NITNO18
NITNO18
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
TENDER DOCUMENT
FOR
A/R and M/O Parliament House of India during 2025-26 (SH: Civil Work-
Miscellaneous Preventive Maintenance Works).
Issued by
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
PARLIAMENT HOUSE CIVIL WORKS DIVISION
36, G.R.G ROAD, NEW DELHI-110001
TEL NO. 23716638
2
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
PARLIAMENT HOUSE CIVIL WORKS DIVISION
36, G.R.G ROAD, NEW DELHI-110001
TEL NO. 23716638
TENDER DOCOUMENT
Name of work : A/R and M/O Parliament House of India during 2025-26 (SH:
Civil Work-Miscellaneous Preventive Maintenance Works.) .
This NIT amounting to ₹ 91,02,460/- (Rupees Ninety One Lakhs Two Thousand Four Hundred Sixty Only) is
hereby approved.
INDEX
1. Index 3
5. CPWD-7 11-19
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 https://etender.cpwd.gov.in
or www.cpwd.gov.in free of cost.
4. But the bid can only be submitted after uploading the mandatory scanned documents. The
contractors already registered on the e-tendering portal will have option to continue by paying
tender processing fee up-to one year from the date of registration, or to switch over to (new)
registration without tender processing fee any time. All new registrations from 01/04/2015 will be
without tender processing fee.
5. Those contractors who are not registered or have not updated their profile on the website
mentioned above, are required to get registered / update their profile beforehand. The necessary
training materials including the videos with step-to-step process are available on download
section of https://etender.cpwd.gov.in.
6. The intending bidder must have valid Class-III digital signature certificate with encryption key
(combo type) to perform any operations / transactions on the e-tendering portal / website and the
5
bidder should download and install the eMsigner on their system as per instructions available on
download section of https://etender.cpwd.gov.in.
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. Contractor must ensure to quote rate in the prescribed column(s) meant for quoting rate in figures
appears in yellow colour and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is left blank
the same shall be treated as “0”. Therefore, if any cell is left blank and no rate is quoted by the
bidder, rate of such item shall be treated as “0” (ZERO).
However, If a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section / sub head in percentage
rate tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.
10. List of Documents to be scanned and uploaded within the period of bid submission:
i) Demand Draft/Pay order or Banker`s Cheque /Deposit at Call Receipt/Bank Guarantee/FDR
of any Scheduled Bank against EMD.
ii) Enlistment Order of the Contractor.
iii) Copy of receipt for deposition of original EMD.
iv) Copy of Bidder PAN Card.
v) GST Registration Certificate if already obtained by the bidder.
If the bidder has not obtained GST registration as applicable, then he shall scan and upload
following undertaking along with bid documents.
“lf work is awarded to me, I/we shall obtain GST registration, Certificate as applicable, 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 towards me/us on account of the work executed and/or for any action taken by CPWD or
“GST department in this regard”.
vi) Copy of registration with EPFO/ESIC or proof of applying the same if not registered already
vii) ERP training certificate issued through LMS of ERP. The Non-CPWD contractors shall be
allowed to participate in tender with an undertaking that “I/we will obtain ERP certificate as per
OM No. DG/Enlist.Rules-2023/10 Dated 22.04.2024”.
viii) Any other Document as specified in the NIT
Executive Engineer
PHCWD, CPWD
New Delhi
6
ANNEXURE - 21
CPWD-6 FOR e-Tendering
1. Percentage rate bids are invited on behalf of President of India online percentage bids from
approved and eligible contractors of CPWD Civil, Composite Category for the following work :-
Name of Work :- A/R and M/O Parliament House of India during 2025-26 (SH: Civil
Work-Miscellaneous Preventive Maintenance Works.) .
NIT No. : 18/EE/PHCWD/CPWD/2025-26
The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of submission of bid is extended, the enlistment of contractor should be valid
on the original date of submission of bids.
1.1 The work is estimated to cost ₹ 91,02,460/-. This estimate, however, is given merely as a rough
guide.
2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 6 (or other
Standard Form as mentioned) which is available as a Govt. of India Publication and also available
on website www.cpwd.gov.in. Bidders shall quote his rates as per various terms and conditions of
the said form which will form part of the agreement.
3. The time allowed for carrying out the work will be 04 Months from the date of start as defined in
schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance
with the phasing, if any, indicated in the bid documents.
4. The site for the work is available.
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 https://etender.cpwd.qov.in or www.cpwd.gov.in free of cost.
6. After submission of the bid the contractor can re-submit revised bid any number of times but
before last time and date of submission of bid as Notified.
7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number
of times (he need not re-enter rate of all the items) but before last time and date of submission of
bid as notified.
8. When bids are invited in three stage system and if it is desired to submit revised financial bid then
it shall be mandatory to submit revised financial bid. If not submitted then the bid submitted
earlier shall become invalid.
9. Earnest Money of ₹1,82,049/- in the form of Demand Draft or Pay order or Banker`s Cheque or
Deposit at Call Receipt or Fixed Deposit Receipt drawn in favour of Executive Engineer,
Parliament House Civil Works Division, CPWD, New Delhi, shall be scanned and uploaded to
the e-Tendering website within the period of bid submission. The original EMD should be
deposited either in the office of the Executive Engineer inviting bids or division office of any
Executive Engineer, CPWD within the period of bid submission. (The EMD document shall only
be issued from the place in which the office of receiving division office is situated). The EMD
receiving Executive Engineer shall issue a receipt of deposition of earnest money deposit to the
bidder in a prescribed format (enclosed) uploaded by tender inviting EE in the NIT.
7
This receipt shall be uploaded to the e-Tendering website by the intending bidder upto the
specified bid submission date and time.
A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50% of
earnest money or 20 lakhs, whichever is less, will have to be deposited in shape prescribed
above and balance in shape of Bank Guarantee of any scheduled bank which is to be scanned and
uploaded by the intending bidder. The amount of EMD can be paid by multiple Demand Draft /
Pay Order / Banker's Cheque / Deposit at call receipt / Fixed Deposit Receipts along with multiple
Bank Guarantee of any Scheduled Bank if EMD is also acceptable in the form of Bank Guarantee.
Interested contractor who wish to participate in the bid has also to make following payment within
the period of bid submission:
Copy of Enlistment Order and certificate of work experience and other documents as specified in
the press notice shall be scanned and uploaded to the e-Tendering website within the period of bid
submission. However, certified copy of all the scanned and uploaded documents as specified in
press notice shall have to be submitted by the lowest bidder only within a week physically in the
office of tender opening authority.
10. The bid submitted shall become invalid and e-Tendering processing fee shall not be refunded if :
(i) The bidders is found ineligible.
(ii) The bidders does not upload scanned copies of all the documents stipulated in the bid document.
(iii)If any discrepancy is noticed between the documents as uploaded at the time of submission of bid
and hard copies as submitted physically by the lowest bidder in the office of bid opening
authority.
(iv) If a tenderer quotes nil rates against each item in item rate tender or does not quote any percentage
above/below on the total amount of the tender or any section / sub head in percentage rate tender,
the tender shall be treated as invalid and will not be considered as lowest tenderer.
