NIT44
NIT44
INDEX
Executive Engineer
ODD, CPWD,
R.K.Puram, New Delhi
PRESS NOTICE
Name of work & Estimated Earnest Period of Last date & Time & date
Sl.No.
NIT No.
1 2 3 4 5 6 7 8
1 Comprehensive
Maintenance of NIMR
Building Sector-8,
44/EE/ODD/NIT/2024-25
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.
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.
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.
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.
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.
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’.
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.
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.
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.
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.
____________________________________________________________________
3 Amount Earnest
Money Deposit:
……………………………………………………………………………………………#
4 Date of Submission
of EMD:
……………………………………………………………………………………………#
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…………………
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.
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.
CPWD-7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
(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.
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.
** To be filled by Contractor
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………………*…………….
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
SCHEDULE ‘F’
General Rules & Directions: -
Executive Engineer, Outer Delhi
Officer inviting tender:
Division, CPWD, New Delhi.
Definitions:
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.
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
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 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
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
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:-
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.
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.
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
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.
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
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.
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.
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:-
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
Executive Engineer,
Outer Delhi Division,
CPWD, New Delhi