: 1786-2008 (Amendment –I November 2012).
The procured steel should have following qualities:-
i. Excellent ductility, bend ability and elongation of finished product due to possible
refining technology.
ii. Consumption of steel should be accurate as per design.
iii. Steel should have no brittleness problem in finished product.
iv. Steel should carry the quality of corrosion and earthquake resistance.
v. Quality steel with achievement of proper level of sulphur and phosphorus as per IS:
1786-2008.
(b) Selection Criteria of steel manufacturers.
1. The supply of reinforcement steel for all CPWD works should have following selection
criteria of steel manufacturers:-
Steel producers of any capacity using iron ore/processed iron ore as the basic raw material
adopting advanced refining technologies as given under,
(i) DRI-EAF = Direct Reduced iron – Electric arch furnace.
(ii) BF-BOF = Blast furnace – Basic oxygen furnace
Or
(iii) COREX-BOF = COREX oxygen furnace.

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


40
For production of liquid steel to finish product at single/multiple locations with NABL or
any other Similarly placed accrediting Government body which operates in accordance
with ISO/IEC 17011 and accredits labs as per ISO/IEC 17025 confirming to IS: 1786-2008
(Amendment – 1 November 2012).
The check list for incorporation of any quality steel producer is enclosed for technical
assessment is given in Annexure – I.
Chief Engineer CSQ (Civil) unit, Directorate of CPWD shall approve the steel
manufacturers.
a. 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.

2.3 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 the specifications as defined under para 2.1(d) & (e)
above, the same shall stand rejected, and it shall be removed from the site of work by the
contractor at his cost within a week time or written orders from the Engineer-in-Charge to
do so.
2.4 The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes or more,
or as decided by the Engineer-in-Charge.
2.5 The steel reinforcement bars shall be stored by the contractor at site of work in such a way
as to prevent their distortion and corrosion, and nothing extra shall be paid on this account.
Bars of different sizes and lengths shall be stored separately to facilitate easy counting and
checking.
2.6 For checking nominal mass, tensile strength, bend test, re-bend test etc. specimens of
sufficient length shall be cut from each size of the bar at random, and at frequency not less
than that specified below:-

Size of Bar For Consignment below 100 For Consignment above100


tonnes tonnes
Under 10 mm dia bars one sample for each 25 tonnes or one sample for each 40 tonnes or
part thereof part thereof
10 mm to 16 mm dia one sample for each 35 tonnes or one sample for each 45 tonnes or
bars part thereof part thereof
Over 16 mm dia bars one sample for each 45 tonnes or one sample for each 50 tonnes or
part thereof part thereof
2.7 The contractor shall supply free of charge the steel required for testing including its
transportation to testing laboratories. The cost of tests shall be borne by the contractor:
2.8 The actual issue and consumption of steel on work shall be regulated and proper accounts
maintained as provided in clause 10 of the contract. The theoretical consumption of steel
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 consumption is less than theoretical

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


41
consumption including permissible variations recovery at the rate so prescribed shall be
made. In case of excess consumption no adjustment need to be made.
2.9 The steel brought to site and the steel remaining unused shall not be removed from site
without the written permission of the Engineer-in-Charge.
2.10 In case contractor is permitted to use TMT reinforcement bars procured from ISPs or
secondary producers then:
(1) The base price of TMT reinforcement bars shall be as indicated under schedule ‘F’.
(2) The rate of providing & laying TMT reinforcement bars as quoted by the contractor
in the tender shall also be reduced by Rs. 2.21 per kg.

