0% found this document useful (0 votes)
65 views51 pages

Tendernotice 1

The document is a Notice Inviting e-Tenders (NIT No. 37/EE/PWD/NWB/2025-26) for maintenance work at D.A. Flats Residential Building in Haiderpur, with an estimated cost of Rs. 4,29,859 and a required earnest money deposit of Rs. 8,597. The tender is open for eligible contractors, with a submission deadline of July 28, 2025, and includes specific eligibility criteria and documentation requirements. The work involves cleaning storm water drains and sewer lines, and the contract will be awarded based on the e-procurement process outlined in the document.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
65 views51 pages

Tendernotice 1

The document is a Notice Inviting e-Tenders (NIT No. 37/EE/PWD/NWB/2025-26) for maintenance work at D.A. Flats Residential Building in Haiderpur, with an estimated cost of Rs. 4,29,859 and a required earnest money deposit of Rs. 8,597. The tender is open for eligible contractors, with a submission deadline of July 28, 2025, and includes specific eligibility criteria and documentation requirements. The work involves cleaning storm water drains and sewer lines, and the contract will be awarded based on the e-procurement process outlined in the document.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 51

1

NOTICE INVITING e-TENDERS

NIT No. : 37/EE/PWD/NWB/2025-26


NAME OF WORK : A/R & M/O to D.A. Flats Residential Building at
Haiderpur under Sub Division–IV/NW Building
Division during 2025–26. (SH:- Cleaning of Storm
Water Drains & Sewer Line).

ESTIMATED COST : Rs.4,29,859/-

EARNEST MONEY : Rs.8,597/-

TIME ALLOWED : 01 Month

SECURITY DEPOSIT : 2.50% Of The Tendered Value Of The Work

PERFORMANCE GUARNTEE : 5% Of The Tendered Value Of The Work

CERTIFIED THAT THIS NIT CONTAINS 51 PAGES (SERIAL NO 1 TO 51)

NIT Amounting to Rs.4,29,859/- (Rupees Four Lacs Twenty Nine Thousand Eight
Hundred Fifty Nine only) is hereby approved.

Executive Engineer
PWD NW Building Division
SU-Block, Pitampura, Delhi
2

INDEX
NAME OF WORK: A/R & M/O to D.A. Flats Residential Building at Haiderpur under Sub
Division–IV/NW Building Division during 2025–26. (SH:- Cleaning of
Storm Water Drains & Sewer Line).

Sl. Description Page No.


No.
1 Cover Page 1
2 Index 2
3 Notice Inviting Tender forming part of NIT to be posted on website 3
4 Receipt of Deposition of Original EMD 4
5 Guidelines/Procedure to be followed in introduction of 5
‘e’-procurement solution
6 C.P.W.D. Form -6 for E-Tendering 6-8
7 C.P.W.D.Form-7 9-11
8 Proforma of Schedule A to F 12-16
9 Amendment in General Conditions of Contract 17-30
(GCC-2023 Maintenance Works)
10 List of Equipments for Site Laboratory and Tentative List of 31
Equipment, T&P and Machinery to be Deployed
11 Additional Condition 32-33
12 Special Conditions 34-35
13 Additional Specifications & Conditions 36-38
14 Special Condition as per Guidelines of National Green Tribunal 39-40
15 List of approved makes of materials for civil/sanitary work.............. 41-44
16 Guarantee Bond for Water Proofing and Aluminum Works 45-46
17 Form A, B, C & D 47-50
18 Schedule of Quantities 51-51

This NIT is approved for Rs.4,29,859/- (Rupees Four Lacs Twenty Nine Thousand Eight
Hundred Fifty Nine only) and containing 51 pages 1 – 51.

Executive Engineer
PWD NW Building Division
SU-Block, Pitampura, Delhi
3

NOTICE INVITING TENDER FORMING PART OF NIT TO BE POSTED ON WEBSITE


The Executive Engineer PWD NW Building Division, PWD, SU-Block, Pitampura, Delhi-110034, invites on behalf of
President of India, online PERCENTAGE RATE tender from approved and eligible contractor of CPWD “MES, BSNL &
other State Government Department dealing with Building & Road and other experienced contractors” for the
following work through e-procurement solution:-
SI. NIT No. and Name of work and location Date of release Last Date and Date and

cost put to
Estimated
of tender Time of receipt of Time of

Allowed
No Tender ID

Earnest
money
tender

Time
. No. through tenders through opening of
e-procurement e-procurement tender
solution solution
1. N.I.T. No. A/R & M/O to D.A. Flats Residential
Building at Haiderpur under Sub 19.07.2025 28.07.2025 28.07.2025

Rs. 8,597/-
37/EE/

4,29,859/-

01 Month
Division–IV/NW Building Division
PWD during 2025–26. (SH:- Cleaning of

Rs.
NWB Upto 3:00 PM at 3:30 PM
Storm Water Drains & Sewer Line).
/2025-26

Enlistment of the contractors should be valid on the last date of submission of bids. In case only the last date of submission of bids
is extended, the enlistment of contractor should be valid on the original date of submission of bids.
1. Bid documents shall be considered valid only of those contractors who will upload the scanned copies of the following
documents along-with bid:
(a) Enlistment in appropriate class in CPWD.
(b) Scanned copy of Earnest Money in prescribed form in favour of EE M-341, PWD.
(c) Scanned copy of Receipt of Deposit of EMD in any Divisions of PWD Delhi
(d) Registration under GST Act.
(e) Copy of acknowledgement of latest return filed in GST upto March-2025.
(f) Scanned copy of PAN Number

2. Contractors enlisted in MES, BSNL & other State Government Departments dealing with Building and Roads, who fulfill and
upload the following criteria in addition to above mentioned in para 1 (b,c, d, e & f) shall also be eligible to apply:
(a) Should have satisfactorily completed the works as mentioned below during the last Seven years ending last day of
month previous to the one in which tenders are invited. (Form-C)
(b) Three similar works each costing not less than 40% of Estt. Cost or two similar works each costing not less than
60% of Estt. Cost or one similar work costing not less than 80% of Estt. Cost..
Performance certificate of work is Form D (attached) should be issued by an officer not below the rank of EE
or equivalent officer.
(c) Enlistment in appropriate class in respective departments.

3. Other experienced contractors, who are not registered with any Govt. Department and fulfill the following criteria in
addition to above mentioned para 1 (b, c, d, e & f) and para 2 (a & b) shall also be eligible to apply:
i). Average Annual Turnover of last three consecutive financial years ending March-2024 duly certified by chartered
Accountant should not be less than 50% of Estt. Cost (Form-A)
ii). Solvency Certificate or Networth Certificate:
(a) Solvency of the amount equal to 40% of Estt. Cost put to tender (ECPT) (Form-B).
OR
(b) Networth Certificate of Minimum 10% of the Estt. Cost put to tender issued by certified by Chartered
Accountant (Form “B-1”)
iii). The work executed in private sector in Para 2 (a & b) shall accompany with TDS certificate duly certified by CA.
(Form – 26 As)
Similar Work shall mean “Civil Maintenance Works”
The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate
of 7% per annum; calculated from the date of completion to last date of receipt of applications for tenders.
4

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

RECEIPT OF DEPOSITION OF ORIGINAL EMD


(Receipt No. ..................... / Date ......................)
1. Name of Work:- A/R & M/O to D.A. Flats Residential Building at Haiderpur under Sub
Division–IV/NW Building Division during 2025–26. (SH:- Cleaning of
Storm Water Drains & Sewer Line).
2. NIT No.37/EE/PWD/NWB/2025–26
3. Estimated Cost:- Rs.4,29,859/-
4. Amount of Earnest Money Deposit:- Rs.8,597/-
5. Last Date of Submission of Bid:- 28.07.2025

1. Name of Contractor .............................................................................#


2. Form of EMD ........................................................................................#
3. Amount of Earnest Money Deposit ...................................................#
4. Date of Submission of EMD ...............................................................#
5. Address:…………………………………………………………………….#
6. E–Mail ID:…………………………………………………………………...#
7. Mobile No……………………………….#

Signature, Name and Designation of EMD


Receiving officer (EE/AE(P)/AE/AAO)
alongwith Office stamp
(# to be filled by EMD receiving EE)
Earnest Money should be deposited (in cash up to Rs.10,000/-) as receipt treasury Challan/Deposit at call
receipt of the Scheduled Bank/fixed deposit receipt of a Scheduled bank/Demand Draft of a Scheduled Bank issued in
favour of Executive Engineer, M-341, PWD,GNCTD .
Copy of the enlistment order and certificate of work experience and other documents as specified in the
Press Notice shall be scanned and uploaded to E-Tendering Website within the period of bid submission. However,
certified copy of all the scanned and uploaded documents as specified in press notice/CPWD-6 shall have to be
submitted by the lowest bidder only along within a week physically in the office of tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of those bidders, who has
scanned and uploaded receipt of Earnest Money Deposit deposited with any division office of PWD, Delhi and
other documents scanned and uploaded are found in order.
The tender 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 from the website https://govtprocurement.delhi.gov.in. Or can be seen in the office of
Executive Engineer PWD NW Building Division, PWD, SU-Block, Pitampura, Delhi-110034.

Executive Engineer
PWD Division NWB
5

Guidelines / Procedure to be followed in introduction of ‘e’-


procurement Solution

1. Submission of Bids: The bidders who are desirous of participating in ‘e’ procurement shall submit their price bids
in the standard formats prescribed in the Tender documents, displayed at https://govtprocurement.Delhi.gov.in.
The bidders should upload the scanned copies of all the relevant certificates, documents etc., in the
https://govtprocurement.Delhi.gov.in. in support of their price bids. The bidder shall sign on all the statements,
documents, certificates, uploaded by him, owning responsibility for their correctness / authenticity.