11. The contractor whose bid is accepted will be required to furnish performance guarantee at
specified percentage of the tendered amount as mentioned in schedule E and within the period
specified in Schedule F. This guarantee shall be in the form of Insurance Surety Bonds, Account
Payee Demand Draft, Fixed Deposit Receipt or Bank Guarantee from any of the Commercial
Banks in accordance with the prescribed form on page 29-30 of this NIT. 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. The contractor
whose bid is accepted will also be required to furnish either copy of applicable licenses/
registrations or proof of applying for obtaining labour licenses, registration with EPFO, ESIC and
BOCW Welfare Board including Provident Fund Code No. If applicable and also ensure the
compliance of aforesaid provisions by the subcontractors, if any engaged by the contractor for the
said work within the period specified in Schedule F.
12. The description of the work is as follows : Intending Bidders are advised to inspect and examine
the site and its surroundings and satisfy themselves before submitting their bids as to the nature of
the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of
access to the site, the accommodation they may require and in general shall themselves obtain
all necessary information as to risks, contingencies and other circumstances which may influence
or affect their bid. A bidder 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
8
allowed. The bidders shall be responsible for arranging and maintaining at his own cost all
materials, tools & plants, water, electricity access, facilities for workers and all other services
required for executing the work unless otherwise specifically provided for in the contract
documents. Submission of a bid by a bidders implies that he has read this notice and all other
contract documents and has made himself aware of the scope and specifications of the work to be
done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the
Government and local conditions and other factors having a bearing on the execution of the work.
13. The competent authority on behalf of the President of India does not bind itself to accept the
lowest or any other bid and reserves to itself the authority to reject any or all the bids received
without the assignment of any reason. All bids in which any of the prescribed condition is not
fulfilled or any condition including that of conditional rebate is put forth by the bidders shall be
summarily rejected.
14. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the
bids submitted by the contractors who resort to canvassing will be liable for rejection.
15. The competent authority on behalf of President of India reserves to himself the right of accepting
the whole or any part of the bid and the bidders shall be bound to perform the same at the rate
quoted.
16. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in
which his near relative is posted a Divisional Accountant or as an officer in any capacity between
the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also
intimate the names of persons who are working with him in any capacity or are subsequently
employed by him and who are near relatives to any gazette officer in the Central Public Works
Department or in the Ministry of Housing and Urban Affairs. Any breach of this condition by the
contractor would render him liable to be removed from the approved list of contractors of this
Department.
18. The bids for the work shall remain open for acceptance for a period of 30 (Thirty) days from the
date of opening of bids in case of single bid system. Further
(i) if any tenderer withdraws his tender or makes any modification in the terms & conditions of the
tender which is not acceptable to the department within 7 days after last date of submission of
bids, then the Government shall without prejudice to any other right or remedy, be at liberty to
forfeit 50% of the earnest money absolutely irrespective of letter of acceptance for the work is
issued or not.
(ii) if any tenderer withdraws his tender or makes any modification in the terms & conditions of the
tender which is not acceptable to the department after expiry of 7 days after last date of
submission of bids, then the Government shall without prejudice to any other right or remedy, be
at liberty to forfeit 100% of the earnest money absolutely irrespective of letter of acceptance for
the work is issued or not.
9
(iii) In case of forfeiture of earnest money as prescribed in para (i) and (ii) above, the bidders shall not
be allowed to participate in the rebidding process of the same work.
19. This notice inviting Bid shall form a part of the contract document. The successful
bidders/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.
20. The intending bidders are required to update their profile in CPWD e-tender portal and to upload
their bids well in advance of last date of submission of tender. Any issue related to updating
profile/ uploading tender can be resolved through the concerned Executive Engineer/Assistant
Engineer (Phone:011-23322730, 23716638, E-mail id: eephcwd.cpwd@gov.in) or ERP help line
No. 18001803286 or E-mail Id cpwd.support@techmahindra.com. The E-tendering bidders are
also advised not to wait to raise any issues till the last date of submission of bid in their own
interest.
Executive Engineer
PHCWD, CPWD
New Delhi
On behalf of President of India
10
ANNEXURE-20A.14
(Amended as per MAN-328)
1. Name of contractor……………………………………………………...……………#
2. Form of EMD………………………………………………………………………....#
3. Amount of Earnest Money deposit………………………………………….………#
4. Date of submission of EMD………………………………………...……………..…#
CPWD-7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
(A) Tender for the work of :- A/R and M/O Parliament House of India during 2025-
26(SH: Civil Work-Miscellaneous Preventive Maintenance Works.)
(ii) To be opened online in presence of tenderers who may be present at 15:30 hours on
23/06/2025 in the office of Executive Engineer, PHCWD, CPWD, 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 (30) Thirty days from the last date of submission of bids
and not to make any modifications in its terms & conditions.
I/We have deposited EMD for the prescribed amount in the office of concerned Executive
Engineer as per the bid document.
A copy of earnest money deposit receipt of prescribed amount deposited in the form of Insurance
Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt, Banker’s Cheque or Bank
Guarantee (as prescribed) issued by a Commercial Bank, is scanned and uploaded. If I/We fail to
furnish the prescribed performance guarantee within prescribed period, I/We agree that the said
President of India or his successors in office shall without prejudice to any other right or remedy,
be at liberty to forfeit the said earnest money absolutely. Further, If I/ We fail to commence work
as specified, I/We agree that President of India or the successors in office shall without prejudice
to any other right or remedy available in law, be at liberty to forfeit the said the performance
guarantee absolutely. The said Performance Guarantee shall be a guarantee to execute all the
works referred to in the tender documents upon the terms and conditions contained or referred to
those in excess of that limit at the rates to be determined in accordance with the provision
contained in Clause 12.2(c) of the tender form.
Further, I/We that in case of forfeiture Earnest Money or Performance Guarantee as aforesaid,
I/We shall be debarred for participation in the re-tendering process of the work.
12
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 Deposited/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 there from to any person other than a person to whom I/We, am/are authorized to
communicate the same or use the information in any manner prejudicial to the safety & integrity
of the state.
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) -----------------------------
Signature……………………..
Dated ……………..
Designation……………………….
13
SCHEDULES
SCHEDULE ‘A’
SCHEDULE ‘D’
Extra schedule for specific requirements / documents for the work, if any. : NIL
SCHEDULE ‘E’
SCHEDULE ‘F’
Definitions :
Clause 1
Clause 2
Authority for fixing compensation under SE, PCWC, CPWD, PLB, New Delhi
clause 2.
Clause 5
Yes
Number of days from the date of issue of letter
of acceptance for reckoning date of start 10 days
-----------NIL-----------
Authority to :
(i) Convey the decision of shifting of milestone and EE, PHCWD, CPWD, New Delhi
extension of time.
(ii) Decide rescheduling of mile stone and extension SE, PCWC, CPWD, New Delhi
of time.
