29506141nit03ce
DESCRIPTION
NITITRANSCRIPT
1
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Name of work:
Issued by
Executive Engineer
‘H’ Division, CPWD,
3-4, Pt. Pant Marg, New Delhi.
Up-gradation of residential qtrs. under 4/H Sub-Division, CPWD, New Delhi dg.
2015-2016.(SH-A:- Renovation of kitchen, toilet, bath & replacement of flooring
etc. in 48 No type II quarters, repair in shafts, C I stacks, wire mesh windows
shutters in 50 nos type IV quarters ,660 nos type II & 210 nos type III quarters
and wooden shelf in kitchen for 700 nos GPR Accommodation under sub division
4/H DIZ Area ) (SH-B: Electrical Upgradation of 20 Nos. Type-II, 15 Nos. Type-
III qtrs. under SC 249 & 250 and staircase in Sec-I type-II, and Sec-D, DIZ Area
New Delhi).
2
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
GOVERNMENT OF INDIA
OFFICE OF THE CHIEF ENGINEER NDZ- II
VIDYUT BHAWAN, NEW DELHI
NIT
1) NIT No. 03/CE (NDZ-II)/EE/H-Div/2015-16
2) Name of Work Up-gradation of residential qtrs. under 4/H Sub-
Division, CPWD, New Delhi dg. 2015-2016.(SH-A:-
Renovation of kitchen, toilet,bath & replacement of
flooring etc. in 48 No type II quarters, repair in shafts,
C I stacks, wiremesh windows shutters in 50 nos type
IV quarters ,660 nos type II & 210 nos type III quarters
and wooden shelf in kitchen for 700 nos GPR
Accommodation under sub division 4/H DIZ Area )
(SH-B: Electrical Upgradation of 20 Nos. Type-II, 15
Nos. Type-III qtrs. under SC 249 & 250 and staircase
in Sec-I type-II, and Sec-D, DIZ Area New Delhi).
3) Estimated Cost put to tender Rs. 2,95,06,141/- ( For Civil Work Rs. 2,67,12,387/- +
For Elect. Work Rs. 27,93,754/- )
4) Earnest Money Rs. 5,90,123 /- (For Civil Work Rs. 5,34,248/- + For
Elect. Work Rs. 55875/-)
5) Security Deposit 2.5% of the tender cost
6) Performance Guarantee 5% of the tender cost
7) Time Allowed 12 (Twelve) Months
3
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
Name of Work: Up-gradation of residential qtrs. under 4/H Sub-Division, CPWD, New Delhi dg. 2015-
2016.(SH-A:- Renovation of kitchen, toilet,bath & replacement of flooring etc. in 48 No type
II quarters, repair in shafts, C I stacks, wiremesh windows shutters in 50 nos type IV
quarters ,660 nos type II & 210 nos type III quarters and wooden shelf in kitchen for 700
nos GPR Accommodation under sub division 4/H DIZ Area ) (SH-B: Electrical Upgradation
of 20 Nos. Type-II, 15 Nos. Type-III qtrs. under SC 249 & 250 and staircase in Sec-I type-II,
and Sec-D, DIZ Area New Delhi).
INDEX
Sl.
No: DETAILS PAGES
Part-A (Civil Work) 4
1 Press Notice 5
2 Information & instruction for contractors for e- tendering 6-7
3 NIT (CPWD-6 Form) 8-11
4 CPWD-8 12-13
5 Schedule ‘A’ to ‘F’ for Civil Works 14-18
6 Integrity Pact 19-24
Part –B 25
7 General Conditions and Salient Points for Civil work 26-29
8 Particular specifications and conditions for Civil work 30-37
9 Additional & Special conditions for Civil work 38-42
10 Specification and Special Conditions for Maintenance works A/R & M/O, Special
Repair & Upgradation Works
43-44
11 List of approved make of materials (For Civil Works) 45
12 Guarantee Bond (Annexure-I) for removal of defects after completion in respect of
Water Supply and Sanitary Installations
46
13 Form of Earnest Money (Bank Guarantee) 47
14 Schedule of Quantities (Civil Works) 48-58
Part ‘C’ (Electrical Work) 59
15 Schedule A-F (Electrical) 60-63
16 Additional Term & Condition for Electrical Work 64-65
17 Schedule of Quantities (Electrical Works) 66-69
Certified that this NIT contains page 1 to 69 only.
NIT amounting to Rs. 2,95,06,141/- is hereby approved
AE(P), NDZ-II AE(P)-Elect., NDZ-II EE(P), NDZ-II SE(P) NDZ-II
CE, NDZ-II
4
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
Part-A
5
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
Not to be printed
*** To be filled by Executive Engineer ‘H’ Division.
Executive Engineer
‘H’ Division, CPWD,
3-4, Pt. Pant Marg,
New Delhi.
PRESS NOTICE
CENTRAL PUBLIC WORKS DEPARTMENT
NOTICE INVITING e-TENDERS
The Executive Engineer ‘H’ Division, 3-4, Pt. Pant Marg, CPWD, New Delhi invites on behalf of the President of India
online item rate composite bid from the eligible and enlisted contractor of appropriate class of CPWD for the following
work:-
1. NIT No. 03/CE/NDZ-II/H- Div/2015-16 Name of Work: Up-gradation of residential qtrs. under 4/H Sub-Division,
CPWD, New Delhi dg. 2015-2016.(SH-A:- Renovation of kitchen, toilet,bath & replacement of flooring etc. in 48 No
type II quarters, repair in shafts, C I stacks, wiremesh windows shutters in 50 nos type IV quarters ,660 nos type II
& 210 nos type III quarters and wooden shelf in kitchen for 700 nos GPR Accommodation under sub division 4/H
DIZ Area ) (SH-B: Electrical Upgradation of 20 Nos. Type-II, 15 Nos. Type-III qtrs. under SC 249 & 250 and
staircase in Sec-I type-II, and Sec-D, DIZ Area New Delhi), Estimated Cost Rs. 2,95,06,141/-, Earnest Money Rs.
5,90,123 /-, & period of completion 12 Months. Last time and date of submission of at 15:00 Hrs. on 27-11-2015.
The bid forms and other details can be obtained from website www.tenderwizard.com/CPWD or www.cpwd.gov.in or
www.eprocure.gov.in
6
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR
e-TENDERING FORMING PART OF BID DOCUMENTS
The Executive Engineer ‘H’ Division CPWD, New Delhi on behalf of President of India invites online
Item rate composite Bids from CPWD registered contractors for the following work. N
IT N
o.