2. Payment of Bid Security (Earnest Money Deposit) : The EMD shall be in the form of the demand draft of
scheduled bank / fixed deposit receipt of a scheduled bank (drawn in favour of Executive Engineer, M-341
PWD, New Delhi)
The original EMD should be deposited either in the O/o Executive Engineer inviting bids or division office of
any EE PWD GNCTD within the period of bid submission. (The EMD documents shall only be issued from
the place in which the O/o 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

3. Price Bid Opening : The price Bids will be opened online by the Executive Engineer PWD NW Building Division,
SU-Block, Pitampura, Delhi-34 at the specified date & time and the result will be displayed on the
https://govtprocurement.Delhi.gov.in which can be seen by all the bidders who participated in the tenders.

4. Processing of Tenders : The concerned officer / officers will evaluate and process the tenders as done in the
conventional tenders and will communicate the decision to the bidder online.

5. Payment of performance Guarantee: The bidder whose tender is accepted will be required to furnish
performance guarantee of 5% (Five Percent) of the tendered amount in addition to other deposits mentioned
elsewhere in the contract for his proper performance of the contract. This guarantee shall be in the form of DD /
Banker Cheque / pay order / FDR / guarantee bonds of any scheduled bank draw in favour of Executive Engineer,
M-341, PWD, GNCTD.

6. Participation of Bidders at the time of opening of bids : Bidders have two options to participate in tendering
process at the time of opening of Bids :

(i) By physical presence


(ii) Bidders can visualize to process online.

7. Participation Financial Rules for e–procurement : The e-procure system would be applicable for purchase of
goods, outsourcing of services and execution of work as prescribed in GFRs / PWD manual.

8. Signing of agreement : After the award of the contract, an agreement may be signed as done in Conventional
Tenders.

9. To download the general contract condition Maintenance Works-2023 (i.e. GCC-2023) following link may be
followed:
www.cpwd.gov.in>publication>GCC-2023.

Executive Engineer
PWD N-W Building Division
SU-Block, Pitampura, Delhi
6

CPWD-6 FOR e-Tendering


1. Percentage rate bids are invited on behalf of President of India from approved and eligible contractors of
CPWD“MES, BSNL & other State Government Department dealing with Building and Road and
other experienced contractors” for the work of A/R & M/O to D.A. Flats Residential Building at
Haiderpur under Sub Division–IV/NW Building Division during 2025–26. (SH:- Cleaning of Storm
Water Drains & Sewer Line).
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 Rs. 4,29,859/-. This estimate, however, is given merely as a rough guide.
2. Agreement shall be drawn with the successful bidder on prescribed Form No. CPWD 7 (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 their rates as per various terms and conditions of the said form which will form part of the agreement.
3. List of Documents to be scanned and uploaded within the period of bid submission by the contractors.

Bid documents shall be considered valid only of those contractors who will upload the scanned copies of the
following documents along-with bid:
(a) Enlistment in appropriate class in CPWD.
(b) Scanned copy of Earnest Money in prescribed form in favour of EE M-341, PWD.
(c) Scanned copy of Receipt of Deposit of EMD in any Divisions of PWD Delhi
(d) Registration under GST Act.
(e) Copy of acknowledgement and latest return filed in GST upto March-2025.
(f) Scanned copy of PAN Number

2. Contractors enlisted in MES, BSNL & other State Government Departments dealing with Building and Roads,
who fulfil and upload the following criteria in addition to above mentioned in para 1 (b,c, d, e & f) shall also be
eligible to apply:
(a) Should have satisfactorily completed the works as mentioned below during the last Seven years ending last day of
month previous to the one in which tenders are invited. (Form-C)
(b) Three similar works each costing not less than 40% of Estt. Cost or two similar works each costing not
less than 60% of Estt. Cost or one similar work costing not less than 80% of Estt. Cost.
Performance certificate of work is Form D (attached) should be issued by an officer not below the
rank of EE or equivalent officer.
(c) Enlistment in appropriate class in respective departments.
3. Other experienced contractors, who are not registered with any Govt. Department and fulfill the following
criteria in addition to above mentioned para 1 (b, c, d, e & f) and para 2 (a & b) shall also be eligible to apply:
i). Average Annual Turnover of last three consecutive financial years ending March-2024 duly certified by chartered
Accountant should not be less than 50% of Estt. Cost (Form-A).
ii). Solvency Certificate or Networth Certificate:
(a) Solvency of the amount equal to 40% of Estt. Cost put to tender (ECPT) (Form-B).
OR
(b) Network Certificate of Minimum 10% of the Estt. Cost put to tender issued by certified by Chartered
Accountant (Form “B-1”)
iii). The work executed in private sector in Para 2 (a & b) shall accompany with TDS certificate duly certified by CA. (Form –
26 As)
Similar Work shall mean “Civil Maintenance Works”
The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple
rate of 7% per annum; calculated from the date of completion to last date of receipt of applications for tenders.
4. The time allowed for carrying out the work will be 01 Month 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.
5. The site for the work is available but work is to be executed as per convenience of Head of School/Client.
7

6. 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://govtprocurement.Delhi.gov.in free of cost.
7. 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.
8. 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.
9. Earnest Money of Rs.8,597/- in the form of Treasury Challan or Demand Draft or Pay order or Banker`s Cheque or
Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of Executive Engineer, M-341 PWD, New Delhi).
The Original EMD should be deposited either in the O/o Executive Engineer inviting bids or division office of any
EE PWD GNCTD within the period of bid submission. (The EMD documents shall only be issued from the place in
which the O/o 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.
“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.”.
10. Copy of the enlistment order and certificate of work experience and other documents as specified in the Press
Notice shall be scanned and uploaded to E-Tendering Website within the period of bid submission. However,
certified copy of all the scanned and uploaded documents as specified in press notice shall have to be submitted
by the lowest bidder only along with a prescribed format (enclosed) of EMD.
Online bid documents submitted by intending bidders shall be opened only of those bidders, who has scanned
and uploaded prescribed format (enclosed) of Earnest Money Deposit and other documents, are found in order.
The online bid submitted shall be opened at 3:30 P.M. on 28.07.2025.
11. The bid submitted shall become invalid if:
(i) The bidder is found ineligible.
(ii) The bidder does not upload all the documents as stipulated in the bid document including the prescribed
format (enclosed) of EMD of the scanned copy of EMD uploaded.
(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 tenderer in the office of tender opening authority.
12. The contractor whose bid is accepted will be required to furnish performance guarantee of 5% (Five Percent) of the bid
amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case guarantee amount
is less than Rs. 10000/-) or Deposit at Call receipt of any scheduled bank/Banker's cheque of any scheduled
bank/Demand Draft of any scheduled bank/Pay order of any Scheduled Bank (in case guarantee amount is less than 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 tender shall be returned after receiving the aforesaid performance guarantee.
13. 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 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
bidder 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.
8

14. The competent authority on behalf of the President of India does not bind itself to accept the lowest or any other
bid and reserves to itself the authority to reject any or all the bids received without the assignment of any reason.
All bids in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate
is put forth by the bidders shall be summarily rejected.
15. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids
submitted by the contractors who resort to canvassing will be liable for 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 bid and the bidders shall be bound to perform the same at the rate quoted.
17. 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.
18. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or Administrative duties in
an Engineering Department of the Government of India is allowed to work as a contractor for a period of one
year after his retirement from Government service, without the prior permission of the Government of India
in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any
time to be such a person who had not obtained the permission of the Government of India as aforesaid
before submission of the bid or engagement in the contractor's service.
19. The bid for the works shall remain open for acceptance for a period of thirty (30) days from the date of
opening of bids if any bidder withdraws his bid before the said period or issue of letter of acceptance,
whichever is earlier, or makes any modifications in the terms and conditions of the bid which are not
acceptable to the department, then the Government shall, without prejudice to any other right or remedy,
be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the bidders shall not be allowed to
participate in the rebidding process of the work.
20. This notice inviting Bid shall form a part of the contract document. The successful bidder/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.
21. In the tender documents the word ‘CPWD’ shall include ‘PWD (GNCTD)’ wherever exists.

Executive Engineer
PWD N-W Building Division
SU-Block, Pitampura, Delhi
9

C.PW.D. Form -7

GOVERNMENT OF DELHI
PUBLIC WORKS DEPARTMENT

STATE : DELHI CIRCLE : NW – M

BRANCH : B&R DIVISION : NW Building

ZONE : North SUB-DIVISION : NW B-

PERCENTAGE RATE TENDER & CONTRACT FOR WORKS

(A) Tender for the work of: A/R & M/O to D.A. Flats Residential Building at Haiderpur under Sub
Division–IV/NW Building Division during 2025–26. (SH:- Cleaning of Storm
Water Drains & Sewer Line).

To be submitted Online by 15:00 hours on 28.07.2025 to Executive Engineer NW Building Division PWD,
(NCTD), at web site: https://govtprocurement.delhi.gov.in

1. To be opened in presence of tenderers who may be present either at the place of opening of
tenders (electronically) or can visualize to process online at 15:30 hours on 28.07.2025 in the office
of Executive Engineer, NW Building Division, PWD, SU-Block, Pitampura, Delhi-34.

Released to website:
https://govtprocurement.Delhi.gov.in for Tender ID :

Signature of officer releasing the documents .............................………………..**

Designation : Executive Engineer

Date of Release: 19.07.2025.

Executive Engineer
PWD N-W Building Division
SU-Block, Pitampura, Delhi
10

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 instruction in
writing referred to in Rule-1 of General Rule 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.