(iii) Shifting of date of start in case of delay in SE, PCWC, CPWD, New Delhi
handing over of site
Clause 5, 5A
Clause 6
Clause 7
Clause 7A
Clause 10A
(a) MAS register of the key materials including Cement, Steel Bitumen,
Paint, Primer, Distemper, Varnishes, Tile Adhesive, Admixture,
Anti termite chemical Water proofing compound material and
other items as required by Engineer-in-Charge, and shall be
maintained as per proforma in Appendix-XX of GCC (Page No. 26).
All the entries in the MAS registers are made by the designated
staff of the contractor and same is reviewed weekly by the authorized
representative and fortnightly by the Engineer-in-Charge.
However, contractor is responsible for maintenance and safe custody of
MAS registers.
(b) The self-attested copies of tax paid bill of all the materials
entered in the MAS register shall be submitted by the
contractor at the time of review by representative of
Engineer-in-Charge. ln case of any doubt, genuineness
of the tax paid bills; it can be verified by the representative
of the Engineer-in-Charge or the Engineer-in-Charge, however,
onus of genuineness of tax paid bills rest with the contractor
Clause 10B(ii)
Whether Clause 10 B (ii) shall be applicable No
Clause 10C
Clause 10CC
Clause 11
Specifications to be followed for execution of work CPWD Specification for works-
2019 Vol I & II with up to date
correction slips till last date of
submission of tender and as
detailed in nomenclature of items.
Clause 12
Type of work Maintenance Work
(i) The completion cost of agreement shall not exceed 1.5 times of accepted
tendered value
12.2( c)
Clause 12.5
(i) Deviation limit beyond which clauses 12.2(c ) No limit
shall apply for foundation work (except items
mentioned in earth work subhead in DSR and
related items)
Clause 16
Competent Authority for deciding reduced rates. SE/PCWC/CPWD/New Delhi
Clause 18
List of mandatory machinery, tools & plants to be N.A.
deployed by the contractor at site.
Clause 19C
Authority to decide penalty for each default. Engineer-in-charge
Clause 19D
Authority to decide penalty for each default. Engineer-in-charge
18
Clause 19G
Authority to decide penalty for each default. Engineer-in-charge
Clause 19K
Authority to decide penalty for each default. Engineer-in-charge
Clause 25
Assistant Engineers retired from Government services that are holding Diploma will be treated
at par with Graduate Engineers.
Diploma holder with minimum 10 year relevant experience with a reputed construction co. can
be treated at par with Graduate Engineers for the purpose of such deployment subject to the condition
that such diploma holders should not exceed 50% of requirement of degree engineers.
Clause 38
(b) Bitumen All Works 2.5% plus only & nil on minus side.
Sl. Description of Item Rates in figures and words at which recovery shall be made
No. from the Contractor
Executive Engineer
PHCWD, CPWD
New Delhi
20
Except where otherwise provided in the contract, all questions and disputes relating to the meaning of the
specifications. designs, drawings and instructions hereinbefore mentioned and as to the quality of workmanship
or materials used in the work or as to any other question, claim, right, matter or thing whatsoever in any way
arising out of or relating to the contract, designs, drawings, specifications, estimates, instructions, orders or otherwise
concerning the works or the execution or failure to execute the same whether arising during the progress of the
work or after the cancellation, termination, completion or abandonment thereof shall be dealt with as
mentioned hereinafter.
25.1 Conciliation: If the contractor considers any work demanded of him to be outside the requirements of
the contract, or disputes any drawing, record or decision given in writing by the Engineer-in-Charge; or if the
Engineer-in-Charge considers any act or decision of the contractor on any matter in connection with or arising out
of the contract or carrying out of the work to be unacceptable and disputed; such party may promptly refer
such disputes and amount claimed for each dispute to the Conciliator (Special Director General or the
Additional Director General concerned with the work, as applicable) in the proforma prescribed in
Appendix XVII mentioned in Schedule F, under intimation to the other party. The Conciliator may then
request each party to submit to him a brief written statement describing the disputes and the points at
issue. Each party shall send a copy of such statement to the other party. At any stage of the conciliation
proceedings. The Conciliator may request a party to submit to him such additional information as he deems
app ropr i at e. When i t app ear s t o the Conciliator that there exist elements of a settlement which
may be acceptable to the parties, he shall formulate the terms of a possible settlement and submit them to the
parties for their observations. After receiving the observations of the parties, he may reformulate the terms of a
possible settlement in the light of such observations. If the parties reach agreement on a settlement of the
disputes, they may draw up and sign a written settlement agreement on non-judicial stamp paper as per Stamp Act.
The Conciliator shall authenticate the settlement agreement and furnish a copy thereof to each party. The
termination of conciliation proceedings shall be in accordance with Section 76 of The Arbitration and
Conciliation Act, 1996. No party shall be represented before the said Conciliator by an advocate or legal
counsel. The conciliation proceedings shall be completed within 60 Days from the receipt of reference.
This time may be enlarged by 60 Days by the Conciliator. The conciliation proceedings shall be deemed to
have been terminated at the end of 60 days from the receipt of reference.
25.2 Arbitration: If the aforesaid conciliation proceedings fail or the Conciliator fails to give proposal for
settlement within the aforesaid period. either party may promptly give notice in the proforma prescribed in
Appendix XVIII, under intimation to the other party, to the Chief Engineer or the Superintending
Engineer concerned with the work (as applicable), hereinafter referred to as the Arbitrator Appointing
Authority as indicated in Schedule F, for appointment of Arbitrator.
However, a party may seek appointment of Arbitrator without taking recourse to the process of
conciliation mentioned in sub-clause 25.1 above.
In the event of either party giving a notice to the Arbitrator Appointing Authority for appointment of Arbitrator,
the said Authority shall appoint Arbitrator as per the procedure given below and refer such disputes to
arbitration.
a. Number of Arbitrators: If the contract amount is less than Rs 100 crore. the disputes
may be referred for adjudication by a sole Arbitrator. If the contract amount is Rs.100 crore or more, the
disputes may be referred to an Arbitral Tribunal of three Arbitrators.
21
b. Qualification of Arbitrators: It is a term of this contract that each member of the Arbitral
Tribunal shall be Graduate Engineer with experience in execution of public works engineering contracts,
and he should have worked earlier at a level not lower than the Chief Engineer (equivalent to level of
Joint Secretary to the Government of India).
The aforesaid educational qualification and work experience shall be mandatory for appointment as
Arbitrator.
The age of Arbitrator at the time of appointment shall not exceed 75 years. An Arbitrator may be
appointed notwithstanding the total number of active arbitration cases with him.
c. Parties to select Arbitrator: Based on the criteria specified above, a list of empaneled
Arbitrators has been prepared in CPWD, and the parties shall have option to select an Arbitrator
from the list sent to them.
25.3 Appointment of Sole Arbitrator: The parties may opt for appointment of the Arbitrator of
the Ministry of Housing and Urban Affairs. In such cases. the party seeking arbitration has to submit
an express agreement in writing as per Appendix XIX towards waiver of Section 12(5) of the
Arbitration and Conciliation Act, 1996 along with the notice for appointment of Arbitrator in the
proforma prescribed in Appendix XVIII. under intimation t o the other party. The Arbitrator
Appointing Authority shall, within 30 days of receipt of the said notice. appoint Arbitrator of the
Ministry of Housing and Urban Affairs as Arbitrator in the matter, provided the other party also
submits waiver of Section 12(5). ibid in Appendix XIX within 7 days of the receipt of the said notice.