Name of Work & Location Estimated
cost put
to bid
Earnest
Money
Period
of
Compl-
etion
Last date &
time of
online
submission of
Bid, EMD
details, e-
tendering
processing
fee and other
documents as
specified in
the Tender
document
Time
and date
of
opening
of bids
03
/CE
/ND
Z-I
I/H
- D
iv/2
01
5-1
6
Up-gradation of residential qtrs. under
4/H Sub-Division, CPWD, New Delhi
dg. 2015-2016.(SH-A:- Renovation of
kitchen, toilet,bath & replacement of
flooring etc. in 48 No type II quarters,
repair in shafts, C I stacks, wiremesh
windows shutters in 50 nos type IV
quarters ,660 nos type II & 210 nos type
III quarters and wooden shelf in kitchen
for 700 nos GPR Accommodation under
sub division 4/H DIZ Area ) (SH-B:
Electrical Upgradation of 20 Nos. Type-
II, 15 Nos. Type-III qtrs. under SC 249
& 250 and staircase in Sec-I type-II, and
Sec-D, DIZ Area New Delhi).
Rs.
2
,95
,06
,14
1/-
(
Fo
r C
ivil
W
ork
R
s.
2,6
7,1
2,3
87
/-
+
Fo
r E
lect
. W
ork
R
s.
27
,93
,754
/- )
Rs.
5
,90
,12
3/-
(F
or
Civ
il
Wo
rk
Rs.
5,3
4,2
48/-
+ F
or
Ele
ct. W
ork
Rs.
55
87
5/-
)
12
(T
wel
ve)
Mo
nth
s
Up
to 2
7-1
1-2
01
5 A
t 3:0
0
PM
On 2
7-1
1-2
015 A
t 3
:30 P
M
** To be filled by Executive Engineer ‘H’ Division.
1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his bid if
he consider himself eligible and he is in possession of all the documents required.
2. Information and Instructions for bidders posted on website shall form part of bid document.
3. The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be
executed and the set of terms and conditions of the contract to be complied with and other necessary documents
can be seen and downloaded from website www.tenderwizard.com/CPWD or http://www.cpwd.gov.in or
www.eprocure.gov.in free of cost.
4. But the bid can only be submitted after depositing Processing Fee in Favour of ITI Limited and uploading the
mandatory scanned documents such as Demand Draft or Pay order or Banker’s Cheque or Deposit at call
Receipt of Fixed Deposit Receipts and Bank Guarantee of any Scheduled Bank towards EMD in favour of
respective Executive Engineer and other documents as specified.
5. Those contractors not registered on the website mentioned above, are required to get registered beforehand. If
needed they can be imparted training on online bidding process as per details available on the website.
6. The intending bidder must have valid class-II digital signature to submit the bid.
7. On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive
the competitor bid sheets.
8. Contractor can upload documents in the form of JPG format and PDF format.
9. Contractor must ensure to quote rate of each item. The column meant for quoting rate in figures appears in pink
colour and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is left blank the same
shall be treated as “0”. Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item
7
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
shall be treated as “0” (ZERO). However, if a Bidder quotes nil rates against each item in item rate tender, the
tender shall be treated as invalid and will not be considered as lowest Bidder.
10. The department reserves the right to reject any prospective application without assigning any reason and to
restrict the list of qualified contractors to any number deemed suitable by it, if too many bids are received
satisfying the laid down criterion.
11. List of Documents to be scanned and uploaded within the period of bid submission:
i). Treasury Challan/Demand Draft/Pay order or Banker’s Cheque/Deposit at Call Receipt/FDR/Bank
Guarantee of any Scheduled Bank Guarantee of any Scheduled Bank against EMD.
ii). Enlistment Order of the Contractor.
iii). Certificate of Registration for Sales Tax / VAT and Service Tax and acknowledgement of up to date filed
return if required.
iv). An undertaking that “The Physical EMD alongwith the copies of all other scanned documents shall be
deposited by me/us with the EE calling the bid in case I/we become the lowest bidder within a week of the
opening of financial bid otherwise department may reject the bid and also take action to withdraw my/our
enlistment/debar me/us from tendering in CPWD.”
12. The contractor submitting the tender should read the schedule of quantities, additional conditions, additional
specifications, particular specifications and other terms and conditions given in the NIT and drawings. The
tenderer should also read the General conditions of contract for CPWD 2014 amended up to the last day of
submission of online bid, which is available as Government of India Publications. However, provisions
included in the tender document shall prevail over the provisions contained in the standard form. The set of
drawings and NIT shall be available with the Executive Engineer ‘H’ Division, CPWD, New Delhi. The
contractor should also visit the site of work and acquaint himself with the site conditions before tendering.
The following conditions, which form part of the tender conditions, are specially brought to his notice for
compliance while filling the tender.
8
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
CPWD-6 (FOR E-TENDERING)
1. Online Item Rate Composites Bids are invited on behalf of the President of India from approved and eligible
contractors of C.P.W.D for the above said work.
The enlistment of the contractors should be valid on the last date of submission of Bids.
In case only 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. 2,95,06,141/-( For Civil Work Rs. 2,67,12,387/- + For Elect. Work Rs.
27,93,754/- ). This estimate, however, is given merely as a rough guide.
2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 8 print edition 2014 (or
Standard Form as mentioned with up to date correction slips issued upto the last date of submission of online
bid) which is available as a Govt. of India Publication and also available on website www.cpwd.gov.in. Bidders
shall quote his rates as per various terms and conditions of the said form which will form part of the agreement.
3. The time allowed for carrying out the work will be Twelve Months from the date of start as defined in schedule
‘F’ or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any,
indicated in the tender documents.
4. (i) The site for the work shall be made available in parts.
(ii) --------------------------------------------Blank----------------------- ----------------------------(Regarding Drawings).
5. The Bid documents consisting of specifications, the schedule of quantities of the various types of items to be
executed and the set of terms and conditions of the contract to be complied with and other necessary documents
except Standard General Conditions of Contract Form can be seen and downloaded from website
www.tenderwizard.com/CPWD or http://www.cpwd.gov.in or www.eprocure.gov.in free of cost.
6. After submission of the bid the contractor can re-submit revised bid any number of times but before last time
and date of submission of tender as notified.
7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of times (he
need not re-enter rate of all the items) but before last time and date of submission of bid as notified.
8. --------------------------------------------Blank-----------------------------------------------------------------------------------
9. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker’s Cheque or Deposit at
Call Receipt or Fixed Deposit Receipt (drawn in favour of Executive Engineer,’H’ Division) shall be scanned
and uploaded to the e-Tendering website within the period of bid submission.
A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum 50% of earnest
money or Rs. 20 lac, whichever is less, shall have to be deposited in shape prescribed above, and balance may
be deposited in shape of Bank Guarantee of any scheduled bank having validity for six months or more from the
last date of receipt of bids which is to be scanned and uploaded by the intending bidders.
The physical EMD of scanned copy of EMD uploaded shall be deposited by the lowest bidder within a week
after opening of financial bid failing which the bid shall be rejected and enlistment of the agency shall be
withdrawn by the enlisting authority/the agency shall be debarred from tendering in CPWD.