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


42
SPECIAL CONDITIONS REGARDING AIR POLLUTION FROM CONSTRUCTION AND
DEMOLITION ACTIVITY

Directives are as under :


1. The contractor shall not store / dump construction material or debris on metalled road.
2. 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 occur on account of such permissible storage.
3. 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.
4. The contractor shall ensure that all the trucks or vehicle 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 precautions 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.
5. 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.
6. 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.
7. 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.
8. The contractor shall compulsory use of wet jet in grinding and stone cutting.
9. The contractor shall comply all the preventive and protective environmental steps as stated in
the MoEF guidelines, 2010.
10. The contractor shall carry out on-Road-Inspection for black smoke generating machinery. The
contractor shall use cleaner fuel.
11. The contractor shall ensure that all DG sets comply emission norms notified by MoEF.
12. The contactor shall use vehicles having pollution under control certificate. The emissions can
be reduced by a large extent by reducing the speed of a vehicle to 20 kmph. Speed bumps
shall be used to ensure speed reduction. In cases where speed reduction cannot effectively
reduce fugitive dust, the contractor shall divert traffic to nearby paved areas.
13. 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 Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


43

List of Preferred make / manufacturers


S.No Materials Approved make
1. Cement (PPC, OPC) Acc, Ultratech, Vikram, Ambuja, Jypee cement and J.K.
Cement
2. White Cement J.K. White, Birla White, Travancore
3. Reinforcement Steel Sail, Tata Steel ltd., Rinl and Jindal Steel & Power ltd.,
Shyam Steel, JSW
4. Structural Steel Sections Apollo, Surya Prakash, Sail, Tata Steel, Rinl, Jindal, Rana,
Capital
5. Super Plasticizers MC Bauchemie, Fosroc, Sikka, MBT
6. Water Proofing Compound(Liquid) Fosroc, Snowcem, Cico, Laticrete, Pidilite
7. AAC Block J.K. Laxmi Cement ltd., Magicrete Building Solution, B.D.
Shirke, Bilt
8. Galvanising Jenco/ Steel Lite, Karamtara Engineering pvt.ltd
9. Stainless Steel Jindal Steel, ‘N’ Style/D-line, Fabrinox, Salem Steel
10. Ceramic Tiles Kajaria,H&R Johnson, Hindware
11. Vitrified Tiles Kajaria,H& R Johnson, Hindware
12. Polymer Modified Cementitious Grout BalEndura, Webber, MykLaticrete
13. Hardenders Ironite, Ferok, Hardonate, Fosroc
14. Flush Doors Jayna, Green, Duro, Merino, Mayur, Archid, Kutty, Action
Tesa, Bhutan Tuff
15. UPVC Windows/ Doors/ Ventilators Okotech, Encraft, Aluplast, Rehau, Wintech, Veka
16. Natural Wood Veneers Sonear, Green Ply, Truwood, Mayur, Archid, Bhutan Tuff
17. Anti StaticHigh Pressure Laminate Formica, Bakelite Hylam, DecolamMerino
18. Stainless Steel Staircase Railing Jindal Stainless Steel, Dorma, Gezze, Ozone
19. Polysulphide Sealant Fosroc, Pidilite, Tuffseal, Sikka
20. Dash Fasteners Hilti, Fischer, Bosch
21. Aluminium Extrusions Hindalco, Nalco, Jindal
22. Hinges & Brassware Shalimar, Indo-Brass, AmarbhoyDossaji, Earl Bihar,
Magnum
23. All Types Of Glass AIS, Modiguard, Pilkington, Schott, Glaverbel Saint
Gobbin
24. Epoxy Primer And Paints ICI, Nerolac, Asian Paints
25. Gypsum Board St. GobainGyproc Gypsum, Boral, AMF
26. G.I. Pipe Tata,JindalHissar, Surya
27. G.I. Fittings (Malleable Cast iron) Zoloto, Unik,Ics
28. CPVC Pipes & Fittings Astral, Supreme, Finolex, Truflo by Hindware
29. Stainless Steel Pipes & Fittings Tata, Jindal, Viega, J-Press
30. Access Floor System Along With Panels, Kingspan (Hewetson), Donn of Usg Lindner, Huili
Stringers, Pedestal
31. Laminated Wooden Floor Action Tesa, Pergo
32. All hardware and fittings for all types of Dorma, Hafele, Gezei, Hettich, Godrej, Ozone
glazing, doors, windows etc.
33. Stud Anchors Hilti, Fischer, Bosch
34. Anchor Fasteners Hilti, Fischer, Bosch
35. Clamp System For Dry Stone Cladding Hilti, Fischer, Bosch
36. Locks In Cabinets, Furniture Hettich, Blum, Hafele, Hardwyn
Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