Where any one of the parties does not opt for the Arbitrator of the Ministry of Housing and Urban
Affairs, or does not submit the waiver agreement, the Arbitrator Appointing Authority shall propose
five Arbitrators from the list of CPWD Empaneled Arbitrators to the party seeking arbitration under
intimation to the other party within 60 Days of receiving the notice. The party seeking arbitration shall
give his choice for one of them within 60 Days of receiving the list, and the Arbitrator Appointing
Authority shall appo int the chosen personas the Sole Arbitrator within 60 Days of the receipt of
choice.
It is a term of this arbitration agreement that if the parties fail to select, within the period prescribed
above, an Arbitrator of their choice from the list of CPWD Empaneled Arbitrators forwarded to them,
the Arbitrator Appointing Authority shall himself select and appoint Arbitrator from the said list.
It is a term of this arbitration agreement that if the parties fail to select. within the period prescribed
above, an Arbitrator of their choice from the list of CPWD Empaneled Arbitrators forwarded to them. the
Arbitrator Appointing Authority shall himself select and appoint Arbitrator from the said list.
22
25.5 Applicable Law: The provisions of the Arbitration and Conciliation Act, 1996 (Act 26 of
1996) and any further statutory modification or re-enactment thereof shall be applicable. F u r t h e r , t h e
f a s t - t r a c k p r o c ed u r e f o r arbitration contained in Section 29B of the said Act shall apply.
25.6 Fee payable to Arbitrator(s): The fee payable to the arbitral tribunal shall be as per CPWD
OM No. 2/2006/SE(TLC)/CSQ/137 dated 19.11.2019 (or latest amendment). and shall be shared
equally by both the parties.
25.8 Terms of reference: The Arbitral Tribunal shall adjudicate on only such disputes as are referred to
it by the Arbitrator Appointing Authority and give separate award against each dispute referred to
him and shall give reasons for the award in all cases where the total amoun t of the claim by an y
part y exceeds Rs.1,00,000.
25.9 Interest on Arbitration award: It is also a term of this arbitration agreement that where the
Arbitral award against any dispute is for the payment of money, no pre-suit and pendent-elite
interest shall be payable on any p a r t o f t h e A r b i t r a l a w a r d .
PROFORMA OF SCHEDULES
Schedule F
Clause 25
i. Conciliator……………………..
ii. Arbitrator Appointing Authority………………………
iii. Place of Arbitration …………………………….
23
APPENDIX — XVII
Reference of disputes and amount claimed for
each dispute to the Conciliator.
[Refer to Clause 25]
To,
The ADG/SDG
(Region)
Subject : Reference of disputes and amount claimed for each dispute to the Conciliator for settlement of
disputes relating to agreement number :
Dear Sir.
In terms of clause 25 o f the aforesaid agreement. particulars of which are given below, I/We
hereby refer my / our disputes and amount claimed for each dispute to you for settlement in your capacity as
Conciliator.
1. Name of applicant:
2. Whether applicant is Individual/Proprietorship Firm/Partnership Firm/Company:
3. Full address of the applicant:
4. Name of the work and contract number for which arbitration is sought:
5 Name of the Division which entered into contract:
6. Contract amount:
7. Date of contract:
8. Stipulated date of start of work:
9. Stipulated date of completion of work:
10. Actual date of completion of work (if completed):
11. Total number of claims made:
12. Total amount claimed:
13 Date of intimation of final bill (if work is completed):
14. Date of payment of final bill (if work is completed):
15. Amount of final bill (if work is completed) :
16. Date of claim made to Engineer-in-Charge:
17. Date of receipt of decision from Engineer-in-Charge:
I/We certify that the information given above is true to the best of my/our knowledge. I/We enclose
the statement of claims with amount of each claim.
Yours faithfully
Copy to:
APPENDIX — XVIII
Notice for appointment of Arbitrator
[Refer to Clause 25]
To.
The Chief Engineer/Superintending Engineer
(Zone or Circle)
Subject : Notice for appointment of Arbitrator for adjudication of disputes relating to agreement number
Dear Sir,
In t erms of clause 2 5 of the afo re said agreement. particulars of which are given below. I/We
hereby give you notice to appoint an Arbitrator for adjudication of disputes mentioned below.
1. Name of applicant:
2. Whether applicant is Individual/Proprietorship Firm/Partnership Firm/Company:
3. Full address of the applicant:
4. Name of the work and contract number for which arbitration sought:
5. Name of the Division which entered into contract:
6. Contract amount:
7. Date of contract:
8. Stipulated date of start of work:
9. Stipulated date of completion of work:
10. Actual date of completion of work (if completed):
11. Total number of claims made:
12. Total amount claimed:
13. Date of intimation of final bill (if work is completed):
14. Date of payment of final bill (if work is completed):
15. Amount of final bill (if work is completed):
16. Date of reference made to SDGIADG for conciliation, if applicable:
17. Date of termination of conciliation proceedings:
18. I/We hereby give consent for appointment of Arbitrator of MoHUA. Waiver agreement as per Appendix-
XIX is enclosed.
Or
I/We do not give consent for appointment of Arbitrator of MoHUA.
I/We certify that the information given above is true to the best of my/our knowledge. l/We enclose the
following documents
Yours faithfully
APPENDIX-XIX
Agreement towards waiver of Section 12(5) of
Arbitration & Conciliation Act 1996
[Refer to Clause 25]
2. And whereas the parties are aware that Shri………………………… is on the cadre of CPWD: presently on
deputation as Arbitrator, Ministry of Housing and Urban Affairs, Government of India.
3. I/we agree for the appointment of Shri…………………………… as the sole Arbitrator for
adjudication of the d i s p u t e s , a n d w e h e r e b y w a i v e t h e a p p l i c a b i l i t y o f S e c t i o n
1 2 ( 5 ) o f t h e Arbitration & Conciliation Act,1996.
Signature
(Only the person/authority who signed the
contract should sign here)
Name : …………………………….
Date : …………………………….
(The name of the Arbitrator, Ministry of Housing and Urban Affairs, Government of India may be
en q u i r ed f r o m t h e E n g i n e er - i n -C h ar g e, i f required.)
26
27
1. Whereas the Executive Engineer (name of division) CPWD on behalf of the President of India (hereinafter
called "The Government”) has invited bids under…….........................(NIT number)......................
dated………….. for................................................... (name of work) ……………………………………..
The Government has further agreed to accept irrevocable Bank Guarantee for Rs. .......................... (Rupees
…………………... only) valid upto …........ (date)*……........ as Earnest Money Deposit from
......................... (name and address of contractor) ..........................., (hereinafter called "the contractor") for
compliance of his obligations in accordance with the terms and conditions of the said NIT.