The following undertaking in this regard shall also be uploaded by the intending bidders:-
“The physical EMD shall be deposited by me/us with EE, ‘H’ Division calling the bid in case I/we become the
lowest bidder within a week of the opening of financial bid otherwise department may reject the bid and also
take action to withdraw my/our enlistment/debare me/us from tendering in CPWD.”
Interested contractor who wish to participate in the bid has also to make following payments within the period of
bid submission:
e-Tender Processing Fee – Rs. 5725/- if registration with tender processing fee is continued, shall be payable to
M/s ITI Limited through their e-gateway by credit/debit card, internet banking or RGTS/NEFT facility.
Copy of enlistment order and certificate of work experience and other documents as specified in the press notice
shall be scanned and uploaded to the e-Tendering website within the period of bid submission. However,
certified copy of all the scanned and uploaded documents as specified in press notice shall have to be submitted
by the lowest bidder only along with physical EMD of the scanned copy of EMD uploaded within a week
physically in the office of tender opening authority.
9
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
Online bid documents submitted by intending bidders shall be opened only of those bidders, who has
deposited e-Tender Processing Fee with M/s ITI Limited and Earnest Money Deposit and other documents
scanned and uploaded are found in order.
The bid submitted shall be opened at 03:30 PM on 03:30 PM on 27-11-2015
( ** To be filled by Executive Engineer ‘H’ Division.)
10. The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if:
(i) The bidder is found ineligible.
(ii) The bidder does not upload all the documents (including service tax registration/ VAT registration/
Sales Tax registration) as stipulated in the bid document including the undertaking about deposition of
physical 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 bidder in the office of tender opening authority.
(iv) The lowest bidder does not deposit physical EMD alongwith copies of other scanned copies within a week
of opening of bid.
(v) If a Bidder quotes nil rates against each item in item rate tender or does not quote any percentage above/
below on the total amount of the tender or any section/ sub head in percentage rate tender, the tender shall be
treated as invalid and will not be considered as lowest Bidder.
11. The contractor whose Bid is accepted will be required to furnish performance guarantee of 5% (Five Percent) of
the Bid amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case
guarantee amount is less than Rs. 10,000/-) or Deposit at call receipt of any scheduled bank/Banker’s cheque of
any scheduled bank/Demand Draft of any scheduled bank/Pay order of any scheduled bank (in case guarantee
amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of
any scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the contractor
fails to deposit the said performance guarantee within the period as indicated in Schedule ‘F’, including the
extended period if any, the Earnest Money deposited by the contractor shall be forfeited automatically without
any notice to the contractor. The earnest money deposited along with Bid shall be returned after receiving the
aforesaid performance guarantee.
The contractor whose bid is accepted will also be required to furnish either copy of applicable license/
registration or proof of applying for obtaining labour licenses, registration with EPFO, ESIC and BOWC
Welfare Board and Programme Chart (Time & Progress) within the period specified in Schedule F.
12. The Description of work is as follows: Up-gradation of residential qtrs. under 4/H Sub-Division, CPWD, New
Delhi dg. 2015-2016.(SH-A:- Renovation of kitchen, toilet, bath & replacement of flooring etc. in 48 No type II
quarters, repair in shafts, C I stacks, wire mesh windows shutters in 50 nos type IV quarters ,660 nos type II &
210 nos type III quarters and wooden shelf in kitchen for 700 nos GPR Accommodation under sub division 4/H
DIZ Area ) (SH-B: Electrical Upgradation of 20 Nos. Type-II, 15 Nos. Type-III qtrs. under SC 249 & 250 and
staircase in Sec-I type-II, and Sec-D, DIZ Area New Delhi)
The work is required to be executed in odd hours in restricted places therefore, the agency shall plan the work to
be carried out accordingly. The handling of material to be done at site may be double or more due to security
reasons for which nothing extra shall be paid.
Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before
submitting their tenders as to the nature of the ground and sub-soil (so far as is practicable), the form and nature
of the site the means of access to the site, the accommodation they may require and in general shall themselves
obtain all necessary information as to risks, contingencies and other circumstance which may influence or effect
their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no
extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderes shall be
responsible for arranging and maintaining at his own cost all materials, tools and plants, water, electricity
access, facilities for workers and all other services required for executing the work unless otherwise specifically
provided for in the contract documents. Submission of tender by a tenderer implies that he has read this notice
and all other contract documents has made himself aware of the scope and specifications of the work to be done
and of conditions and rates at which stores, tools and plants etc., will be issued to him by the Government and
local conditions and other factors having a bearing on the execution of the work.
There may be some restrictions on free movement of labourers at site and restriction of working hours and the
agency shall consider this fact while quoting the rates and executing the work. Photo passes if any required for
worker shall be responsibility of the contractor.
10
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
13. The competent authority on behalf of the President of India does not bind itself to accept the lowest or any other
bid and reserves to itself the authority to reject any or all the bids received without the assignment of any reason.
All bid in which any of the prescribed condition is not fulfilled or any condition including that of conditional
rebate is put forth by the bidder shall be summarily rejected.
14. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders
submitted by the contractor who resort to canvassing will be liable to rejection.
15. The competent authority on behalf of President of India reserves to himself the right of accepting the whole or
any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.
16. The contractor shall not be permitted to tender for works in the CPWD Circle /Division in case of contractors of
Horticulture/Nursery category contracts in which his near relative is posted as Divisional Accountant or as an
officer in any capacity between the grades of Executive Engineer and Junior Engineer (both inclusive). He shall
also intimate the names of persons who are working with him in any capacity or are subsequently employed by
him and who are near relatives to any Gazette officer in the Central Public Works Department or in the Ministry
of Urban Development. Any breach of this condition by the contractor would render him liable to be removed
from the approved list of contractors of this Department.
17. No Engineer of Gazetted rank or other Gazetted officer employed in Engineering or Administrative duties in an
Engineering Department of the Government of India is allowed to work as a contractor for a period of one year
after his retirement from Government service, without the previous permission of the Government of India in
writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time
to be such a person who had not obtained the permission of the Government of India as aforesaid before
submission of the tender or engagement in the contractor’s service.
18. The Bid for the works shall remain open for acceptance for a period of Sixty (60) days from the date of opening
of Bids. If any Bidder withdraws his tender before the said period or issue of letter of acceptance, whichever is
earlier, or makes any modifications in the terms and conditions of the tender which are not acceptable to the
department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit
50% of the said earnest money as aforesaid. Further the tenders shall not be allowed to participate in the re-
tendering process of the work.
19. This Notice inviting tender shall form a part of the contract document. The successful Tenderer/contractor, on
acceptance of his tender 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 tender, all the documents including additional conditions, specifications and drawings,
if any, forming part of the tender as uploaded at the time of invitation of tender and 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 8 or other CPWD Form as applicable as amended/modified up to the last date of
submission of online Bids.