44
37. MDF Board Nuwood, Duratuff, Bazaz, Action Tesa
38. Adhesives Fevicol, Anchor, Dunlop, Pidilite, Reynoarch
39. Adhesive For Floor Vitrified Tiles, Marble Laticrete, Ferrouscrete, Ballendura
Stone, Granite Stone etc.
40. Lacquered Glass, Mirror Glaverbel, Modiguard
41. Weather Silicon Sealant Wacker, Dow Corning, Mccoy, Soudal, Alstone
42. Backer Rod Supreme Ind ltd., Systrans Polymers
43. EPDM Gasket Hanu, Anand
44. Frame System For Internal Partition Saint GobainGyproc, Borol, AMS
45. Epoxy Mortar Fosroc, Sikka, Cico, Laticrete
46. Metal Decking Sheet For False Ceiling Cril, Rajinder Alloys Limited, Pennar Industries Limited
47. Fire Retardant Paints Asian Paints, Shalimar
48. PU Foam MM Foam, Shiela Foam
49. European WC Jaquar, Toto, Kohler, Hindware, Roca, Johnson
50. Washbasin Jaquar, Toto, Kohler, Hindware, Roca, Johnson
51. Urinal Jaquar, Hindware, Kohler, Roca, Jhonson
52. RCC Pipes Pragati, Lakshmi, Sood&Sood, Jain & Co Usha
53. UPVC Pipes & Fittings Supreme, Prince, Astral, Finolex, AKG, Truflo by
Hindware
54. Cementous Grout Xypex, Fosroc, Krytone
55. Crystaline CementiousWaterproofing Xypex, Construction Chemicals, Krytone, Reynoarch
Compound
56. Stainless Steel Sinks Neelkanth, Nirali, Cera, Cardin
57. Spun Cast Iron Pipes & Fittings (IS:3989) JayaswalNeco, RIF, SKF, BIC,Electro steel, Hepco
58. Hubless Centrifugally Cast spun iron Pipe Neco, Saint Gobain, RPMF, SKF, BIC
& fittings (IS : 15905)
59. C.I. Pipes & Fittings JaiswalNeco, SKF, RIF, BIC, Kirloskar
60. G.I. Pipe Jointing Material Loctite 55, Dr.Fixit
61. SS Hinged Grating Gmgr, Neer, Chilly, Cardin
62. Stoneware Pipes And Gully Traps Perfect, Burn, Anand, Parry
63. Gunmetal Valves (Full Way Valve) Class-I Zoloto, Castle, Kartar, Leader
64. CI Double Flanged Sluice Valve Kirloskar, Ivc, Sondhi, Kejriwal
65. CI Manhole Frame & Covers And Gi Neco, RIF, SKF, BIC
Grating
66. Sanitary Accessories Cera, Jaquar, Hindware, Parryware
67. Stainless Steel Door Handles, Locks and Dorma, Hafele, Geze, Hardwyn, Godrej, Hettich, Dorset,
Fittings
68. Floor Srings, Door Closers, Panic Bars Dorma, Hafele, Geze, Hardwyn, Godrej, Ozone, Hettich,
Hardwyn
69. CalsiumSilicate Ceiling Tile/Board Gyproc, Boral, Hilux, Aerolite, Armstong (Mylar), Alstone
70. Aluminium Skirting Alloy, Bottomline, Jeb
71. Aluminium Channels Alloy, Bottomline, Jeb
72. Moisture Resistant Boards St. GobainGyproc, Boral, Bhutan Tuff
73. Floor Traps Jayna, Chilly, Nirali, Cardin
74. Grass Pavers Ovilite, Victoria, Virendra Textiles, Unistone
75. App Waterproofing Membrane Stp ltd., Texsa, Bitumat Co. Ltd, Tikitar, Dermabit,
Pidilite, Reynoarch
76. Toilet Cubicles Merino, Greenlam, Trespa, Action Tesa, Reynoarch
77. Modular Kitchen Cabinets Johnson, Home Solutions, Retail (India Ltd.),Space Wood,
Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