I/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 and conditions.

A sum of Rs.8,597/- 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/bank guarantee issued by a scheduled bank as
earnest money. A copy of earnest money in receipt treasury challan/deposit at call receipt of a scheduled bank/fixed
deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee issued by a scheduled bank is
scanned and uploaded (strike out as the case may be). If I/We, fail to furnish the prescribed performance guarantee within
prescribed period, I/We agree that the said President of India or his successors, in office shall without prejudice to any
other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to commence work as
specified, I/We agree that President of India or the successors in office shall without prejudice to any other right or remedy
available in law, be at liberty to forfeit the said performance guarantee absolutely. The said Performance Guarantee shall
be a guarantee to execute all the works referred to in the tender documents upon the terms and conditions contained or
referred to those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause
12.2 and 12.3 of the tender form.

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

I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with the work as
secret/confidential documents and shall not communicate information/derived there from to any person other than a
person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to
the safety of the State.

Dated ...........................**.......... Signature of Contractor ............**.......................

Witness:- ...................**............. Postal Address:- ..................**.............................

Address:- ..........................**.....

Occupation:- ................**..........
Telephone No. **

Fax:- **

E-Mail:- **

**to be filled by Contractor


11

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 ________________________

Date …………… Designation _____________________


12

PROFORMA OF SCHEDULES
SCHEDULE ‘A’
Schedule of quantities (As per PWD-3): Attached

SCHEDULE ‘ D ’

Extra schedule for specific requirements/ : As mentioned in tender documents


documents for the work, if any. –

SCHEDULE ‘E’
Reference to General Conditions :- “General conditions of contract for CPWD-Works 2023(Maintenance
Works)” amended / modified upto the last date of uploading the
tender.

Name of work :- A/R & M/O to D.A. Flats Residential Building at Haiderpur under Sub Division–
IV/NW Building Division during 2025–26. (SH:- Cleaning of Storm Water Drains
& Sewer Line).

Estimated Cost of work: - Rs. 4,29,859/-

Earnest Money: - Rs.8,597/- (To be returned after receiving performance guarantee)

Performance Guarantee:- 5% of tendered value.

Security Deposit: 2.5% of tendered value

SCHEDULE ‘F’
GENERAL RULES & DIRECTIONS

Officer inviting tender Executive Engineer NW Building Division


PWD SU-Block, Pitampura, Delhi.

Maximum percentage for quantity


of items of work to be executed
beyond which rates are to be
determined in accordance with
Clauses 12.2 & 12.3 See below

Definition:

2(v) Engineer-in-Charge Executive Engineer, NW Building Division

2(viii) Accepting Authority Executive Engineer, NW Building Division

2(x) Percentage on cost of material


and labour to cover all 15%
overheads and profits.

2(xi) Standard Schedule of Rates DSR-2023 & Market Rates


2(xii) Department PWD, GNCTD
13

9(ii) Standard CPWD contract Form CPWD form 7 as modified and corrected upto the date of
GCC 2023-Maintenance Works uploading of tender.

Clause 1
i) Time allowed for submission of Performance Guarantee, Programme Chart
(Time and Progress) and applicable Labour licenses, registration with
EPFO, ESIC and BOCW Welfare Board or proof of applying thereof from
the date of issue of letter of acceptance.
07 days

ii) Maximum allowable extension with late fee


@ 0.1% per day of performance guarantee
amount beyond the period as provided
in (i) above. 03 days

Clause 2 Authority for fixing compensation Superintending Engineer, NW-M (M-31) PWD
Under clause 2

Clause 2 A Whether clause 2A shall be applicable Not Applicable


(Modified OM No. DG/CON/307/ Dt. 19.11.2019)

Clause 5
i) Number of days from the date of 10 Days
Issue of letter of acceptance
Reckoning date of start.

Site : Site is available, but work is to be executed as per convenience of Head of School/Client.

Miles Stones : As per table given below :

TABLE OF MILESTONES (S)

S. Description of Milestone Time Allowed in days Amount to be with held in case of


No. (Financially ) (from date of start) non achievement of mile stone
N/A N/A N/A

Time allowed for execution of work 01 Month

Authority to decide :

i) Extension of Time (Engineer in Charge)

ii) Rescheduling of milestone (Executive Engineer )

iii) Shifting of date of start in case of delay (Executive Engineer )


in handing over of site.
14

PROFORMA OF SCHEDULES Clause 5 Schedule of handing over the site


Part Portion of Site Description Time Period for handing
over reckoned from date of
issue of letter of intent
Part A Portion without any hindrance
Part B Portion with encumbrances
- Not Applicable -
Part C Portions dependent on work of
other agencies

Applicable clause 5 / Clause 5A Clause 5


(Modified OM No. DG/CON/Maintenance 2023/02 Dated 08.12.2023)

Clause 6 Yes Applicable

Clause 7
Gross work to be done together with net payment/ adjustment
of advances for material collected, if any, since the last Rs.4,29,859/-
such payment for being eligible to interim payment.

Clause 7A
Whether clause 7A shall be applicable Yes applicable

Clause 10 A
List of testing equipment to be
provided by the contractor as site lab. As per list attached – Annexure (A)

Clause 10 B N.A.

Clause 10 C
Component of labour expressed
as percentage of value of work. Not Applicable

Clause 10CA Not Applicable

Clause 10CC Not Applicable

Clause 11
Specifications to be followed CPWD specification 2019 Vol I to II with
for execution of work upto the date of uploading the tender and specified in
the tender documents.
15

Clause 12 Maintenance Work


Deviation/Variations Extent and Pricing, as applicable to PWD, GNCTD.
The Completion Cost shall, in no case, exceed 1.10 times the of Contract Amount.
(The Special Secretary, PWD–II, New Delhi’s vide Order No.Pr. CE(M&F)/E in C (PWD)/7111/dspwd2/ 53–56 dated 10.01.2024) .

12.2 Deviation, Extra Items and Pricing.


a) Non–Schedule Extra Item(s)
(No Non–Schedule Extra Item Shall be allowed to be executed)

12.3 Deviation Limit beyond which


Clauses 12.2 & 12.3 shall
apply for Building work No Limit

12.5 (i) Deviation Limit beyond which


Clauses 12.2 & 12.3 shall
apply for Foundation work No Limit
(Except items mentioned in earth work subhead in DSR and related items)

(ii) Deviation Limit for items mentioned


in earth work subhead of DSR and
related items No Limit

Clause 16
Competent Authority for Superintending Engineer
deciding reduced rates. North West –M (M-31), PWD

Clause 18
List of mandatory machinery tools & plants :
to be Deployed by the contractor at site

Clause 19 C ……… authority to decide penalty for each default. Engineer in Charge
Clause 19 D ……… authority to decide penalty for each default. Engineer in Charge
Clause 19 G ……… authority to decide penalty for each default. Engineer in Charge
Clause 19 K ……… authority to decide penalty for each default. Engineer in Charge

Clause 25
May be deleted as per directions issued by Spl. Secretary (PWD), Delhi’s Order
No.F.10(31)/2023/PWD–I/Court Matters/4309–17 dated 21.04.2025 (Copy attached) and further, the
following Clause my be added in place of Arbitration Clause.

“Any disputes arising between the parties to this Agreement/Contract shall be subject to the
exclusive jurisdiction of Courts in Delhi only”.
16

Clause 32
Requirement of Technical Representative (s) and recovery rate

Rate at which recovery shall be


Minimum Minim made from the contractors in the
Nu
Sl Qualification of um event of not fulfilling provision of
Discipline Designation mb
No Technical experi clause 32(i)
er
Representative ence
Figures Words
Principal Technical
representative Rupees fifteen
Graduate 2 Rs. 15,000/-
Civil (Project / Planning / 1 thousand only
Engineer Years (Per month)
Site / billing (Per month)
Engineer)
1. OR
Principal Technical
representative Rupees fifteen
Diploma 5 Rs. 15,000/-
Civil (Project / Planning / 1 thousand only
Engineer Years (Per month)
Site / billing (Per month)
Engineer)

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 as par with
Graduate Engineer 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
(a) (a) Schedule/statement for determining
theoretical quantity of cement
& bitumen on the basis of Delhi
Schedule of Rates 2023 printed by CPWD.

ii) Variations permissible on theoretical quantities.

a) Cement for works with estimated cost 3% plus / minus


put to tender not more than Rs. 25 lakhs.

For works with estimated cost put to tender


more than Rs. 25 lakh.. 2% plus & minus.

b) Bitumen for all works. 2.5% plus only &


nil on minus side.

c) Steel Reinforcement and structural steel 2% plus / minus


sections for each diameter, section and
category.

d) All other materials. NIL


Executive Engineer,
PWD N-W Building Divn
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31

Annexure ‘A’
LIST OF EQUIPMENTS FOR SITE LABORATORY

Item Qty
(I) Aggregate 1. Set of coarse sieves 30 cm dia (GI Sheet frames) with 1 set
Testing aperture size (40 mm, 25 mm, 20 mm, 16 mm, 17.5 mm, 10
mm, 4.75 mm all with lid and pan).
2. Set of fine sieves 30 cm dia (GI Sheet frames) with aperture 1 set
size 94.75 mm, 2.36 mm, 1.18 mm, 600mic, 300 mic, 150
mic, 75 mic, all with lid and pan).

(b) Concrete 1. Concrete cube moulds 15 x 15 x 15 cm. 12 Nos.


Testing 2. Pruning Rods 2 kg weight length 40 cm and ramming face 2 Nos.
25 mm2.
3. Extra Bottom Plates for 15 cm cube mould. 6 Nos.
4. Slump Test Apparatus Complete. 3 Nos.
5. GI Tray approx 1 m x 1 m with sides 10 cm high for hand 2 Nos.
mixing of concrete.