20. For Composite Bids
20.1.1 The Executive Engineer in charge of the major component will call bids for the composite work. The cost
of bid document and Earnest Money will be fixed with respect to the combined estimated cost put to
tender for the composite bid.
20.1.2 The bid document will include following three components:
Part A:- CPWD-6, CPWD-8 including schedule A to F for the major component of the work, Standard
General Condition of Contract for CPWD 2014 as amended/modified up to the last date of submission of
online Bids.
Part B:- General/ Specific conditions, Particular specifications and List of Approved Makes etc. &
schedule of quantities applicable to major components of the work.
Part C:- Schedule A to F for minor component of the work. (SE/EE in charge of major component shall
also be competent authority under clause 2 and clause 5 as mentioned in schedule A to F for major
components) General Special conditions, Additional conditions, List of Acceptable Makes of Material &
schedule of quantities applicable to minor component(s) of the work.
20.1.3 The bidders must associate with himself, with agencies of the appropriate class eligible to bid for each of
the minor component individually.
11
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
20.1.4 The eligible bidders shall quote rates for all items of major component as well as for all items of minor
components of work.
20.1.5 After acceptance of the bid by competent authority, the EE in charge of major component of the work
shall issue letter of award on behalf of the President of India. After the work is awarded, the main
contractor will have to enter into one agreement with EE in charge of major component and has also to
sign two or more copies of agreement depending upon number of EE’s in charge of minor components.
One such signed set of agreement shall be handed over to EE in charge of minor component(s). EE of
major component will operate part A and part B of the agreement. EE in charge of minor component(s)
shall operate Part C along with Part A of the agreement.
20.1.6Entire work under the scope of composite bid including major and all minor components shall be executed
under one agreement.
20.1.7 Security Deposit will be worked out separately for each component corresponding to the estimated cost
of the respective component of works.
20.1.8 The main contractor has to associate agency(s) for minor component(s) conforming to eligibility criteria
as defined in the bid document and has to submit detail of such agency(s) to Engineer-in-charge of
minor component(s) within prescribed time. Name of the agency(s) to be associated shall be approved
by Engineer-in-charge of minor component(s).
20.1.9 In case the main contractor intends to change any of the above agency/agencies during the operation of
the contract, he shall obtain prior approval of Engineer-in-charge of minor component. The new
agency/agencies shall also have to satisfy the laid down eligibility criteria. In case Engineer-in-charge is
not satisfied with the performance of any agency, he can direct the contractor to change the agency
executing such items of work and this shall be binding on the contractor.
20.1.10The main contractor has to enter into agreement with contractor(s) associated by him for execution of
minor component(s). Copy of such agreement shall be submitted to EE/DDH in charge of each minor
component as well as to EE in charge of major component. In case of change of associate contractor, the
main contractor has to enter into agreement with the new contractor associated by him.
20.1.11 Running payment for the major component shall be made by EE of major discipline to the main
contractor. Running payment for minor components shall be made by the Engineer-in-charge of the
discipline of minor component directly to the main contractor.
20.1.12AThe composite work shall be treated as complete when all the components of the work are completed.
The completion certificate of the composite work shall be recorded by Engineer-in-Charge of major
component after record of completion certificate of all other components.
20.1.12BFinal bill of whole work shall be finalized and paid by the EE of major component. Engineer(s) in
charge of minor component(s) will prepare and pass the final bill for their components of work and
pass on the same to the EE of major component for including in the final bill for composite contract.
Executive Engineer
‘H’ Division, CPWD.
3-4, Pt. Pant Marg,
New Delhi
C.P.W.D.- 8
12
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
STATE :- Delhi. CIRCLE :- Delhi Central Circle-IX
BRANCH :- B & R DIVISION :- H-Division
ZONE :- N.D.Z-II
Item Rate Tender & Contract for Composite Works
(A) Tender for the work of :--
Up-gradation of residential qtrs. under 4/H Sub-Division, CPWD, New Delhi dg. 2015-2016.(SH-A:-
Renovation of kitchen, toilet,bath & replacement of flooring etc. in 48 No type II quarters, repair in shafts, C I
stacks, wiremesh windows shutters in 50 nos type IV quarters ,660 nos type II & 210 nos type III quarters and
wooden shelf in kitchen for 700 nos GPR Accommodation under sub division 4/H DIZ Area ) (SH-B:
Electrical Upgradation of 20 Nos. Type-II, 15 Nos. Type-III qtrs. under SC 249 & 250 and staircase in Sec-I
type-II, and Sec-D, DIZ Area New Delhi)
(i) To be uploaded online by 3.00 PM on 27-11-2015 to at www.tenderwizard.com/CPWD or
www.cpwd.gov.in or www.eprocure.gov.in
(ii) To be opened on line in presence of tenders who may be present at 3:30 PM on 27-11-2015 in
the office of Executive Engineer, H- Division, CPWD, 3-4, Pt. Pant Marg, New Delhi.
Tender document made available Online to the agency.
**To be filled by EE, H-Division.
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, clause 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 documents for the work.
I/We hereby tender for the execution of the work specified for the President of India within the time specified in
Schedule ’F’, viz., schedule of quantities and in accordance in all respects with the specifications, designs, drawings
and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of
contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as
applicable.
I/We agree to keep the tender open for Sixty (60) days from the due date of its opening and not to make any
modifications in its terms and conditions.
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 scheduled bank is scanned and
duploaded. If I/we, fail to furnish the prescribed performance guarantee within prescribed period. I/we agree that the
said President of India or his successors in office shall without prejudice to any other right or remedy, be at liberty to
forfeit the said earnest money absolutely. Further, if I/we fail to commence work as specified, I/we agree that
President of India or his successors in office shall without prejudice to any other right or remedy available in law, be
at liberty to forfeit the said performance guarantee absolutely, the said performance guarantee shall be a guarantee to
execute all the works referred to in the tender documents upon the terms and conditions contained or referred to those
in excess of that limit at the rates to be determined in accordance with the provisions contained in clause 12.2 & 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.
13
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
I/We undertake and confirm that eligible similar works(s) has/have not been got executed through another
contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/We shall
be debarred for tendering in CPWD in future forever. Also, if such a violation comes to the notice of Department
before date of start of work, the Engineer-in-Charge shall be free to forfeit amount of Earnest Money Deposited/
Performance Guarantee.
I/We hereby declare that I/we shall treat the tender documents drawings and other records connected with the
work as secret/confidential documents and shall not communicate information/derived therefrom to any person other
than a person to whom I/We am/are authorised to communicate the same or use the information in any manner
prejudicial to the safety of the State.
Dated .................... Signature of Contractor
Postal Address #
Witness : #
Address: #
Occupation : #
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:-
I) *
ii) *
iii) *
For & on behalf of the President of India.
Signature ....................................
Dated *...................... Designation .........................