OR**
2. We, ....................... (indicate the name of the bank) (herein after referred to as “The Bank”), hereby
undertake to pay to the Government an amount not exceeding Rs,…….................. (Rupees
…………................ only) on demand by the Government within 10 days of the demand.
3. We, ........................ (indicate the name of the Bank) do here by undertake to pay the amount due and
payable under this guarantee without any demur, merely on a demand from the Government stating that the
amount claimed is required to meet the recoveries due or likely to be due from the said contractor. Any
such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank
under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not
exceeding Rs……………........ (Rupees ..........................only).
4. We, .................. (indicate the name of the Bank) ............... , further undertake to pay the Government any
money so demanded notwithstanding any dispute or disputes raised by the contractor in any suit or
proceeding pending before any court or Tribunal, our liability under this Bank Guarantee being absolute
and unequivocal. The payment so made by us under this Bank Guarantee shall be a valid discharge of our
liability for payment there under and the contractor shall have no claim against us for making such
payment.
5. We, ..................... (indicate the name of the Bank) further agree that the Government shall have the fullest
liberty without our consent and without affecting in any manner. our obligation here under to vary any of
the terms and conditions of the said agreement or to extend time of performance by the said contractor
from time to time or to postpone for any time or from time to time any of the powers exercisable by the
Government against the said contractor and to forbear or enforce any of the terms and conditions rerating
to the said agreement and we shall not be relieved from our liability by reason of any such variation or
extension being granted to the said contractor or for any forbearance, act of omission on the part of the
Government or any indulgence by the Government to the said contractor or by any such matter or thing
whatsoever which under the law relating to sureties would, but for this provision, have effect of so
relieving us.
29
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 notwithstanding any security or other guarantee the Government
may have in relation to the Contractor's liabilities.
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. Notwithstanding anything mentioned above, our liability against this guarantee is restricted
to Rs………………... (Rupees............................ only) and unless a claim in writing is lodged with us
within the date of expiry or extended date of expiry of this guarantee, all our liabilities under this guarantee
shall stand discharged.
Date. ………………
Witnesses :
Signature..................
Name and address
Date to be worked out on the basis of validity period of 90 days where only financial bids are
invited and 180 days for two/three bid system from the date of submission of tender.
** ln paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for
earnest money or for performance guarantee/security deposit/mobilization advance, as the case
may be.
30
GENERAL CONDITIONS
1. The work in general shall be carried out in accordance with the CPWD Specifications 2019 Vol. I
& II with upto date correction slips, hereinafter referred as CPWD Specifications.
2. The structural and architectural drawings shall at all times be properly correlated before executing
any work. However, in case of any discrepancy in the item given in the schedule of quantities
appended with the tender and architectural drawings relating to the relevant item, the former shall
prevail unless and otherwise given in writing by the Engineer-in-Charge.
3. The tenderer shall study carefully, the drawings, specifications, schedule of quantities and
conditions of the tender documents to fully appreciate the scope of work before quoting his rates.
4. The contractors are advised to get acquainted with the proposed work and its site and also study
the Architectural Drawings, specifications and special conditions carefully before tendering. No
claim of any sort shall be entertained on account of any site conditions and ignorance of
specifications and special conditions.
5. The Civil work shall be carried out as per CPWD specifications for works-2019 Vol. I & II with
up to date correction slips unless otherwise specified in the nomenclature of individual item or in
the specifications and special conditions, where specifications are silent, the decision of Engineer-
in-Charge shall be final and binding on contractors. Road work shall be executed as per latest
MORTH specifications.
6. The rates quoted by the contractor shall be taken as net and nothing extra shall be paid on any
account i.e. royalty, cartage, sales tax and stacking at required places & working in restricted
area etc.
7. The rates for different items of work shall apply for all heights and depths, leads and lifts unless
otherwise specified in the agreement or specifications applicable to the agreement.
8. Any damage done by the contractor to any existing work during the course of execution of the
work shall be made good in its original shape, appearance by him at his own cost.
9. Articles manufactured by the reputed firms and approved by Engineer-in-Charge shall only be
used. Only articles classified, as ‘first quality’ by the manufacturer shall be used unless otherwise
specified. In case articles bearing ISI certification are not available in the market, quality of
samples brought by the contractor shall be judged by standards laid down in the relevant CPWD
specifications. For the items not covered by CPWD specifications relevant BIS standards shall
apply. The sample of materials to be brought to site for use in work shall be got approved from the
Engineer-in-Charge before actual execution of work.
10. Samples of materials required for testing shall be provided free of cost by the contractor. Testing
charges, if any, shall be borne by the agency. All other expenditure to be incurred for taking
samples, conveyance, packing etc. shall be borne by the agency.
11. The contractor as soon as possible but within 7 (seven) days of issue of letter of award of work
shall submit a time and progress chart to the Engineer-in-Charge.
12. The Engineer-in-Charge can modify the programme and the contractor shall have to work
accordingly. During review of work progress, Engineer in Charge can ask to modify the
programme. Contractor shall resubmit the modified programme in 2 days.
31
13. The quantities of each item shall not be exceeded beyond the agreement quantities without prior
permission of Engineer-in-Charge.
14. Income tax as per Income tax rules, GST as per applicable rules, 1% Labour cess and 1% water
charges will be recovered from the gross amount of the bill.
15. The contractor shall make his own arrangements for obtaining electric connection, if required and
make necessary payments directly to the department concerned.
16. All types of mortars to be used in the work shall be mixed in the mechanical mixer and hand
mixing shall not be permitted.
17. The contractor shall make his own arrangement for getting the permission to ply the trucks from
the traffic police.
18. No payment shall be made to the contractor for any damage caused by rain, snow fall, floods or
any other natural causes whatsoever during the execution of work. The damage caused to work
shall have to be made good by the contractor at his own cost and no claim on this account shall be
entertained.
19. Other agencies may also simultaneously be executing the work of electrification, Horticulture or
external services and other building works for the same building along with this work. The
contractor shall afford necessary facilities for the same and no claim in the matter shall be
entertained. The contractor shall especially co-ordinate with the other agency carrying out his
work.
20. Some restrictions may be imposed by the security staff etc. on the working and or movement of
labour and materials, etc, the contractor shall be bound to follow all such restrictions / instructions
and nothing shall be payable on this account.
21. The contractor shall take all precautions to avoid accidents by exhibiting necessary caution boards.
He shall be responsible for all damages and accidents caused due to negligence on his part. No
hindrance shall be caused to traffic during the execution of the work by storing materials on the
road, VIP’s corridor extra.
22. The contractor shall be fully responsible for the safe custody of the material issued or brought by
him to site for doing the work.
The contractor shall arrange transportation of all tests samples including materials required for
testing under the agreement to the laboratory as approved by the Engineer-in-Charge for which
nothing extra shall be paid. In all cases, cost of samples, testing charges and to and fro carriage
shall be borne by the contractor.
24. The rate for all items of work, shall unless otherwise clearly specified include cost of all labour,
material and other inputs involved in the execution of the items.