(VI) Laboratory 1. Set of Box spanner ratchet. 2 Nos.


Tools 2. Hammer 1 lb. 2 Nos.
3. Rubber Hammer 2 Nos.
4. Hacksaw with 6 blades. 1 No.
5. Measuring tape 2 mtr. 2 Nos.
6. Depth guage 20 cm. 2 Nos.
7. Vernier Calliper. 2 Nos.
8. Micrometer screw 25 mm guage. 2 Nos.

Miscellaneous item 1. Showels & Spade. 1 Nos./each


2. Plastic or GI Buckets 15 ltr, 10 ltr & 5 ltr. 1 Nos./each
3. Wheel Barrow. 1 Nos.
32

ADDITIONAL CONDITIONS

1. Work will be executed as per CPWD specifications 2019 Vol–I to Vol–II with upto date correction slips.
2. All the T&P is to be arranged by contractor & nothing extra shall be paid on this account.
3. All the labour bye laws & regulations are to be followed by the contractor.
4. The contractor shall make his own arrangements for obtaining the electric connection. If required and make
necessary payments directly to the department concerned.
5. No payment shall be made to the contractor for any damage caused by rains, snow fall, floods or any other
natural calamity whatsoever during the execution of the work. The damage to work shall be made good by
the contractor at his own cost.
6. Other agencies may also be working simultaneously at the place of work which contractor shall make
necessary arrangements of coordination and afford necessary facilities.
7. The contractor shall be bound to follow the restriction on the movement of labour, materials imposed by any
other authority connected with the site due to security or any other reasons connected with the event. No
claim shall be entertained on this account.
8. The contractor shall take all precautions to avoid accidents by exhibiting necessary cautions boards, lights,
flags etc. and ensure that no hindrance is caused to the traffic. He shall be responsible for all damages,
accidents, caused due to negligence.
9. The contractor shall be fully responsible for the safe custody of the material issued to him by the department.
The contractor shall arrange all tools and plants necessary for the execution of the work at his own cost.
10. The contractor shall arrange water as per clause 31 of the general conditions of contract book. If this is
supplied as per clause 31A water charges @1% shall be recovered from the gross amount of the bill. The rate
for all items of work shall include cost of all materials, labour and other inputs necessary to complete the
work or otherwise as specified.
11. Testing of materials:-
A) Samples of various materials required for the work shall be got tested from the approved lab for which the
contractor shall supply the samples free of charges. 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. The sample of material shall got be tested in approved laboratories as approved by ADG / SDG.
B) In case there is any discrepancy in the frequency of testing as given I n the list of mandatory test and that
in the individual sub-head of work as per the CPWD specification 2019 Vol. I & II with uptodate correction
slips the higher of the two frequencies shall be followed and nothing extra shall be payable to the contractor
on this account.
C) Samples of all fittings and fixture one to be provided for the approval of the Engineer-in-Charge before use
in the work.
12. The building rubbish shall not be thrown to the ground from upper floors and shall be carried through
staircase to the ground and collected daily at the authorized collection point by rickshaw or wheel cart.
Thereafter it shall be disposed off to the authorized municipal dump within 15 days before the completion of
the work failing which the same shall be removed & disposed off by the department at the risk & cost of
contractor and the amount incurred shall be recovered from the bill. The decision of the Engineer-in-Charge
with regard to quantity thereof shall be final.
13. Contractor shall be personally responsible for violation of the laid guidelines and shall have to pay the
fine/penalty so imposed by the appropriate authority. No claim on this account shall be entertained and the
said fine/penalty so decided by the appropriate authority shall be recovered from the dues of the contractor,
if he fails to deposit the same.
14. The rate quoted by the contractor shall be included with all lead lift and height and nothing extra shall be to
paid.
33

15. 1% of gross value of work done shall be deducted from each bill as Construction Workers Welfare Cess. The
tender rates shall deemed to include this cess.
The rates quoted shall include all taxes (including GST) cartage, loading & unloading etc.
16. The contractor(s) shall make his own arrangements for electricity required for the work and nothing extra shall be
paid for the same.
Electricity if available may be supplied to the contractor by the department subject to the following conditions:-
(i) The electricity charges @1% shall be recovered on gross amount of the work done if required.
(ii) The contractor(s) shall make his / their own arrangement of electric connection and laying of cable lines
from existing main of source of supply.
(iii) The department does not guarantee to maintain uninterrupted supply of electricity and it will be
incumbent on the contractor(s) to make alternative arrangements for electricity at his / their own cost in
the event of any temporary break down in the Government electricity main so that the progress of his /
their work is not held up for want of electricity. No claim of damage or refund of electricity charges will
be entertained on account of such break down.
(iv) The contractor shall be required to provide necessary safety arrangements to avoid damage due to
electricity connection / electricity work. He shall be responsible for any accident or damage caused due
to inadequate safety arrangements while using electricity.
(v) G.S.T. and Income Tax as applicable will be deducted at source.
(vi) Running account bill payment shall be made at quarterly interval.
17. Proper sign boards are to be erected by the contractor to avoid any miss-happening during & after working hours.
18. The agency shall provide a banner / sign board at site about the details of work.
19. The contractor(s) shall make his own arrangements of Jacket with PWD Logo for Labour/worker at site and
nothing extra shall be paid for the same.
20. There will be some restrictions regarding execution of work during working hours of
college/Hospital/School/Court/Jail/Polytechnic/Office etc. which the contractor has to bear & nothing extra
will be paid on this account.
21. Contractor will submit Computerized Bill as per the terms of condition of clause 6. For any delay in
submitting Running / Final Bill, contractor shall be responsible for the same.
22. For the maintenance of school building the site shall be fully restricted. The space of store shall be given and
only chowkidar shall stay there, rest of worker shall not allowed. The contractor shall make his own
arrangement to stay anywhere and provide all services as mentioned in the Labour Law.
23. Hon’ble High Court of Delhi’s vide case No.WP(C) 5569/2021 issued direction that the Contractor must make
all necessary provision to control stagnation of water at site to prevent & control Vector Borne Diseases.
24. In any case, the completion cost of this agreement shall not exceed 1.10 times of the tendered amount.
25. Testing of all materials shall be conducted from Govt. approved laboratories such as CPWD, PWD, IIT, DTU,
NCCBM, NTH and approved private Labs etc.
26. “No Damages to Trees” The executing Agency will holistically safeguard and protect trees from any damages
during Construction activity. (As per Circular F.No.22(1)/DCF(P&M)/TC/Corres./Part–B/2022–23/5750–84
dated 02.08.2022

Executive Engineer
PWD N-W Building Division
SU-Block, Pitampura, Delhi
34

SPECIAL CONDITIONS

For Cement :

(1) The contractor shall procure 43 grade ordinary Portland cement conforming to IS 8112/Portland Pozzolana
Cement conforming to IS:1489 (Part-I) as required in the work, from reputed manufacturers of cement such
as ACC, Ultratech, Vikram, Shree Cement, Ambuja, Jaypee Cement, Century Cement & J.K. Cement or from
any other reputed cement Manufacturer having a production capacity not less than one million peci per
annum as approved by ADG for that sub region.
The supply of cement shall be taken in 50 kg. bags bearing manufacturer’s name and ISI marking. Samples of
cement arranged by the contractor shall be taken by the Engineer-in-charge and got tested in accordance
with provisions of relevant BIS codes. In case the test results indicate that the cement arranged by the
contractor does not conform to the relevant BIS codes, the same shall stand rejected, and it shall be removed
from the site by the contractor at his own cost within a week’s time of written order from the Engineer- in-
charge to do so.
(2) The cement shall be brought at site in bulk supply of approximately 25 tonnes or as decided by the Engineer-
in- charge.
(3) Double lock provision shall be made to the door of the cement godown. The keys of one lock shall remain
with the Engineer-in-Charge or his authorized representative and the keys of the other lock shall remain with
the contractor. The contractor shall be responsible for the watch and ward and safety of the cement godown.
The contractor shall facilitate the inspection of the cement godown by the Engineer-in-Charge at any time.
(4) The cement shall be got tested by the Engineer-in-charge and shall be used on the work only after
satisfactory test results have been received. The contractor shall supply free of charge the cement required
for testing including its transportation cost to testing laboratories. The cost of tests shall be borne by the
Contractor.
(5) The actual issue and consumption of cement on work shall be regulated and proper accounts maintained as
provided in clause 10 of the contract. The theoretical consumption of cement shall be worked out as per
procedure prescribed in clause 42 of the contract and shall be governed by conditions laid therein. In case the
cement consumption is less than theoretical consumption including permissible variation, recovery at the
rate so prescribed shall be made. In case of excess consumption no adjustment need to made.
(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.
(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 3 days of receipt of such notice, the
Engineer-in-charge shall get it removed at the cost of the contractor.
35

For Steel :