* To be filled in by EE
# To be filled by the contractor
14
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
SCHEDULES OF WORK
SCHEDULE ‘A’
Schedule of quantities (Enclosed Pages for Civil Work) : Page No 48 to 58 .
SCHEDULE ‘B’
Schedule of materials to be issued to the contractor.
S.No. Description of item Quantity Rates in figures & words at which the
material will be charged to the contractor
Place of Issue
1 2 3 4 5
---------NIL----------
(Material required for the work shall be arranged by the Contractor)
SCHEDULE ‘C’
Tools and plants to be hired to the contractor
___________________________________________________________________________________________
Sl. No. Description Hire charges per day Place of issue
___________________________________________________________________________________________
1 2 3 4
___________________________________________________________________________________________
NIL
(Shall be arranged by the Contractor )
SCHEDULE ‘D’
Extra schedule for specific requirements/documents for the work, if any. N.A.
SCHEDULE ‘E’
1. Refrence to General Conditions : General conditions of contract for CPWD works -2014 of contract
as amended upto the last date of submission of Bids.
Name of Work : Up-gradation of residential qtrs. under 4/H Sub-Division, CPWD,
New Delhi dg. 2015-2016.(SH-A:- Renovation of kitchen,
toilet,bath & replacement of flooring etc. in 48 No type II quarters,
repair in shafts, C I stacks, wiremesh windows shutters in 50 nos
type IV quarters ,660 nos type II & 210 nos type III quarters and
wooden shelf in kitchen for 700 nos GPR Accommodation under
sub division 4/H DIZ Area ) (SH-B: Electrical Upgradation of 20
Nos. Type-II, 15 Nos. Type-III qtrs. under SC 249 & 250 and
staircase in Sec-I type-II, and Sec-D, DIZ Area New Delhi)
Estimated cost of work : Rs.2,95,06,141/- (For Civil Work Rs. 2,67,12,387/- + For Elect.
Work Rs. 27,93,754/- )
(i) Earnest money : Rs. 5,90,123/-(For Civil Work Rs. 5,34,248/- + For Elect. Work
Rs. 55,875/-, To be returned after receiving performance Guarantee)
(ii) Performance guarantee : 5% of tendered value.
(iii) Security Deposit : 2.5% of tendered value.
SCHEDULE ‘F’
General Rules & Directions : General Conditions of Contract for CPWD Works 2014
with amendments upto last date of online Submission of Bid.
Officer inviting tender : Executive Engineer, H- Division, CPWD, New 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
15
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
Definitions:
2(v) Engineer-in-Charge : Executive Engineer, H-Division, CPWD New Delhi.
2(viii) Accepting Authority : Chief Engineer, NDZ-II, CPWD, New Delhi.
2(x) Percentage on cost of
materials and labour to
cover all overheads and
profits. : 15%
2(xi) Standard schedule of
Rates : Delhi Schedules of rate 2014 with correction slips issued upto the
last date of online submission of tender.
2(xii) Department : Central Public Works Department
9(ii) Standard CPWD contract
Form : GCC-2014 CPWD Form 8, as modified and corrected upto the last
date of Submission online Bid.
Clause1
(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
: 15 Days
(ii) 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,
: 10 Days
(iii) Maximum allowable extension with late fee @ 0.1% per day of
performance guarantee amount beyond the period provided in
(i) above
: 5 Days
Clause 2
Authority for fixing
compensation under clause 2 : Superintending Engineer, Delhi Central Circle-9, CPWD, New
Delhi.
Clause 2A
Whether Clause 2A shall be
applicable. : No
Clause 5
Number of days from the date
of issue of letter of acceptance
for reckoning date of start. : 15 Days
Table of Milestones : As per Table given below
Sl.
No.
Description of Milestone
(Financial)
Time Allowed in days
(from date of start )
Amount to be withheld in case of non
achievement of milestone
1 One fourth of whole work (25% of
Tendered amount) ¼ of the whole work
In event of non- achieving the desired
progress, 1% of the tendered value of
the work shall be withheld for the
failure of each milestone. 2 Half of whole work (50% of
Tendered amount)
½ of the whole work
3 Three fourth of whole work (75% of
Tendered amount)
¾ of the whole work
4 Full work (100% of tendred amount) Full
Time allowed for execution of work : Twelve Months
16
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
Authority to decide:
(i) Extension of time for
completion of work : Executive Engineer, H-Division, 3-4, Pt. Pant Marg, New Delhi.
(ii) Authority to decide
rescheduling of Mile stones : Superintending Engineer, DCC-IX, CPWD, New Delhi.
Shifting of date of start in
case of delay in Handing over
of site
Clause 6, 6A
Clause applicable –(6 or 6A) : Clause 6A
Clause 7
Gross work to be done together with net payment/adjustment : Rs.23 Lakh
of advances for material collected, if any, since the last such
payment for being eligible to interim payment
Clause 7A
No Running Account bill shall be paid for the work till : Yes applicable
the applicable labour licenses, registration with EPFO,
ESIC and BOCW Welfare Board, whatever applicable are
submitted by the contractor to the Engineer-in Charge.
Clause 10 A
List of testing equipment to be provided : For tests as listed at serial no. 15 page no. 31
by the contractor at site lab.
Clause 10 B(ii)-
Whether Clause 10 B(ii) shall be applicable: : No
Clause 10C
Component of labour expressed as percentage of total value of work : 25 %
Clause 10CA -
Materials covered under this clause : Nearest Materials (other than
cement, reinforcement bars and
structural steel) for which All
India Wholesale Price Index to
be followed
Base Price and its corresponding
period of all materials covered under
clause 10CA
1 Cement (P.P.C.)
2. Reinforcement bars (TMT Steel)
Primary manufacturer
1. Rs. 4240/-Per MT, June, 2015
2. Rs. 40505/- Per MT, June, 2015
* Base price of all the materials covered under clause 10CA is to be mentioned at the time of approval of NIT.
Clause 10CC-
Clasue 10CC to be applicable in contracts with stipulated period of : N/A.
completion exceeding the period shown in the next column. Schedule
of component of other Materials, Labour, POL etc. for price escalation.
Component of Civil –
(Except material covered under clause : Xm………NIL……..%
10CA)/Electrical construction value
of work.
17
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
Component of Labour expressed as percent : Y…………NIL……..%
of total value of work
Component of POL expressed as percent : Z…………NIL……..%
of total value of work
Clause 11
Specifications to be followed for
execution of work : CPWD specification 2009, Volume-I & Volume-II with
correction slips issued upto last date of submission of
Online Bid.
Clause 12
Type of Work : Maintenance work i/c works of upgradation, aesthetic,
special repair, addition/alteration
12.2 & 12.3
Deviation limit beyond which clause : 50%
12.2 & 12.3shall apply for building
work.
12.5
Deviation limit beyond which clause
12.2 & 12.3 shall apply for foundation : 100%
work.