25. The order of preference in case of any discrepancy as indicated in condition no. 8.1 under
“Conditions of Contract” given in the General Conditions of contract for Central P.W.D work
32
Any reference made to any Indian Standard Specifications and other specifications mentioned in
the respective items in these documents, shall imply to the latest version of that standard,
including such revisions / amendments as issued by the Bureau of Indian Standards up to last date
of receipt of tenders. The contractor shall keep at his own cost all such publications of relevant
Indian Standards applicable to the work at site.
26. The contractor will not have any claim in case of any delay by the Engineer-in-Charge in removal
of trees or shifting, removing of telegraph, telephone or electric lines (overhead or underground),
water and sewer lines and other structure etc., if any which may come in the way of the work.
However, suitable extension of time can be granted to cover such delay.
27. The malba /garbage generated at site due to construction activities shall be removed from the site
immediately & shall be disposed off by the contractor to the approved dumping site identified by
the Engineer-in-charge. The surplus soil/earth shall be disposed of as per the directions of
Engineer-in-charge separately.
28. The contractor shall clean the site thoroughly of scaffolding materials, rubbish, equipment’s left
out of his work and dress the site around the building to the complete satisfaction of the Engineer-
in-charge before the work is treated as completed.
29. Maintenance of Register of Tests- All the registers of tests carried out at Construction Site or in
outside laboratories shall be maintained by the contractor which shall be issued to the contractor by
Engineer-in-Charge.
30. Maintenance of Material at Site (MAS) Register- All the MAS Registers including Cement and
Steel Registers shall be maintained by Contractor which shall be issued to the contractor by
Engineer-in-Charge.
31. Contractor shall be responsible for safe custody of all the test registers.
32. The quantities mentioned in schedule of quantity in front of sub-division are for guidance and
liable to change. The contractor has to execute the items finally as available in parts and approval
of Lok Sabha Secretariat and as per direction of Engineer-in-charge.
33. The contractor has to first register himself through a registration form, available on CPWD website
under ‘Contractors Login’ tab. After registration, User ID and Password will be automatically
33
generated and sent on his registered mobile and email ID. Using this User ID and Password he can
access the module and view all the works which are being carried out by him in CPWD and he can
register the hindrance against any particular work. After recording the hindrance by the contractor,
it will be visible to all concerned officers (JE and above) of that work. An alert through text
message and email will be sent to EE.
34. Executive Engineer will first assign the work to the JEs/AEs who will give their comments on the
hindrance within 2 days. After that, Executive Engineer of the work will have to take appropriate
action on the hindrance within next 2 days. The comments of JEs/AEs will not be visible to
contractor, only the decision of Executive Engineer on the hindrance will be visible to contractor
under “Decision of the Engineer-in-Charge”.
35. For the purpose of operation of clause 12.2 &12.3 all work (excluding structured steel work) upto
top of stone cladding work shall be considered in foundation and all work above the top of stone
cladding work shall be considered in superstructure.
ADDITIONAL CONDITIONS
1. The work shall be carried out according to CPWD specifications for works, 2019 Volume I to II,
including upto date correction slips and as per additional conditions and specifications given
below. Whenever there is any difference between the CPWD specifications for works 2019 (as
mentioned above) and the Additional conditions and specifications given below, the latter shall
prevail. If both the CPWD specifications and the additional conditions and specifications are
silent the clauses / specifications as per relevant, IS code shall apply. In case the relevant IS
codes are also silent the decision of the Engineer-in-Charge shall be final. Road work shall be
executed as per latest MORTH Specifications.
2. The rates for all items of work shall apply for all heights and depth unless otherwise specified.
3. The contractor shall quote their rates inclusive of all taxes like cartage, royalties etc. complete.
4. The Executive Engineer has got the right to accept or reject the tender as whole or part of it
and no claims what so ever will be entertained on this account.
5. Before starting the work the contractor shall chalk out a programme in consultation with the
Junior Engineer/ Assistant Engineer-in-Charge so as to inform the occupants at least one week in
advance. The contractor shall have to adhere to this programme failing which he shall be held
responsible for any inconvenience caused to the occupants. In order to ensure that the work is
carried out according to the programme drawn, the contractor shall ensure adequate supply of the
material and employ required labour strength for execution of work. In case contractor fails to
arrange/ employ adequate labour and stick to the programme, the Engineer-in-Charge may
supplement the labour, at the cost of the contractor after issue of one day’s notice to the
contractor. No claims for idle labour on any account shall be entertained. The contractor shall put
his authorized representatives daily at the site of work and Enquiry Office for receiving
instructions from Junior Engineer/ Assistant Engineer and other inspecting officials of the
department. His name and signature shall be attested by the contractor and kept on the record
with the department.
6. The rooms / sites where the work is to be executed on any day shall be got approved from the
representatives of the Engineer-in-Charge at the site of work. No work shall be carried out in any
room site without the approval of the representative of the Engineer-in-Charge at the site of
work. Such works carried out without the approval of the representative of the Engineer-in-
Charge shall be rejected and will not be measured and paid for.
7. The contractor shall prepare one sample of all items which should be got approved from the
Engineer-in-Charge. Only on acceptance of sample work, contractor will be allowed to
commence the work and sample is to be preserved by contractor till the whole work is completed.
The quality of work should be as per approved samples.
8. The contractor should note that all the items of work to be taken up in any particular room shall be
undertaken one after the other and completed, in reasonable time allotted for the same by the
Engineer-in-Charge and got noted by Junior Engineer-in-Charge from the occupants. Any items
left over in any room will be got done at his cost and risk without any further notice to the
contractor except the entry made in the site order book by JE or AE or EE which will be
considered as notice to this effect.
9. The contractor and/ or his authorized representative should inspect the site order book every day
and get the compliance noted by the JE/ AE/ Engineer-in-Charge.
10. If the work is carried out in more than one shift or during night, no claim on this account shall be
entertained.
35
11. The dismantling wherever required shall be done in a manner so that no other portions of the
building or its fixtures are damaged. If any damage is done to the building it shall be made good
by the contractor at his own cost and no claim whatsoever shall be entertained on this account.
12. The rates for all items of work shall (Unless clearly specified) include the cost of all labour
material and other aspects involved in the execution of work.
13. Due to Security reason the contractor shall have to arrange time table of labour according to the
requirement of security staff and the instructions of the Engineer-in-Charge. The contractor
should see the site before tendering.
14. In the event of any restrictions being imposed by the Security agency, CPWD, Traffic or any
other authority having jurisdiction in the area on the working or movement of labour /material,
the contractor shall strictly follow such restrictions and nothing extra shall be payable to the
contractor on this account. The loss of time on this account, if any, shall have to be made up by
generating additional resources etc. General Security restrictions are given as under:
(i). Due to the site restrictions, there is no possibility for labour huts to be erected at site.
(ii). The labourers / staff should not be changed too frequently once the verification of the
character and antecedents is done.
(iii). As and when there will be security requirements, certain additional restriction (s) can be
imposed as per the requirement of the situation.
(iv). No claim whatsoever will be entertained by the department on account of any restriction (s)
imposed by the security agencies in execution of work.
15. The contractor shall make his own arrangement for getting the permission to ply the trucks from
the traffic police.