(1) “The contractor shall procure TMT bars of Fe500-D grade from primary steel producers such as SAIL, Tata
Steel Ltd., RINL, Jindal Steel & Power Ltd. and JSW Steel Ltd. or any other producer as approved by CPWD
who are using iron ore as the basic raw material/input and having crude steel capacity of 2.0 Million peci per
annum and above.
 In case of non-availability of steel from primary producers the NIT approving authority may permit use of
TMT reinforcement bars procured from steel producers having Integrated Steel Plants (ISPs) using iron
ore as the basic raw material for production of crude steel which is further rolled into finished shapes in-
house having crude steel capacity of 0.5 Million pec per annum and more.
 In case of non-availability of steel from Primary Producers as well as ISPs then the NIT approving
authority may also permit use of TMT reinforcement bars procured from secondary producers.
(a) The grade of the steel such as Fe 500-D grade to be procured is to be specified as per BIS 1786-2008.
(b) The secondary producers must have valid BIS licence to produce HSD bars conforming to IS 1786 : 2008.
In addition to BIS licence, the secondary producer must have valid licence from either of the firms
Tempcore, Thermex, Evcon Turbo & Turbo Quench to produce TMT Bars.
(c) The TMT bars procured from Primary Producers and ISPs shall conform to manufacture’s specifications.
(d) The TMT bars procured from secondary producers shall conform to the specifications as laid by
Tempcore, Thermex, Evcon Turbo & Turbo Quench as the case may be.
(e) TMT bars procured either from Primary Producers, ISPs or secondary producers, the specifications shall
meet the provisions of IS 1786:2008 pertaining to Fe 500-D grade of steel as specified in the tender.
(2) The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge in respect of all
supplies of steel brought by him to the site of work.
(3) 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.
(4) 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.
(5) The actual issue and consumption of steel on work shall be regulated and proper accounts maintained as
provided in clause 10 of the contract. The theoretical consumption of steel shall be worked out as per
procedure prescribed in clause 42 of the contract and shall be governed by conditions laid therein. In case the
consumption is less than theoretical consumption including permissible variations recovery at the rate so
prescribed shall be made. In case of excess consumption no adjustment need to be made.
(6) The contractor shall supply free of charge the steel required for testing including its transportation to testing
laboratories. The cost of test shall be borne by the contractor
(7) The steel brought to site and the steel remaining unused shall not be removed from site without the written
permission of the Engineer-in-charge.
(8) In case contractor is permitted to use TMT reinforcement bars procured from ISPs or secondary producers
then the rate of providing & laying TMT reinforcement bars as quoted by the contractor in the tender shall
also be reduced by Rs. 6.00 per kg.

Executive Engineer
PWD N-W Building Division
SU-Block, Pitampura, Delhi
36

ADDITIONAL SPECIFICATIONS & CONDITIONS


1.0 General
1.1 The work shall be done in accordance with CPWD Specification – 2019. Vol. I & Vol. II with upto date
correction slip.
1.2 The work shall be executed and measured as per metric dimensions given in the Schedule of quantities,
drawings etc. (F.P.S. Units wherever indicated are for guidance only).
1.3 Wherever any reference to any Indian Standard Specification occurs in the documents relating to this
contract the same shall be inclusive of all amendments issued their to or revisions there of if any, upto the
date of receipt of tenders.
1.4 Unless otherwise specified in the schedule of quantities the rates for all items of the work shall be considered
as inclusive of pumping out or bailing out water if required for which no extra payment will be made. This will
include water encountered from any source, such as rains, floods, sub-soil water table being high due to any
other cause whatsoever.
1.5 The contractor will have to work according to the programme of work, decided by the Engineer-in-Charge.
The contractor shall also construct a sample unit complete in al respect within time specified by the Engineer-
in-Charge and this sample, unit shall be got approved from the Engineer-in-Charge before mass construction
is taken up. No extra claim what so ever beyond the payments due at agreement rates will be entertained
from the contractor on this account.
1.6 The contractor shall take instructions from the Engineer-in-Charge for stacking of materials in any place the
contractors are required to provide such accommodation as is acceptable to local bodies and nothing extra
shall be paid on this account.
2.00 RCC Work.
2.1 Water Cement ratio for Ordinary RCC work shall not be more than 0.5. The Contractor shall use concrete
mixture of proper design having arrangement for measuring water for mixing of concrete.
2.2 In respect of all projected slabs at all levels including cantilever, canopy, the payment for the RCC work shall
be made under the item RCC slabs. The payment for shuttering at the edges shall be made under the item of
centering and shuttering for RCC slabs. Nothing extra shall be paid for the side shuttering at the edges of RCC
slabs, projected balconies and projected verandah slabs.
3.00 Wood Work
3.1 The samples of species of timber to be used shall be deposited by the contractor with the EE before
commencement of the work. The contractor shall produce cash vouchers and certificates from standard kiln
seasoning plant operator about the timber section to be used on the work having been kiln seasoned by them,
failing which It would not be so accepted as kiln seasoned.
3.2 Factory made shutter, as specified shall be obtained from factories to be approved by the Engineer-in-Charge and
shall conform to IS 2202 (Part-1) 1977. The contractor shall inform well in advance to the Engineer-in-Charge the
name & address of the factory where from the contractor Intends to get the shutters manufactured. The
contractor shall place order for manufacture of shutters only after written approval of the Engineer-in-Charge in
this regard is given. The contractor is bound to abide by the decision of the Engineer – in charge and recommend a
name of another factory from the approved list incase the factory already proposed by the Contractor is not found
competent to manufacture quality shutters. Shutters will, however be accepted only if this meet the specified
tests.
3.3 The contractor will also arrange stage-wise inspection of the shutters at factory of the Engineer-in-Charge or his
authorized representative. Contractor will have no claim if the shutters brought at site are rejected by Engineer-in-
charge in part or in full lot due to bad workmanship/quality. Such shutters will not be measured and paid and the
contractor shall remove the same from the site of work within 7 days after the written instructions in this regard
are issued by Engineer-in-Charge or his pecialize representative.
37

4.00 FRP Chhajja


4.1 F.R.P. chhajja shall be 4mm thick of required colour/size, design and drawing as approved. The chhajja shall
have smooth gradual slope curvature for easy drainage of water & shall be factory manufactured as per
nomenclature of item & directions of Engineer-in-Charge. The chhajja shall be fixed as per fig. 9.27/page-392
of CPWD specification-2019 Vol-I.

4.2 The rate includes cost of all the materials, labour, scaffolding, fittings i.e. carbon steel galvanized dash
fastener with nut-bolt etc. and cutting chase, grouting etc. complete required for fixing the chajja in position
upto all height.
5.00 Steel Work
5.1 Steel Work in-built up Section.
5.1.1 Work shall be carried out as per CPWD specification 2019 upto date correction slip.
5.1.2 “The contractor shall procure structural steel sections from primary steel producers such as SAIL, Tata Steel
Ltd., RINL.
 In case of non-availability of structural steel section from Primary Producers then the NIT approving
authority may also permit use of structural steel section procured from secondary producers.
5.1.3 In case contractor is permitted to use structural steel section procured from secondary producers then the
rate of structural steel work as quoted by the contractor in the tender shall also be reduced by Rs. 6.00 per
kg. Except the sizes upto 50x50x6mm & bars of 20mm sq bar & flats of all thickness.
5.2 Steel Work in built up tubular trusses
5.2.1 Work shall be carried out as per CPWD specification 2019 upto date correction slip.
5.2.2 Nothing extra will be paid for bending of tubular steel member of trusses in required shape/pattern as per
drawing and direction of the Engineer-in-Charge.
6.00 Flooring
6.1 Work shall be carried out as per CPWD specification 2019 upto date correction slip.
6.2 Different stones/tiles used in pattern flooring shall be measured separately as defined in the nomenclature of
the item and nothing extra for laying pattern flooring shall be paid over and above the quoted rate. No
additional wastage, if any, shall be accounted for any extra payment.
6.3 Nothing extra shall be payable for using combination of marble, granite, kota, sand stone slabs & ceramic
tiles in the required pattern at various locations.
6.4 Nothing extra will be paid for the additional thickness of bed mortar that will be required to achieve uniform
finished surfaces on account of difference in specified thickness of marble, granite, Kota stone, sand stone &
ceramic tiles etc.
6.5 Whenever Kota stone 25mm thick is used in skirting. It should be executed by making shallow chase in wall to
given flush surface.
6.6 The rate of items of flooring is inclusive of providing sunk flooring in bathrooms, kitchen etc. and nothing
extra on this account is admissible.
7.0 Water Supply Sanitary Installation
7.1 The CI pipe and G.I. Pipe wherever necessary shall be fixed to RCC columns, beams etc. with rawl plugs and
nothing extra shall be paid for this
7.2 The contractor shall be responsible of the protection of the sanitary and water supply fittings and other
fittings and fixtures against pilferages and breakage during the period of installation and thereafter until the
building is handed over.
38

8.00 Water Proofing Treatment


8.1 The contractor must associate himself with the specialised firm to be approved by the Engineer-in charge in
writing, for integral cement based water proofing treatment for sunken floors, UG tanks/ sumps, OH tanks and
terrace / roofs. 10 years guarantee in prescribed proforma attached must be given by the specialised firm, which
shall be counter signed by the contractor in token of his overall responsibility. In addition to the normal security
deposit to watch the performance of the work executed, additional 10% (Ten percent) security deposit of the
cost of water proofing items shall be retained as additional security deposit. However half of this amount
(withhold) would be released after five Years, if the performance of the work done is satisfactory. If any defect is
noticed during the guarantee period, it should be rectified by the contractor within seven days and if not attended
to the same will be got done by another agency at the risk and cost of the contractor. However, this security
deposit can be released in full, if bank guarantee of equivalent amount for 10 Years is produced and deposited
with the department.
9. ALUMINUM DOORS WINDOWS VENTILATORS
9.1 GENERAL : The work shall be done in accordance with CPWD Specification – 2019 Vol. I & II

9.2 GUARANTEE BOND for Aluminium work – All aluminium work shall carry two years guarantee after
completion of the work against water leakage, unsound material and workmanship and defective anodizing
as per guarantee bond attached with tender documents.
Two years guarantee in prescribed proforma as attached must be given by the specialized firm, which shall be
counter signed by the contractor, in token of his overall responsibility in addition 5% (Five percent) of the cost of
these items would be retained as guarantee to which the performance of the work done. The cost guarantee
against this item of work shall be in addition to the security deposit mentioned elsewhere in the contract form. If
any defect is noticed during the guarantee period, it should be rectified by the contractor within seven days, and if
not attended to the same will be got done form another agency at the risk and cost of the contractor. However,
this security deposit can be released in full, if bank guarantee of equivalent amount for two years is produced and
deposited with the department.
Work shall be carried out a per CPWD Specifications-2019 Vol.-I & Vol.-II with upto date correction slips.
Rates: The rate of the item shall include the cost of materials, T&P , Double Scaffolding and labour required in
all the above operations.