45
Lotus Kitchen Solutions,Hafele, Gilma, Hacker, Sleek,
Venetacucine, Alstone
78. Synthetic Enamel Paint, Primer, Asian/ ICI( Dulux)/ Nerolac/ Paint(only 20 lit/kg packed
Distemper, Exterior Decorative Paint, allowed)
Acrylic Emulsion Paint, Plastic Paint,
Exterior Paint/Primer
79. Texture Paint Asian/ ICI( Dulux)/ Nerolac/ Paint(only 20 lit/kg packed
allowed)
80. Wall Putty J.K White, Asian, Nerolac, Dulux
81. Tile Adhesive/Grouts Ferrous Crete, Ball Endura, Pidilite, Lati Crete, Reynoarch
82. Looking Mirror Ais, Atul, Saint Gobain, Modiguard
83. Floor Hardeners Piditop 333 By Pidilite, Fosroc, Sikka, Firmae, Ironite,
Ferrok, Haronate
84. RCC Pipes Pragati, Lakshmi, Sood&Sood, Jain & Co., Usha
85. SS Mesh GKD, WMW, Tiger or other ISI marked
86. Expansion Joint Construction Specialities, Hercules, Bizzar
87. Building Signage Hindustan Signage Pvt.Ltd., Pr Graphics, Motivatte
Solution, Galaxy Signage, Signsutra
88. Gypsum Plaster Ferrouscrete, Gyproc, Ultratech
89. Ready Mix Plaster Ferrouscrete, Ultratech, Saintgobin
90. False Ceiling Grid System Gyproc, Grid System/Rk, Gridline, GYPTECH, Diamond
91. Modular Kitchen Hardware And Hettich, Hafele, Gilma, Hacker, Sleek,Venetacucine,
Accessories Alstone
92. Commercial Ply/Board Duro, Century, Archid, Durian, Green ply, Bhutan Tuff
93. Aluminium Composite Panels Alucobond, Alpolic, Alcopla, Reynoarch
94. List of RMC Producer Ultratech, Ready Mix India Pvt. Ltd.,ACC, Lafarge, RDC
Concrete, NDCON, M/s V.K. RMC, M/s Shri Ready Mic
Concrete Pvt. Ltd.
95. PVC Water Tank Sintex,SPL,Polycon, Supreme
96. Bitumen Emulsion IOCL, BPCL, HPCL.
97. Bitumen VG-30,VG-40,VG-10 IOCL, BPCL, HPCL.
98. Catonic Polymer Modified Bitumen Hindustan Colas (HPCL), Tiki Tar, A.R. Thermosets
Emulsion (for Micro-Surfacing)
99. Thermoplastic Paints Asian Paints, Reliance Thermoplast, S.N. Industries,
100. Kerb stone CC S&S, KK, CICO, NITCO, TERRAFIRMA, SUSHMA,
DALAL & UNISTONE. (ONLY ENGRAVED MOULD
STAMPED TO BE ALLOWED)
101. Paver Blocks Swastik, Kk (Konkrete product co.), NITCO
102. RCC Drain Cover Swastik, Kk (Konkrete product co.), NITCO
103. CRMB-55, CRMB-60 IOCL, BPCL, HPCL
104. W.C Seat Cover Parryware, Hindware
105. CP Brass fittings Jaquar (Continental), Kingstree (GLTA) prayag (ISI),
Prima ISI (Heavy), Cardin
106. Ball value Zoloto, Argo, IBP, Prima
107. PTMT Prayag, Polyuf, Prima
108. POP J K Laxmi, Sriram, Trimurti,sakarni
109. M.S. Door fittings Ashish, Oxford, Gerg, Adarsh