Payment of deviated quantities shall be made at agreement rate only and overall deviation should not be exceed more
than 25%.
Clause 16
Competent Authority for deciding
reduced rates : Superintending Engineer DCC-IX, CPWD New Delhi; for
Civil Work.
Clause 18
List of mandatory machinery, tools & plants : 1. Hopper Mixer, 2. Wheel Barrow, 3. Caution Boards
to be deployed by the contractor at site 4. Ladders (Bamboo/ Aluminum), 5. Double M.S. Ladders
(Collapsible) 6. Challis (Bamboo/ M.S.), 7. Ghorries
Clause 25
1. For total claims more than Rs. 25 Lacs.
Chairman - Chief Engineer, NDZ-V, CPWD, New Delhi
Member - Director (Works cum TLC), O/o ADG (NDR)
Member - Superintending Engineer, DCC-IX, CPWD, New Delhi.
2. For total claims upto Rs. 25.0 lacs
Chairman - Director (Works cum TLC), O/o ADG (NDR)
Member - Executive Engineer (P), O/o Chief Engineer, NDZ-II
Member - Executive Engineer ‘H’ Division, CPWD, New Delhi
CLAUSE 31:- - Water to be arranged by contractor
CLAUSE 36 (i):
Requirement of Technical Representative(s) and Recovery Rate
18
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
Sl.
No.
Minimum
Qualifications
of Technical
representative
Discipli
ne
Designation
(Principal
technical
/technical
representative)
Minimum
Experience
Number Rate which recovery shall be
made from the contractor in
the event of not fulfilling
provision of class 36(i)
Figures Words
1. Graduate
Engineer
or
Diploma
Engineer
Civil Project Manager
cum Planning/
Site/ Quality/
Billing Engineer
2 years
or
5 years
respectively
1
+
1
Rs. 15000/-
Rs. Fifteen
Thousand
only (per
month per
person)
Assistant Engineer retired from Govt. services that are holding Diploma will be treated at par with Graduate Engineer
Clause 42 I)
(a) Schedule/statement for determining theoretical : Delhi Schedule of Rates 2014 with
upto quantity of cement & bitumen on the basis of correction slips amended upto the last
Delhi Schedule of Rates. date of submission of online Bids.
II) Variations Permissible On Theoretical Quantities
(a) Cement for works with estimated cost put : 3% plus/minus.
to tender not more than Rs. 5 lakhs
for works with estimated cost put to : 2 % plus/minus.
tender more than Rs. 5 lakhs
(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.
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION
Sl No. Description of item Excess use
beyond
permissible
variation
Less use beyond
permissible Remarks
variation
1. Cement (P.P.C.) Nil Rs. 4240/- per MT Subject to condition
that executed work
is not substandard Steel Reinforcement
(TMT Steel) Primary
manufacturer Nil Rs. 40,505/- per MT
19
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
To be signed by the bidder and same signatory competent / authorized to sign the relevant contract on behalf of
CPWD.
INTEGRITY AGREEMENT
This Integrity Agreement is made at ............... on this ........... day of ...........2015
BETWEEN
President of India represented through Executive Engineer, ‘H’ Division, CPWD, 3-4, Pt. Pant Marg, New Delhi
(Hereinafter referred as he ‘Principal/Owner’, which expression shall unless repugnant to the meaning or context
hereof include its successors and permitted assigns)
AND
.............................................................................................................
(Name and Address of the Individual/firm/Company)
through .................................................................... (Hereinafter referred to as the
(Details of duly authorized signatory)
“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context hereof include its
successors and permitted assigns)
Preamble
WHEREAS the Principal / Owner has floated the Tender (NIT No. 03/CE(NDZ-II)/ EE- H, Div/2015-16) (hereinafter
referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract for ‘‘The work
of ‘Up-gradation of residential qtrs. under 4/H Sub-Division, CPWD, New Delhi dg. 2015-2016.(SH-A:- Renovation
of kitchen, toilet,bath & replacement of flooring etc. in 48 No type II quarters, repair in shafts, C I stacks, wiremesh
windows shutters in 50 nos type IV quarters ,660 nos type II & 210 nos type III quarters and wooden shelf in kitchen
for 700 nos GPR Accommodation under sub division 4/H DIZ Area ) (SH-B: Electrical Upgradation of 20 Nos. Type-
II, 15 Nos. Type-III qtrs. under SC 249 & 250 and staircase in Sec-I type-II, and Sec-D, DIZ Area New
Delhi))’hereinafter referred to as the “Contract”.
AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules,
regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s) and
Contractor(s).
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity
Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall also be read
as integral part and parcel of the Tender/Bid documents and Contract between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as
follows and this Pact witnesses as under:
Article 1: Commitment of the Principal/Owner
1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to observe the
following principles:
(a) No employee of the Principal/Owner, personally or through any of his/her family members, will in
connection with the Tender, or the execution of the Contract, demand, take a promise for or accept, for
self or third person, any material or immaterial benefit which the person is not legally entitled to.
(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason. The
Principal/Owner will, in particular, before and during the Tender process, provide to all Bidder(s) the
same information and will not provide to any Bidder(s) confidential / additional information through
which the Bidder(s) could obtain an advantage in relation to the Tender process or the Contract
execution.
(c) The Principal/Owner shall Endeavour to exclude from the Tender process any person, whose conduct in
the past has been of biased nature.
2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal
offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation of
the principles herein mentioned or if there be a substantive suspicion in this regard, the Principal/Owner will
20
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
inform the Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its internal
laid down policies and procedures.
Article 2: Commitment of the Bidder(s)/Contractor(s)
1) It is required that each Bidder/Contractor (including their respective officers, employees and agents) adhere
to the highest ethical standards, and report to the Government / Department all suspected acts of fraud or
corruption or Coercion or Collusion of which it has knowledge or becomes aware, during the tendering
process and throughout the negotiation or award of a contract.
2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent corruption. He
commits himself to observe the following principles during his participation in the Tender process and
during the Contract execution:
a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or give
to any of the Principal/Owner’s employees involved in the Tender process or execution of the Contract
or to any third person any material or other benefit which he/she is not legally entitled to, in order to
obtain in exchange any advantage of any kind whatsoever during the Tender process or during the
execution of the Contract.
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict
competitiveness or to cartelize in the bidding process.
c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further the
Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain), or pass
on to others, any information or documents provided by the Principal/Owner as part of the business
relationship, regarding plans, technical proposals and business details, including information contained
or transmitted electronically.
d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of
agents/representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shall
disclose names and addresses of foreign agents/representatives, if any. Either the Indian agent on behalf
of the foreign principal or the foreign principal directly could bid in a tender but not both. Further, in
cases where an agent participate in a tender on behalf of one manufacturer, he shall not be allowed to
quote on behalf of another manufacturer along with the first manufacturer in a subsequent/parallel tender
for the same item.
e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has made, is
committed to or intends to make to agents, brokers or any other intermediaries in connection with the
award of the Contract.