10. CONDITIONS FOR DISPOSAL OF MALBA


10.1 Contractor shall have to make himself fully acquaint with the procedure of dumping malba at authorized
MCD dumping ground well in advance. No hindrance shall be entertained on this account.
10.2 The malba shall be disposed / removed immediately from the site.
10.3 For the purpose of removal of malba at the MCD authorized dumping ground, contractor shall have to make
his own arrangement of adequate no. of vehicles required including necessary registration of vehicles for this
purpose. Nothing extra shall be paid on this account.
10.4 Payment of Malba shall be made as per Receipt received from MCD Dumping ground after verification from
MCD Dumping ground.
10.5 Payment for Receipt of MCD Dumping ground shall be reimbursement on actual payment made by the
Agency..

Executive Engineer
PWD N-W Building Division
SU-Block, Pitampura, Delhi
39

SPECIAL CONDITION AS PER GUIDELINES OF NATIONAL GREEN TRIBUNAL

Hon’ble National Green Tribunal in its order dated 04.12.2014 in respect of air pollution from dust resulting from
demolition and construction activity inter-alia directed as follows:-
I. No government, authority, contractor, builders or any person would be permitted to store/dump construction
material or debris on the metalled road.
II. Beyond the metalled road the area where such construction material or debris can be stored shall be physically
demarcated by the Officers of all the concerned Authorities/Corporation that it would not cause any obstruction to
the free flow of traffic /inconvenience to the pedestrians. It should be ensured that no accidents occur on account of
such permissible storage.
III. Every builder, contractor or person shall ensure that the construction material is covered by tarpaulin and all other
precaution should be taken to ensure that no dust particles are permitted to pollute air quality as a result of such storage.
It shall also be ensured that appropriate protection measures are taken by raising wind breakers of appropriate
height on all the sides of plot/area using plastic and/or other similar material, to ensure that no construction material
dust fly outside the plot area and it will be the builder/contractor responsibility to ensure that their activity does not
cause any air pollution during course of the construction and/ or storage of material or construction activity. This
condition shall be strictly adhered to by every builder, contractor, person or authority. In the event of default they
shall be liable to be prosecuted under the law in force, as well as for causing environmental pollution and shall also
be liable to pay compensation which would be determined by the Tribunal in accordance with law.
IV. All the trucks or vehicles of any kind which are used for construction purposes /or are carrying construction
materials like cement, sand and other allied material shall be fully covered. The vehicles should be properly
cleaned, should be dust free and every necessary precautions is to be taken to ensure that enroute their
destination, the dust, sand or any other particles are not permitted to be released in air/contaminate air. Any truck
not complying with the above directions would not be permitted to enter NCR Delhi.
And whereas Hon’ble National Green Tribunal in order dated 10.04.2015 inter-alia directed as follows:-
1) Every builder or owner shall put tarpaulin on scaffolding around the area of construction and the building. No
person including builder, owner can be permitted to store any construction material particularly sand on any part of
the street, roads in any colony.
2) The construction material of any kind that is stored in the site will be fully covered in all respects so that it does not
disperse in the Air in any form.
3) All the construction material and debris shall be carried in the trucks or other vehicles which are fully covered and
protected so as to ensure that the construction debris or the construction material does not get dispersed into the
air or atmosphere, in any form whatsoever.
4) The dust emissions from the construction site should be completely controlled and all precautions taken in that behalf.
5) The vehicles carrying construction material and construction debris of any kind should be cleaned before it is
permitted to ply on the road after unloading of such material.
6) Every worker working on the construction site and involved in loading, unloading and carriage of construction
material and construction debris shall be provided with mask to prevent inhalation of dust particles.
7) Every owner and or builder shall be under obligation to 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.
8) It shall be the responsibility of every builder to transport construction material and debris waste to construction site,
dumping site or any other place in accordance with rules and in terms of this order.
9) All to take appropriate measures and to ensure that the terms and conditions of the earlier order and these orders
should strictly comply with by fixing sprinklers, creations of green air barriers.
10) Compulsory use of wet jet in grinding and stone cutting.
40

11) Wind breaking walls around construction site.


12) All the builders who are building commercial, residential complexes which are covered under the EIA Notification
of 2006 shall provide green belt around the building that they construct. All Authorities shall ensure that such green
belts are in existence prior to issuance of occupancy certificate.
14) All builders shall ensure that C&D waste is transported in terms of this order to the C&D waste site only and due
record in that behalf shall be maintained by the builders, transporters and NCR of Delhi.
15) Even if constructions have been started after seeking Environmental Clearance under the EIA notification 2006
and after taking other travel but is being carried out without taking the preventive and protective environmental
steps as stated in this order and MoEF guidelines, 2010, the State Government, SPCB and any officer of any
department as aforestated shall be entitled to direct stoppage of work.
And whereas, Environment Impact Assessment Guidance Manual for Building, Construction, Township and area
Development Projects of February, 2010 is available on the website of MoEF&CC envisaging the following guidelines for
mitigation measures in respect of dust control from Building, Construction projects.
“Adopting techniques like, air extraction equipment, and covering scaffolding, hosing down road surfaces and cleaning of
vehicles can reduce dust and vapour emissions. Measures include appropriate containment around bulk storage tanks
and materials stores to prevent spillages entering watercourses.
The other measures to reduce the air pollution on site are:
 Sprinkling of water and fine spray from nozzles to suppress the dust.
 On-Road- Inspection should be done for black smoke generating machinery.
 Promotion of use of cleaner fuel should be done.
 All DG sets should comply emission norms notified by MoEF.
 Vehicles having pollution under control certificate may be allowed to ply.
 Use of covering sheet to prevent dust dispersion at buildings and infrastructure sites, which are being
constructed.
 Use of covering sheets should be done for trucks to prevent dust dispersion from the trucks, implemented by
district offices.
 Paving is a more permanent solution to dust control, suitable for longer duration projects. High cost is the major
drawback to paving.
 Reducing the speed of a vehicle to 20 kmph can reduce emissions by a large extent.
Speed bumps are commonly used to ensure speed reduction. In cases where speed reduction cannot effectively
reduce fugitive dust, it may be necessary to divert traffic to nearby paved areas.

Material storages / warehouses – Care should be taken to keep all material storages adequately covered and contained
so that they are not exposed to situations where winds on site could lead to dust / particulate emissions. Fabrics and
plastics for covering piles of soils and debris is an effective means to reduce fugitive dust.”

16) No construction work, roads, pavements, concrete, repairing work etc. to be done atleast within one metre radius
of tree. One metre radius from the trunk of tree should be left raw/ kuttcha.

17) No mechanical equipment should be used while de-concreting area around the tree.

18) No signboard, wires, electric cables or other damaging element should be fixed/hanged on the trees.

Executive Engineer
PWD Division NWB,
41

LIST OF APPROVED MAKES FOR CIVIL WORKS

The materials of the following make of first/standard quality shall only be used in the work. However, mandatory
tests as prescribed in CPWD Specification – 2019 Vol.-I & II with upto date correction slips should be carried out in all
cases.
1. Adhesive :- Fevicol, Pidilite, Choksy, Araldite, Fosroc, Trimurti

2. Aluminium Composite Panel :- Alucobond, Reynobond, Alpolic, Aludecor

3. Aluminium Fittings :- IPSA, Everite, EBCO, ECIE, Hardwin Traders

4. Aluminium Sections :- Indal / Hindalco / Jindal / Mahaveer

5. APP Membrane :- Lloyd Insulation, Builtech Products Pvt. Ltd., CICO Technologies Ltd.,
FOSROC Chemicals, STP Ltd., Sika, IWL India Ltd., Bengal Bitumen Pvt.
Ltd., Torchtar Membranes & Bitumen Products Pvt. Ltd.
6. Ball Valves (brass) :- Zoloto, IBP, ARCO