110. Aluminium door fittings Everest, Argent, Doorwyn, Classic


Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


46
111. Distemper and primer Asian Paint (1st quality), ICI (Dulux), Nerolac
112. Fire proof door Godrej, Navair
113. FRP chajja and doors/door frame Jayna, Fiberway, Fibre Engineer, Ashoo, Fibre Techno
Product, Selected Door Co., Jain Doors Pvt. Ltd.
114. PVC doors Jayna, Rajshree, Finolex Plastics, Alstone
115. HDHMR Board Action Tesa, Century, Green Ply
116. GI Profile sheet Essar, Jindal, Asian
117. GRG False Ceiling Diamond, USG Boral, Saint Gobain, Gyproc
NOTE:-
1. Items which are not mentioned in above list but required at site, shall be supplied with prior approval of
CPWD.
2. Equivalent makes shall be considered only on non-availability of approved specified makes. In general no
change in brand will be entertained; however, the executing agency / vendor having similar experience will be /
can be considered in case of non-availability of any material with certification from manufacturer, from the above
list with cost adjustment (if any).
3. The Contractor shall obtain prior approval from the Engineer-in-charge before placing order for any specific
material. The Contractor shall make a detailed submittal with catalogues and highlighted proposed specifications,
as well as full details of the works executed by the specialized agency, as specified.
4. Wherever applicable, the Engineer-in-charge may approve any material equivalent to that specified in the
tender subject to proof being offered by the Contractor for equivalence to his satisfaction.
5. Unless otherwise specified, the brand / make of the material as specified in the particular specifications
and in the list of approved materials attached in the tender, shall be used in the work.
In case of non-availability of the brand specified in the contract, the Contractor shall be allowed to use alternate
equivalent brand of the material subject to submission of documentary evidence of non - availability of the
specified brand. The necessary cost adjustments on account of above change shall be made for the material.

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


47
SCHEDULE OF QUANTITY
NAME OF WORK: Comprehensive Maintenance of NIMR Building Sector-8, Dwarka, New Delhi
2024-25. (SH: civil work). (SH: Repairing of Preclinic Test Research
Laboratory & HDF Wooden flooring in Director Room, Conference hall and
Meeting Hall & UV fiber glass plastic sheet shed of NIMR building).

S.
Description Qty Unit Rate Amount
No.
1 Providing and laying in position cement concrete of
specified grade excluding the cost of centering and
shuttering - All work up to plinth level :sing & finishing
the top smooth.
1.1 1:4:8 (1 Cement : 4 coarse sand (zone-III) derived from
natural sources : 8 graded stone aggregate 40 mm
nominal size derived from natural sources) 11.81 cum 6812.00 80450.00

2 Providing and fixing stainless steel ( Grade 304) railing


made of Hollow tubes, channels, plates etc., including
welding, grinding, buffing, polishing and making
curvature (wherever required) and fitting the same with
necessary stainless steel nuts and bolts complete, i/c
fixing the railing with necessary accessories & stainless
steel dash fasteners , stainless steel bolts etc., of
required size, on the top of the floor or the side of waist
slab with suitable arrangement as per approval of
Engineer-in-charge, (for payment purpose only weight
of stainless steel members shall be considered
excluding fixing accessories such as nuts, bolts,
fasteners etc.).
693.62 Kg 772.40 535752.00