16. Entry passes for labours, supervisor & materials shall be arrange by the agency as per PSS
requirement.
17. The contractor shall be responsible for behavior and conduct of his worker. No worker with
doubtful integrity or having a bad record shall be engaged by the contractor.
18. Every precaution must be taken to see that the Civil/ furnishing is properly covered with tarpaulin
etc. If necessary Civil / furnishing shall be removed from the site while carrying out the repair
washing work in that case Civil/ furnishing will be placed back.
19. In order that the contractor may take daily instructions, a register will be maintained at the
Enquiry Office. The JE will note down the work in various locations to be attended to and the
dates of which the work in these locations is to be started. An authorized representative of the
contractor will, therefore, have to visit the Enquiry Office daily and note down the instruction
contained in the register.
20. Defective work, sub-standard work or work not done according to the specifications of the
contract shall be liable for summarily 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
other terms and conditions of the contract.
21. The agency shall submit documentary proof of procurement from the mentioned agencies i.e. Bill/
Invoice etc.
22. The agency has to deploy workers in day as well as night shift depending on the exigencies of
work. Mostly the work will be carried out till late hours. Nothing extra shall be payable to the
agency on this account.
36
37. Plasticizer/Micro concrete/Wet curing Fosroc chemicals (India) Ltd / BASF /(India) Ltd
compound/ Acrylic Polymer/Alkline rust /SIKA India Pvt. Ltd./MC-Bauchemie Ltd.
remover/ Bonding material/ Grout material
38. Crystalline water proofing Penetron/Krytone /Chryso
39. Float valves IVC/Leader
40. Stainless Steel Dash/Anchoring Fasteners Hilti/Fischer/BOSCH
41. EPDM Gasket Hanu/Anand Lescuyer
42. Laminate Formica/ Metalan/ Greenlam
43. Structural/Weather Silicon Dow Corning/GE Bayer/Alston
44. Adhesion Tape NORTON or BIS certified
45. European/Indian WC, Wash basin, Urinal & Kohler/Toto/Roca
other vitreous chinaware
46. Fire rated/reflective glass i/c toughened Saint Gobain/Glaverbel/Schott/Pilkington
47. Fire Check Doors (Metallic) Sukri/ Navair/ Pacific
48. Fire resistant flush doors Navair/Pacific/Promat/Sukri
49. GI/DI pipes, MS pipes & G.I. Sheets, RCC steel TATA/Jindal
50. GI Fittings RM/KS
51. Gunmetal Valves Leader/Zoloto/Sant
52. Stone ware pipes & Gully trapes Perfect/Parry
53. RCC Pipes IS: 458-1988 BIS certified
54. Paving/GRC tiles Unitstone/Ultra/Duracrete/ Kerak rome
55. Pre-cast CC Kerb Stones KK, Nitco, NTC
56. Centrifugal Cl S&S Pipes NECO/RIF/SKF
57. White Cement Birla White/JK White
58. Rolling Shutter Rama/Jyoti/Anand
59. RMC Producer ACC/ Lafarge/Ultratech/RMC Ltd /JK Power
60. Gypsum board/ceiling Gyproc/India Gypsum/Boral/AMF
61. Timber/Wood From commercially certified plant/source
62. Dry Distemper Goodlass Nerolac Paints /Berger Paint /Asian
Paints/ ICI Dulux Paints
63. Acrylic Washable Distemper Goodlass Nerolac Paints /Berger Paint /Asian
Paints/ ICI Dulux Paints
64. Water Proofing Cement Paint Goodlass Nerolac Paints /Berger Paint /Asian
Paints/ Killick Nixon
65. Synthetic Enamel Paint Goodlass Nerolac Paints /Berger Paint /Asian
Paints/ ICI Dulux Paints
66. Plastic Emulsion Paint Goodlass Nerolac Paints /Berger Paint /Asian
Paints/ ICI Dulux Paints
67. Lime Satna, Dehradun
68. Cement Primer Goodlass Nerolac Paints /Berger Paint /Asian
Paints/ ICI Dulux Paints
69. Stainless Steel Pipes/ Grade 304/316 Jindal, Rampart, J-Press/ Press-G
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 vehicles of any kind which are used for
construction purposes/or are carrying construction material like cement, sand and other allied
material are fully covered. The contractor shall take every necessary precaution that the vehicles are
properly cleaned and dust free to ensure that en-route 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 contractor 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.
14. The paving of the path for plying of vehicles carrying construction material is more permanent
solution to dust control and suitable for longer duration projects. The NIT approving authority
shall carry out cost benefit ratio analysis of the same.
40
1.1.1 All materials delivered shall be brand new with manufacturers test certificates etc.
1.3.1 The site is often fully occupied as many VVIP offices are located in the buildings, which are fully
functional. The officers / VVIPs work even up to very late hours. Hence the work is required to be
executed in such a manner that no disturbance / inconvenience is caused to the occupants as well
as no hindrance is caused to their functioning: The contractor shall organize his activities of the
work in such a manner that the works and functioning of the occupants do not get hampered.
1.3.2. The work site is an occupied building where lot of other service cables / service lines / various
CIVIL / building services are already existing / functioning in the campus / building. Hence the
contractor shall organize activities of his work in such a manner that none of the existing services
get damaged / dislocated / hampered / hindered in any manner. Care shall also be taken by the
contractor to avoid the damage to any of these existing services / service lines etc. if any damage
is caused to any of the existing services / service lines, the same shall be repaired / rectified and
made functional by the contractor immediately at his own expenses failing which the same shall
be repaired / rectified and made functional by department at the risk and cost of the contractor.
The decision of the Engineer-in-charge in this regard shall be final & binding.
1.3.3 The utmost care shall have to be taken while executing the work or shifting the materials etc. for
execution at site so that no damage is caused to any part of the building. However if any cutting /
breaking on floor / wall / ceiling becomes inevitable for execution of the work then it must be
done to the barest minimum level, in a highly professional manner & only after consulting the
Engineer-in-charge. It must be ensured that such cutting are repaired / restored to its original
finish by the contractor immediately at his own expenses failing which the same shall be repaired
/ restored to its original finish by department at the risk and cost of the contractor. The decision
of the Engineer-in-charge in this regard shall be final & binding.
1.3.4 Therefore in view of the situation explained under above clauses from 1.3.1 to 1.3.3, the tenderer
must visit the site and survey the site properly & thoroughly before, study specifications and
conditions carefully before tendering rates. Nothing extra shall be paid on account of compliance
of any these clauses.
1.4 The site of work falls in highly sensitive & security area. The contractor shall strictly follow all
restrictions and instructions as imposed from time to time by security wing & client department.
Due to high security area there may be some times some restrictions on working hours/ days for
which the contractor shall be intimated then & there & no claim shall be entertained for idle
labour if any. No claim what so ever will be entertained by the department on account to any other
restrictions imposed by the security agencies, occupants & the client department. The loss of time
on this account shall have to be made up by generating additional resources without any extra
claim on the department as the work is to be completed in a time bound manner within the
completion period.
1.5 If the site or part of it is not made available for any reasons, the programme of execution of work
shall be modified accordingly and the contractor shall have no claim for any compensation on this
account.