7. Bevelled edge mirror with PVC :- Atul, Jolly, Modi Guard


beading
8. Block Boards & Plywood :- Kitply, Century, National, Novapan, Duro

9. Cement :- ACC, UltraTech, Vikram, Shree Cement, Ambuja, Jaypee


Ordinary Port land cement – grade Cement, Century Cement & J.K. Cement or from any other
43 conforming to IS 8112/ reputed cement Manufacturer having a production capacity
not less than one million tones per annum as approved by
ADG for that sub region.
10. Cement Paint, synthetic enamel :- Trimurti, ICI India Ltd., Berger, Good Loss Nerolac Paint, Asian
paint, distemper, primer, Acrylic Paint Ltd., Jenson and Necholson India Ltd., Shalimar Paint
emulsion Ltd., Snowcem India Ltd., Birla Opus Prime, Trimurti
11. C.C. Chequrered tiles :- NITCO, GEM, MODERN, HINDUSTAN, Krishna Pre-Feb
12. C.C. Kerb Stone : Nitco Prefab, K.K. Manhole, TERRAFIRMA, UNISTONE, Krishna
Pre-Feb, Shree Shyam Tiles
13. Cast Iron Pipes & Fittings as per IS : :- NECO, KAPILANSH, SKF, RIF, HIF, HEPLO
3989
14. C.I. Cover & Manholes Cover :- B.C., R.I.F., NECO
15. C.I. Double flanged sluice valves :- Kirloskar, IVC, Burn
16. C.I. Doubled flanged non return :- Kirloskar or equivalent
valves
17. Ceramic glazed floor tiles :- Nitco, Kajaria, Rak, H&R Johnson, Orient Bell
18. Rectified Ceramic glazed wall tiles Nitco, Kajaria, Rak, H&R Johnson, Orient Bell
19. Centrifugal cast iron spun pipes and :- NECO, RIF, HIF, HEPCO
its accessories/ fittings
20. C.P. Brass fittings & Accessories :- Kingston (ELTA), Prayag, Prima, Gem, Techno, Parko (ECO),
Marc (Oriental), Jaquar (Continental), Shakti Enterprises
21. C-PVC Pipe and Fittings :- Prince, Supreme, Finolex, SFMC
22. Epoxy Paint :- Nerolac, Asian, Berger
23. Epoxy Flooring :- Flow Create, Force Rock, Sikka, Pro Shield, Trimurti
42

24. EPDM Gaskets :- Roop/ Anand


25. FRP Doors, FRP Chajja :- CIMBA, FIPRE WAYS, Shiv Shakti Fiber Udyog, Fibre Techno
Products
26. Flush Door Block Board construction :- Duro, National, Kitply, Century
( IS-2202-Part-I)
27. Glass (Float / Sheet) :- Modiguard, St. Gobain, TATA Continantal, HNG, ASAHI

28. Glass Mosaic Tiles :- Pacific glass mosaic or equivalent

29. GI Pipes :- Tata, Prakash Surya, Jindal Hissar

30. GI Fittings :- Unik, , KS, RM


31. Gunmetal gate Valves /Non return :- Leader, Sant, Zoloto, DRP
valve
32. Hydraulic door closer/ Floor Spring :- Hardwin, Godrej, Yale
33. Lock / Latch :- Godrej, Plaza, Harrison
34. Laminate :- Green Laminate Century, Neo Nuxe, For Mica Merino, Durian
35. Masking Tapes :- Sun control/ Wonder Polymer

36. Mild Steel Tubes / Pipes :- TATA, SAIL, ISCO, JINDAL, PRAKASH SURYA, APL Apollo

37. PTMT Fittings (IS-9763) :- Prayag, Polytuf, Shakti Enterprises

38. Paving Tiles/Paver Block :- Nitco, KK, TERRAFIRMA, UNISTONE, DALAL, Ashoka, Krishna
Pre-Feb, Shree Shyam Tiles
39. Plastic WC seat cover :- Commander, Diplomat, Bestolite, Century.
40. Polycarbonate (Multiwall) Sheet / :- Gallina India, Lexan, Bayor, Ultralite
Polycarbonate (Multicell) Panel System
41. Porta Cabin :- As approved by Engineer-in-Charge (The agency shall submit
the list of porta cabin manufacturer’s with credentials for prior
approval of Engineer-in-Charge).
42. PVC Door / Shutter :- Rajshri, Polywood, Polyline, Fibre Techno Product
43. PVC Water Tank :- Sintex, Sheetal, Rotoplast, Polycon,
44. PVC Rain Water Pipes & Fittings :- Prince, Supreme, Finolex, SFMC
45. Pre-coated iron galvanized profile :- Lloydeck, Trackdeck, Multiclad, TATA, Bluescope, Dyna Roof
sheet and accessories
46. Particle Board / :- Action Tesa, ECO Board, Bhutan Board, kitply, Duro, Durian
Pre-laminated particle board
47. RCC pipes :- IHP, Ashok Cement Pipe, K.K. , Pragati, OPPOLO, Ashoka
48. Ready Mixed Cement Concrete :- RVAG Roackwell Infrastructure Pvt. Ltd., NDCON Constructions
Techno Easycrete Pvt. Ltd., M/s. Kay Pee Con., M/s VK Ready
Mix Concrete Pvt. Ltd. M/s Shri Ram Ready Mix Concrete Pvt.
Ltd., SRRMC Pvt. Ltd.
49. Stoneware pipes & Gully trap :- Perfect, Burn, Parry, Pragati, C&R
43

50. Structural Steel :- Main-SAIL, TATA, RINL, JSW, SHYAM STEEL

51. Stainless Steel Section :- Prism Engineers, JINDAL.


52. S.F.R.C./Precast RCC MH cover & :- KK Manholes & Gratings, SFP/Steel Fibre Product, Pragati
Frame and gratings

53. Stainless Steel Screws for fabrication :- Kundan/ Puja/ Atul


and fixing of windows

54. Stainless Steel Bolts/ Washers and :- Kundan/ Puja/ Atul


Nuts
55. Stainless Steel Pressure Plate Screws :- Kundan/ Puja/ Atul

56. Stainless Steel Friction Stay :- Earl Behari, Anand

57. Stainless Steel sink :- NEELKANTH, NIRALI, JAYNA, ALEX, Shakti Enterprises

58. Surgeon Mixers :- Vijay, Jaquar

59. Stainless Steel Wash-basin & WCs :- Jayna, Neelkhant, Prayag

60. Steel Window, Pressed Steel Frames :- San Harvic, Steel Man Industries, PD Industries, Metal
Windows, Chandni Industries, Ganpati Udyog (Rajpura)
61. TMT Fe-500-D (Primary steel :- SAIL , TATA STEEL LTD., RINL, JINDAL STEEL & POWER LTD.
producers) AND JSW STEEL LIMITED., SHYAM STEEL
62. TMT Fe-500-D (Secondary steel :- Rathi, Kamdhenu, Barnala, Doaba, Jyoti
producers)
63. Terrazo tiles (precast) :- NITCO, GEM, MODERN, HINDUSTAN
64. Tile Adhesive :- CICO, PIDILITE, UNITILE, TRIMURTI

65. U-PVC Pipe and Fittings :- Prince, Supreme, Finolex, SFMC

66. Vitreous China Sanitary wares :- Parryware, Hindware, CERA, Johnson CERA.

67. Vitrified Tiles :- Kajaria, RAK, H&R Johnson, Orient Bell, Asian, Marbito, Oreva
68. Wall Putty :- JK Wall Putty, Birla Putty, Trimurti

69. Water proofing compound :- Cico, Fosroc, Impermo, Pidilite, Sika, Birla Opus Prime, Trimurti
70. White cement :- Birla White, J.K. White or equivalent
71. Welding Electrodes :- ESAB, Advani-orlikon, Weld Alloy

72. Weather silicon :- Dow Corning / Wacker/ GE


73. Vertical Blinds :- VISTA , MAC
74. PU Flooring :- BASE, ARDEX
75. Gypsum Board :- India Gypsum, Lafarge Boral, Trimurti
76. Polysulphide Sealant :- Ordinary Pidiseal by M/s Pidilite Industries Ltd Bombay,
Tuffeseal by M/s Hindustan Brothers 225 RUE Francuis Martin,
Pondicherry–605001, Fairmate, Masterflex 7001 of BASF.
77. Polysulphide Sealant for Pavements :- Dr. Fixit Pidiseal PS43, Fairmate of BASF
44

78. Spreader Waste Coupling :- Gem, ESS ESS, Camry


79. Fire Check Door :- Abacus, Promat, Sehgal & Sehgal Industries, Navair, Sukri
80. Fire Resistant Glass :- Saint Gobain Contraflam Lite, Glaver Bel, Schott
81. Paint and Primer for Fire Check Door :- Viper, FRS 880/FRS 881, Burger, Nullifira
82. Intumescent Fire/Mokeseal :- Astra Flame, Raven, Seal Z, Lorient
83. Calcium Silicate Board for Fire Door :- Hylux, Pamtech, Promotech
84. High Performance Solar Toughened :- Saint Gobian, Asahi
Glass
85. Calcium Silicate/GRG False Ceiling :- Aerolite, Ultralite, Armstrong, Diamond International, Dexune/
Tiles & Frame Work USG Boral, BSR Calsi Ceilings
86. Metal Ceiling :- Hunter Duglus, Armstrong, Hi–Steel, BSR Calsi Ceilings
87. Wooden Ceiling :- Armstrong, Durlum, Aura
88. FRP (Fibre Glass Reinforced Plastic) :- Bhatt FRP, Fibreways Technology, Cimba, Roof Clade
89. Furniture :- Godrej/ Wipro/Durian/Haworth/Delite Hi Tech/Delite Kom
90. Any other item :- All items shall be as per Engineer-in-Charge approval.

Note: - The material of first/standard quality from the following approved makes are to be used. In case it is
established that the brands specified above are not available in the market, contractor shall submit alternative
proposal for the approval of the Engineer-in-charge.

Executive Engineer
PWD NW Building Division,
SU-Block, Pitampura
45

GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS AFTER


COMPLETION IN RESPECT OF WATER-PROOFING WORKS (All Water - Proofing Items)

The agreement made this.................... day of ................. (Two Thousand _______ only) .............. between
....................................S/o ...............................................(hereinafter called the GUARANTOR of the one part) and the
PRESIDENT OF INDIA (hereinafter called the Government of the other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated ...................... and
made between the GUARANTOR OF THE ONE PART AND the Government of the other part whereby the contractor
inter alia undertook to render the building and structures in the said contract recited completely water and leak-
proof.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain water and
leak proof, for ten years from the date of completion of work.