3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an
accessory to such offences.
4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in fraudulent
practice means a willful misrepresentation or omission of facts or submission of fake/forged documents in
order to induce public official to act in reliance thereof, with the purpose of obtaining unjust advantage by or
causing damage to justified interest of others and/or to influence the procurement process to the detriment of
the Government interests.
5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive Practices
(means the act of obtaining something, compelling an action or influencing a decision through intimidation,
threat or the use of force directly or indirectly, where potential or actual injury may befall upon a person,
his/ her reputation or property to influence their participation in the tendering process).
Article 3: Consequences of Breach
Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract or its
established policies and laid down procedures, the Principal/Owner shall have the following rights in case of
breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/ Contractor accepts and
undertakes to respect and uphold the Principal/Owner’s absolute right:
1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed a
transgression through a violation of Article 2 above or in any other form, such as to put his reliability or
credibility in question, the Principal/Owner after giving 14 days notice to the contractor shall have powers to
21
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract, if
already executed or exclude the Bidder/Contractor from future contract award processes. The imposition
and duration of the exclusion will be determined by the severity of transgression and determined by the
Principal/Owner. Such exclusion may be forever or for a limited period as decided by the Principal/Owner.
2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has disqualified the
Bidder(s) from the Tender process prior to the award of the Contract or terminated/determined the Contract
or has accrued the right to terminate/determine the Contract according to Article 3(1), the Principal/Owner
apart from exercising any legal rights that may have accrued to the Principal/Owner, may in its considered
opinion forfeit the entire amount of Earnest Money Deposit, Performance Guarantee and Security Deposit of
the Bidder/Contractor.
3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor, or of an
employee or a representative or an associate of a Bidder or Contractor which constitutes corruption within
the meaning of IPC Act, or if the Principal/Owner has substantive suspicion in this regard, the
Principal/Owner will inform the same to law enforcing agencies for further investigation.
Article 4: Previous Transgression
1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other Company in
any country confirming to the anticorruption approach or with Central Government or State Government or
any other Central/State Public Sector Enterprises in India that could justify his exclusion from the Tender
process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender process or
action can be taken for banning of business dealings/ holiday listing of the Bidder/Contractor as deemed fit
by the Principal/ Owner.
3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by him and has
installed a suitable corruption prevention system, the Principal/Owner may, at its own discretion, revoke the
exclusion prematurely.
Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors
1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in conformity
with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s) of the principles laid
down in this agreement/Pact by any of its Subcontractors/ sub-vendors.
2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and Contractors.
3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between the
Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the Tender
process, from the Tender process.
Article 6- Duration of the Pact
This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 12
months after the completion of work under the contract or till the continuation of defect liability period,
whichever is more and for all other bidders, till the Contract has been awarded.
If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite the
lapse of this Pacts as specified above, unless it is discharged/determined by the Competent Authority,
CPWD.
Article 7- Other Provisions
1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head quarters of the
Division of the Principal/Owner, who has floated the Tender.
2) Changes and supplements need to be made in writing. Side agreements have not been made.
3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by one or
more partner holding power of attorney signed by all partners and consortium members. In case of a
Company, the Pact must be signed by a representative duly authorized by board resolution.
4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains valid.
In this case, the parties will strive to come to an agreement to their original intensions.
5) It is agreed term and condition that any dispute or difference arising between the parties with regard to the
terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal in accordance with this
Integrity Agreement/ Pact or interpretation thereof shall not be subject to arbitration.
22
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
Article 8- LEGAL AND PRIOR RIGHTS
All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies
belonging to such parties under the Contract and/or law and the same shall be deemed to be cumulative and
not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree that
this Integrity Pact will have precedence over the Tender/Contact documents with regard any of the
provisions covered under this Integrity Pact.
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and
date first above mentioned in the presence of following witnesses:
...............................................................
(For and on behalf of Principal/Owner)
.................................................................
(For and on behalf of Bidder/Contractor)
WITNESSES:
1. ..............................................
(signature, name and address)
2. ...............................................
(signature, name and address)
Place:
Dated :
23
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
To,
………………………..,
………………………..,
………………………..
Sub: NIT No. : 03/CE/NDZ-II/EE/H-Div/2015-16 for the work ‘Up-gradation of residential qtrs. under 4/H Sub-
Division, CPWD, New Delhi dg. 2015-2016.(SH-A:- Renovation of kitchen, toilet,bath &
replacement of flooring etc. in 48 No type II quarters, repair in shafts, C I stacks, wiremesh windows
shutters in 50 nos type IV quarters ,660 nos type II & 210 nos type III quarters and wooden shelf in
kitchen for 700 nos GPR Accommodation under sub division 4/H DIZ Area ) (SH-B: Electrical
Upgradation of 20 Nos. Type-II, 15 Nos. Type-III qtrs. under SC 249 & 250 and staircase in Sec-I
type-II, and Sec-D, DIZ Area New Delhi)’
Dear Sir,
It is here by declared that CPWD is committed to follow the principle of transparency, equity and
competitiveness in public procurement.
The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the
Bidder will sign the integrity Agreement, which is an integral part of tender/bid documents, failing which the
tenderer/bidder will stand disqualified from the tendering process and the bid of the bidder would be summarily
rejected.
This declaration shall form part and parcel of the Integrity Agreement and signing of the same shall be
deemed as acceptance and signing of the Integrity Agreement on behalf of the CPWD.
Yours faithfully
Executive Engineer
‘H’ Division, CPWD
3-4, Pt. Pant Marg, New Delhi
24
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
To,
Executive Engineer,
‘H’ Division, CPWD,
New Delhi
Sub: Submission of Tender for the work of ‘Up-gradation of residential qtrs. under 4/H Sub- Division, CPWD,
New Delhi dg. 2015-2016.(SH-A:- Renovation of kitchen, toilet,bath & replacement of flooring etc. in
48 No type II quarters, repair in shafts, C I stacks, wiremesh windows shutters in 50 nos type IV quarters,
660 nos type II & 210 nos type III quarters and wooden shelf in kitchen for 700 nos GPR Accommodation
under sub division 4/H DIZ Area ) (SH-B: Electrical Upgradation of 20 Nos. Type-II, 15 Nos. Type-III
qtrs. under SC 249 & 250 and staircase in Sec-I type-II, and Sec-D, DIZ Area New Delhi’
Dear Sir,
I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated in the
Integrity Agreement enclosed with the tender/bid document.
I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that
I/We will sign the enclosed integrity Agreement, which is an integral part of tender documents, failing which
I/We will stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF THE BID
SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of
the NIT.