3 Providing and laying Polished Granite stone flooring in


required design and patterns, in linear as well as
curvilinear portions of the building all complete as per
the architectural drawings with 18 mm thick stone slab
over 20 mm (average) thick base of cement mortar 1:4
(1 cement : 4 coarse sand) laid and jointed with cement
slurry and pointing with white cement slurry admixed
with pigment of matching shade including rubbing,
curing and polishing etc. all complete as specified and
as directed by the Engineer-in-Charge.
3.1 Polished Granite stone slab of all colour and texture
except Black, Cherry/Ruby Red
15.75 Sqm 3071.05 48369.00

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


48
4 Providing and laying matt finished vitrified tile of size
100x100x16mm having water absorption less than 0.5%
and conforming to IS: 15622 of approved make in all
colours and shades in out door floors such as footpath,
court yard multi models etc., laid on 20mm thick base
of cement mortar 1:4 (1cement : 4 coarse sand) in all
shapes & patterns including grouting the joints with
white cement mixed with matching pigments etc.
complete as direction of Engineer-in-Charge 188.75 Sqm 2159.85 407672.00

5 Providing and laying at or near ground level factory


made kerb stone of M-25 grade cement concrete in
position to the required line, level and curvature, jointed
with cement mortar 1:3 (1 cement: 3 coarse sand),
including making joints with or without grooves
(thickness of joints except at sharp curve shall not to
more than 5mm), including making drainage opening
wherever required complete etc. as per direction of
Engineer-in-charge (length of finished kerb edging shall
be measured for payment). (Precast C.C. kerb stone
shall be approved by Engineer-in-charge) 1.35 Cum 10117.60 13659.00

6 Providing & fixing UV stabilized fiberglass reinforced


plastic sheet roofing up to any pitch, including fixing
with polymer coated 'J' or 'L' hooks, bolts & nuts 8mm
dia. G.I plain/bitumen washers complete but excluding
the cost of purlins, rafters, trusses etc. The sheets shall
be manufactured out of 2400 TEX panel rovigs
incorporating minimum 0.3% ultra-violet stabilizer in
resin system under approximately 2400 psi and hot
cured. They shall be of uniform pigmentation and
thickness without air pockets and shall conform to IS
10192 and IS 12866.The sheets shall be opaque or
translucent, clear or pigmented, textured or smooth as
specified. aluminium section shall have minimum
powder coating of thickness not less than 25 micron.
The work shall be completed in all respect as per design
/drawing and direction of Engineer-in-Charge. Finished
curved surface area of poly corbonate sheet end to end
of roofing fixed over steel tubular structure shall be
measured in square metre for the purpose of the
payment.: (Rate is taken from NIT no
17/EE/ODD/NIT/2024-25,
6.1 5 mm thick Flat 65.00 Sqm. 2570.00 167050.00

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE


49
7 Grouting the joints of flooring tiles of size 100x 100mm
having joints of 3 mm width, using unsanded cement
based tile joint filler & plastic spacer, including filling /
grouting and finishing complete as per direction of
Engineer-in-charge. 188.75 Sqm 436.51 82391.00

8 Providing and fixing HDF wooden laminated flooring


12mm thick of AC-4 HDF grade with 0.20 mm thick
Polyurethane Sheet and 2mm thick PU foam as per
approved colour, shade and design complete as per
direction of Engineer-in-Charge. 136.00 sqm 2187.05 297439.00
TOTAL 1632782.00
Modified Estimated cost after correction on DSr
items on a/c of GST @ 0.973 i.e. deduct for effect of
correction factor on item no 1 to 5 (1.00-0.973) =
0.027 on X (DSR Items) X= 1085902.00 -29319.00
TOTAL 1603463.00
Add Cost Index @ 3% (as per circular no.-
DG/CostIndex/10 dated 11/09/2024) On DSR Item
no 1 to 5 on Rs. 1085902 - 29319 =
1056583.00 31697.00
TOTAL 1635160.00

Executive Engineer,
Outer Delhi Division,
CPWD, New Delhi

Addition: NIL Correction: NIL

Overwriting: NIL Deletion: NIL AE-(P) EE

You might also like