41
(i) No inflammable materials including P.O.L. shall generally be stored at site of work.
(ii) The movement of trucks and vehicles will be regulated in accordance with rules and
regulations as approved by competent authorities.
(iii) The contractor shall inform in advance, the truck registration number, Ownership of the
trucks, names and address of the drivers and labours for necessary action by the security
agency.
(iv) Due to the site conditions, no space for construction of godown and stay of site staff may
be allowed.
(v) Names and addresses of labourers / staff etc. working at site shall be furnished in advance
for security verification.
(vi) The labourers / staff should not be changed too frequently once the verification of the
character and antecedents is done.
(vii) After verification of antecedents of workers, identification passes will be issued to them.
The cost of photos would be borne by the contractor.
(viii) As and when there will be security requirements, certain additional restrictions can be
proposed as per the requirement of the situation.
(ix) No claim whatsoever will be entertained by the department on account of any restrictions
imposed by the security agencies during execution of work.
2. Successful tenderer shall arrange for compliance with statutory provisions of safety regulations
and departmental requirements of safety codes in respect of labour employed on the work by the
tenderer. Failure to provide such safety requirement i/c necessary barriers, warning signals etc.
wherever required would make the tenderer liable for penalty of Rs. 200/- for each default. In
addition, the department will be at liberty to make arrangement for the safety requirements at the
cost of tenderer and recover the cost thereof from him.
3. In the entire site there are stretches and service areas at some places which are covered with
cables and occupied with sky lights glasses. The water proofing treatment cannot be carried in
these areas simultaneously until suitable covering arrangement for covering those entire sky light
glasses with polythene or any other suitable covering to protect them against any stains/spots etc.
The water proofing in these stretches will be carried and when these sky lights area will be made
protected.
4. The successful tenderer shall be liable, in accordance with the Indian Law and regulations for any
accident occurring due to any cause and the contractor shall be responsible for any accident or
damage incurred or claim arising there from during the period of erection, construction and
putting into operation the equipments and ancillary equipment under the supervision of the
successful tenderer in so far as the latter is responsible. The successful tenderer shall also provide
all insurance i/c third party insurance as may be necessary to cover the risk. No extra payment
would be made to the successful tenderer on account of the above.
5. Material Approval:-
The material if any brought at site shall be approved by the Engineer-in-charge before use in the
work. In case during execution any material being used in the work is found not as per agreement
specifications, Engineer-in-charge may issue instruction to the contractor to remove the material
from site and the contractor will be bound to do so.
6. The material related to execution of Prefabricated structures/Items shall be of reputed
manufacturers/Brands and name of which shall be got approved by contractor from Engg-in-
Charge of civil works in writing, prior to purchase of same and brought to site. Such materials
shall be only of approved brand/manufacturer only as approved by Engg-in-Charge. Work must
be executed accordingly otherwise no payment shall be made to contractor even if work starts or
executed by contractor.
42
7. Unless otherwise specified in the schedule of quantities the rates for all items shall be considered
as inclusive of pumping/baling out water, if necessary, for which no extra payment shall be made.
Those conditions shall be considered to include water from any source such as inflow of flood,
surface and sub-soil water etc. and shall apply to the execution in any season.
8. The rate for all items in which the use of cement is involved is inclusive of charges for curing.
9. The foundation trenches shall be kept free from water while works below ground level are in
progress.
10. The work shall be executed and measured as per metric dimensions given in the schedule of
quantities, drawings etc. (FPS units wherever indicated are for guidelines only).
11. Payment for items of “RCC work”, brick work and concrete work above different floor shall be
made at the rates provided for those items. For operation of these rates, the floor level shall be
considered as top of the main structural slab in that floor viz. top of RCC slab in main room and
not top of any sunk or depressed floor for lavatory slabs.
12. The rate of items of flooring is inclusive of providing sunk flooring in Bath-rooms, kitchen, etc.
and nothing extra on this account shall be payable.
13. The SCI/CI pipes and GI pipes wherever necessary shall be fixed to RCC columns, beams etc.
with rawl plugs and nothing extra shall be paid for this.
14. The contractor shall be responsible of the protection of the sanitary and water supply fittings and
other fittings and fixtures against pilferage and breakage during the period of installation and
thereafter until the building is handed over.
15. For any product or item used in work, the Guarantee/Defect Liability Period shall be as
stipulated in Agreement or as provided by Manufacturer/supplier, whichever is more.
Contractor must produce certificate from Manufacturer/supplier of an item or product
regarding guarantee period of same. Nothing extra shall be paid to contractor if the
Guarantee/Defect Liability Period of a product/item is more than as stipulated in this
Agreement.
16. The drawings, specifications or items of work mentioned anywhere in NIT are only indicative and
may change during execution of work/item of work as per site requirements or Parliament
authorities and as decided by client or Engineer-in-Charge.
43
SCHEDULE OF QUANTITY
Name of Work: A/R and M/O Parliament House of India during 2025-26(SH: Civil Work-
Miscellaneous Preventive Maintenance Works.)
Sr.
Description of Items Qty Unit Rate Amount
No.
- -
1 Supplying white cement based putty of
approved brand and manufacturer as and
when demanded by department as per 7290 kg 37.55 2,73,740.00
direction of E-IN-C .(GST Tax invoice to
be provided on date of supply).
-
2 Applying white cement based putty of
average thickness 1 mm, of approved
brand and manufacturer, over the
plastered wall surface to prepare the 5000 sqm 124.20 6,21,000.00
surface even and smooth
complete.(Material will be provided by
department).
- -
3 Wall painting with premium acrylic
emulsion paint of interior grade, having
VOC (Volatile Organic Compound )
content less than 50 grams/ litre of
approved brand and manufacture, - -
including applying additional coats
wherever required to achieve even shade
and colour.(Material will be Provided
by department).
3.1 One coat 30000 sqm 88.95 26,68,500.00
3.2 Two coats 15000 sqm 132.15 19,82,250.00
-
4 Supplying premium acrylic emulsion
paint of interior grade, having VOC
(Volatile Organic Compound ) content
less than 50 grams/ litre of approved
brand and manufacture as per 2040 litre 293.65 5,99,046.00
requirement and direction of E-IN-C.(GST
Tax invoice to be provided on date of
supply).
-
5 Painting with synthetic enamel paint of
approved brand and manufacture of
required colour to give an even shade - -
.(Material will be provided by
department).
5.1 One or more coats on old work 2500 sqm 89.85 2,24,625.00
44
-
6 Supllying synthetic enamel paint of
approved brand and manufacture of
required colour to give as per direction
and requirement of E-in-C. (GST Tax 175 litre 255.40 44,695.00
invoice to be provided on date of
supply).
-
7 French spirit polishing : - -
7.1 One or more coats on old work 2000 sqm 225.29 4,50,580.00
- -
8 Finishing walls with textured exterior
paint of required shade : - -
- -
11 Melamine polishing on wood work (one
or more coat). 2000 sqm 138.40 2,76,800.00
- -
45
Total ₹ 91,02,460.00