NOW THE GUARANTOR hereby guarantee that work executed by him will render the structures completely leak proof
and the minimum life of such water proofing treatment shall be ten years to be reckoned from the date after the
expiry of maintenance period prescribed in the contract.

The decision of the Engineer-in-charge with regard to nature and cause of defect shall be final and binding on
Guarantor.

During this period of guarantee, the guarantor shall make good all defects and in case of any defect being found
render the building water proof to the satisfaction of the Engineer-In-Charge calling upon him to rectify the defects
failing which the work shall be got done by the Department by some other contractor at the Guarantor’s cost and
risk. The decision of the Engineer-in-charge as to the cost payable by the Guarantor shall be final and binding.

That if the guarantor fails to execute the water proofing or commits breach thereunder, then the guarantor will
indemnify the principal and his successor against all loss, damage, cost expense or otherwise which may be incurred
by him by reason of any default on the part of the GUARANTOR in performance and observance of this
supplementary agreement. As to the amount of loss and/or damage and / or cost incurred by the Government, the
decision of the Engineer-in-charge will be final and binding on both the parties.

IN WITNESS WHEREOF these presents have been executed by the obligator ....................... and
........................................ by ................................. for and on behalf of the PRESIDENT OF INDIA on the day, month
and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of :-

1. ................................................ 2. ...........................................

SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ................................... in the presence of :-

1. ............................................... 2. ..........................................
46

GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS AFTER


COMPLETION IN RESPECT OF ALUMINIUM WORKS.

The agreement made this.................... day of ................. (Two Thousand ………… only)................................. between
.................................................. S/o ...............................................(hereinafter called the GUARANTOR of the one part)
and the PRESIDENT OF INDIA (hereinafter called the Government of the other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated
.................................. and made between the GUARANTOR OF THE ONE PART AND the Government of the other part,
whereby the contractor inter alia, undertook to render the work in the said contract recited structurally stable,
workmanship, powder coating, anodizing, colouring and sealing etc.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain structurally
stable and guaranteed against faulty material and workmanship, defective anodizing/ powder coating for Two years
from the date of completion of work.
NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally stable and guaranteed
against faulty material and workmanship, defective anodizing/ powder coating for Two years to be reckoned from the
date after the expiry of maintenance period prescribed in the contract.
The decision of the Engineer-In-Charge with regard to nature and cause of defect shall be final.
During this period of guarantee, the guarantor shall make good all defects and in case of any defect to satisfaction of
Engineer-in-charge at his cost and shall commence the work for such rectification within seven days from the date of
issue of the notice from the Engineer-in-charge calling upon him to rectify the defects failing which the work shall be
got done by the Department by some other contractor at the guarantor’s cost and risk. The decision of the Engineer-
in-Charge as to the cost payable by the Guarantor shall be final and binding.
That if the guarantor fails to make good all defects or commits breach there under, then the guarantor will indemnify
the principal and his successor against all loss, damage, cost expense or otherwise which may be incurred by him by
reason of any default on the part of the GUARANTOR in performance and observance of this supplementary
agreement. As to the amount of loss and/or damage and or cost incurred by the Government, the decision of the
Engineer-in-charge will be final and binding on both the parties.

IN WITNESS WHEREOF these presents have been executed by the obligator .......................................................and
................................................. by ........................................... for and on behalf of the PRESIDENT OF INDIA on the
day, month and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of:-

1. .................................................... 2. ............................................

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY....................... in the presence of:-

1. .................................................... 2. ............................................
47

FORM ‘A’

FINANCIAL INFORMATION

I. Financial Analysis –

(c) Details to be furnished duly supported by figures in balances sheet / profit & loss account for the last five years
duly certified by the Chartered Accountant, as submitted by the applicant to the Income Tax Department (Copies to
be attached).

Financial Year 2023-24 2022-23 2021-22 2020-21 2019-20

Gross Annual
turnover on
Construction /
Maintenance of
Road/building works

Profit / Loss after tax


**

(d) The information supplied shall be the annual turnover on construction work of the bidder in term of the amount billed
to client for each year for work in progress or completed.

II. Financial arrangements for carrying out the proposed work.

* Amount to be filled in all columns ** Loss to be shown in with (-) sign

Signature of Bidder(s).

Signature of Chartered Accountant with Seal.


48

FORM ‘B’
FORM OF BANKER'S CERTIFICATE FROM A SCHEDULED BANK

This is to certify that to the best of our knowledge and information that M/s /

Sh…………………………………...... having marginally noted address, as a customer of our bank are/is respectable

and can be treated as good for any engagement upto a limit of

Rs………….......…(Rupees……………………………………………………………...........................................…….).

This certificate is issued without any guarantee or responsibility on the bank or any of the officers.

(Signature) For the Bank

NOTE:
(1) Banker’s certificates should be on the letter head of the Bank, address to tendering authority.
(2) In case of partnership firm, certificate should include names of all partners as recorded with the Bank.

OR
FORM “B–1”
Form of Certificate of Net Worth from Chartered Accountant

“It is to certify that as per the audited balance sheet and profit & loss account during the financial year ............,

the net worth of Shri/M/s ……………………………….……………………………………... (Name & Registered

Address of individual/firm/company), as on ………………….… (the relevant date) is Rs. …………………………

after considering all liabilities. It is further certified that the Net Worth of the individual/firm/company has not eroded

by more than 30% during the last three years ending on (the relevant date)”.

(Signature of Chartered Accountant)


(Name of Chartered Accountant)
Membership No. of ICAI
Date and seal
49

FORM 'C'
DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS COMPLETED DURING THE LAST SEVEN
YEARS ENDING PREVIOUS DAY OF LAST DAY OF SUBMISSION OF TENDERS
S. Name Owner or Cost of Date of Stipulated Actual date Litigation Name and Whether similar
No. of work sponsoring work in commencement date of of / address / works have been
/ organizatio crore of as per contract completion completion Arbitration telephone executed on back to
project n rupees cases number of back basis (Yes/No)
and pending / officer to
location in progress whom
with reference
details * may be
made
1 2 3 4 5 6 7 8 9 10

* Indicate gross amount claimed and amount awarded by the Arbitrator

SIGNATURE OF BIDDER(S)
50

FORM ‘D’

PERFORMANCE REPORT OF WORKS REFERRED TO IN FORM “C”

1. Name of Work/Project & Location

2. Name of Agency

3. Agreement No.

4. Estimated Cost

5. Tendered Cost
6. Value of Actual work done
(For the purpose of amount of similar work,
cost component ofCivil + Electrical, in the
ratio of NIT amount)
7. Date of Start

8. Date of Completion

(i) Stipulated Date of Completion


(ii) Actual Date of Completion

9. Amount of Compensation levied for delayed completion, if any.


(a) Whether case of levy of compensation for delay has been decided or not Yes/No
(b) If decided, amount of compensation levied for delayed completion, if any
10. Amount of Reduced Rates Items, if any.

11. Performance Report

i) Quality of Work Outstanding/Very Good/Good/Poor

ii) Financial Soundness Outstanding/Very Good/Good/Poor

iii) Technical Proficiency Outstanding/Very Good/Good/Poor

Outstanding/Very Good/Good/Poor
iv) Resourcefulness
Outstanding/Very Good/Good/Poor
v) General Behaviour

Dated : Executive Engineer or Equivalent


Address & Phone No.
51

SCHEDULE OF QUANTITY
Name of Work: A/R & M/O to D.A. Flats Residential Building at Haiderpur under Sub
Division–IV/NW Building Division during 2025–26. (SH:- Cleaning of Storm
Water Drains & Sewer Line).
Sr.
Description of Items Qty Unit Rate Amount
No.
Cleaning of chocked sewer line by diesel running vehicle
mounting hydraulic operated high pressure suction cum jetting
sewer cleaning machine fitted with pump having 4000 litres
suction capacity and 6000 litres water jetting tank capacity
1 including skilled operator, supervising engineer etc. for 898.00 metre 340.75 305994.00
cleaning and partial desilting of manholes and dechocking of
sewer lines. Dechocking and flushing of sewer line from one
manhole to another by high pressure jetting system of 2200
PSI for sewer line from 150 mm dia upto 300 mm
Providing and placing in position 100 mm thick factory made
machine batched & machine mixed Precast RCC Rectangular
Covers on drains of footpath of various sizes, of M-25 grade
cement concrete for RCC work, including cost of centering,
shuttering, reinforcement of 8 mm dia TMT bars of Fe 500
grade @ maximum 100 mm c¢/c on both ways, neat cement
2 24.00 Sqm 3081.95 73967.00
punning on finished surface, properly encased on all edges
with 1.6 mm thick, 100 mm wide MS sheet duly painted over
priming coat, reinforcement to be welded at edges with MS
sheet and providing 2 Nos. 12 mm dia bar for hooks etc
including cost of cartage, all leads & lift, handling at site etc. all
complete as per direction of Engineer-in-Charge.
Total 379961.00
Correction factor on DSR-2023 (0.973) 369702.00
3 Cleaning of storm water open drains covered with SFRC
cover/MS grating of various depth i/c cleaning by mechanical
operations and machines taking out sludge, silt, malba, rubbish
etc. i/c disposal of the same to the approved dumping ground
793.00 metre 75.86 60157.00
within all leads & lifts including removal of covers, cleaning the
perforations of covers and refixing in original position as per the
directions of the Engineer-in-Charge (Payment shall be made
once in 6 months irrespective of subsequent cleanings).
Total 429859.00

Executive Engineer
PWD NW Building Division
SU-Block, Pitampura, Delhi

Signature Not Verified


Digitally signed by Sanjay Agarwal
Date: 2025.07.19 12:18:30 IST
Location: NCD of Delhi-DL

You might also like