I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and further
agree that execution of the said Integrity Agreement shall be separate and distinct from the main contract, which
will come into existence when tender/bid is finally accepted by CPWD. I/We acknowledge and accept the
duration of the Integrity Agreement, which shall be in the line with Article 1 of the enclosed Integrity
Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement,
while submitting the tender/bid, CPWD shall have unqualified, absolute and unfettered right to disqualify the
tenderer/bidder and reject the tender/bid is accordance with terms and conditions of the tender/bid.
Yours faithfully
(Duly authorized signatory of the Bidder)
25
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
Part-B
26
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
(A) GENERAL CONDITIONS AND SALIENT POINTS FOR CIVIL WORKS
1. All the materials will be arranged by the contractor himself. If any material is issued by the department the
contractor shall bear all incidental charges for cartage, storage and safe custody of such material.
2. A reference made to any Indian Standard Specifications in these documents, shall imply to the latest version of
that standard, including such revisions / amendments as issued by the Bureau of Indian Standards upto last date of
receipt of tenders. The Contractor shall keep at his own cost all such publications of relevant Indian Standard
applicable to the work at site.
3. The work shall be executed and measured as per metric dimensions given in the schedule of quantities, drawings
etc. (FPS units wherever indicated are for guidelines only).
4. Any legal or financial implications resulting out of disposal of earth shall be the sole responsibility of the
contractor. Nothing extra shall be paid on this account.
5. The contractor shall indemnify the Govt. against any claims or obligations arising out of any damage to adjacent
property, structure or to building work done by him.
6. Contractor shall take all precautionary measures to avoid any damage to adjoining property/ building. All
necessary arrangements shall be make in his own cost by the Contractor.
7. The order of preference in case of any discrepancy as indicated under “Conditions of Contract” given in the
General Conditions of contract for Central P.W.D. works 2014 Form may be read as the following:
• Description of schedule of quantities.
• Additional Specification and special condition, if any.
• Contract clauses of General conditions of contract for Central P.W.D. works 2014 Form.
• CPWD Specifications
• Architectural drawings.
• Indian Standard Specifications/BIS.
• Sound engineering practice.
• Manufacturers Specifications
8. Any reference made to any Indian Standard Specifications in these documents, shall imply to the latest version of
that standard, including such revisions/amendments as issued by the Bureau of Indian Standards up to last date of
receipt of tenders. The contractor shall keep at his own cost all such publications of relevant Indian Standards
applicable to the work at site.
9. The contractor shall take all precautions to avoid accidents by exhibiting caution boards day and night. The
contractor shall be responsible for all damages and accident due to negligence on his part.
10. No foreign exchange shall be made available by the department for the purchase of equipments, plants,
machinery, material of any kind or other items required to be carried out in execution of work.
11. If the work is carried out in more than one shift or during night, no claim on this account shall be entertained.
12. Any damage caused by the contractor to the existing building/installations/roads/boundary walls shall be made
good by him (the contractor) at his own cost.
13. No labour huts shall be kept at the site of work. Tenderers shall quote their rates accordingly nothing extra shall
be paid on this account:-
(a) The contractor shall provide CGI sheet barricading as required according to the rules of NDMC or any other
relevant authority for the work. The same shall be maintained by the contractor till the work is completed. After
completion of work, the same shall be removed and deposited with the department as per the direction of
Engineer-in-charge.
(b) The contractor shall take all necessary measures for the safety of traffic during construction and provide, erect
and maintain such barricades, including signs, marking, flags lights and flagman as necessary, at either end of the
excavation / embankment and at such intermediate points, as directed by the Engineer-in-charge for the proper
identification of construction area. He shall be responsible for all damages and accidents caused due to negligence
on his part. Nothing extra shall be paid on this account.
11. In case there is any discrepancy between English Version and corresponding Hindi version, if provided, then
the provisions in English Version will prevail.
12. Wherever any reference to any Indian Standard Specifications/ International standard occurs in the documents
relating to this contract, the same shall be inclusive of all amendments issued there-to or revisions thereof, if any,
up to the date of receipt of bids.
13. Samples for particular items of work shall be prepared, where so specifically desired by Engineer-in- charge, for
prior approval of the Engineer-in-charge, before taking up the same on mass scale and nothing shall be payable on
this account.
27
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
14. Wherever desired by Engineer-in-charge, the contractor shall also construct a sample unit complete in all respect
within time specified by the Engineer-in-charge & this sample unit shall be got approved from the Engineer-in-
charge before mass construction is taken up .No extra claim, whatsoever beyond the payment due at agreement
rates, will be entertained to the contractor on this account .
15. If as per municipal rules, or due to any other restrictions, the huts for labourers are not to be erected at the site of
work by the contractors, then the contractors shall provide such accommodation at such locations as are
acceptable to local bodies, or contractor shall make his own alternative arrangement for stay of labourers outside
the site of work, for which nothing extra shall be payable.
16. Unless otherwise specifically provided in the Schedule of quantities, the rates quoted by the contractor shall be all
inclusive and shall apply to all heights, lifts, leads and depths of the building and nothing extra over and above
quoted rates in agreement shall be payable to him on this account. However, payment for centering, shuttering, if
required to be done for floor heights greater than 3.5m, shall be admissible at rates arrived at, in accordance with
clause 12 of the agreement, if not already specified otherwise.
17. The working drawings, shall mean to include both architectural and structural drawings respectively. The
structural and architectural drawings shall be properly correlated before executing the work. In case of any
difference noticed between architectural and structural drawings, final decision, in writing of the Engineer-in-
charge shall be obtained by the contractor before proceeding further.
18. Cast iron pipes and fittings without ear shall be used. However, pipes and fittings with ears may be accepted
without any extra payment. In such cases, clamps are not required and no extra payment shall be made for fixing
the pipes in a different manner.
19. Any cement slurry, required to be added over base surface for bond or for continuation of concreting, its cost shall
be deemed to have been included in the respective items, unless specified otherwise and nothing extra shall be
payable nor extra cement shall be considered in the cement consumption on this account.
20. Stacking of materials and excavated earth including its disposal shall be done as per the directions of the
Engineer-in-Charge. Double handling of materials or excavated earth, if required, shall have to be done by the
contractor at his own cost.
21. No claim for idle establishment & labour, machinery & equipments, tools & plants and the like, for any reason
whatsoever, shall be admissible during the execution of work as well as after its completion.
• The building work will be carried out in the manner complying in all respect with the requirements of
relevant bylaws of the local body under the jurisdiction of which the work is to be executed or as directed
by the Engineer-in-charge and nothing extra will be paid on this account
• The contractor shall give a performance test of the entire installation(s), as per standing specifications,
before the work is finally accepted and nothing extra whatsoever shall be payable to the contractor for the
test.
22. Any damage to work resulting from weathering conditions, defacing or from any other cause such as negligent
act on the part of contractor, until the work is taken over by the Department after completion of work, shall be
made good by the contractor at his own cost.
23. The corrected form CPWD-8 is available with the Cashier for inspection. The contractors are requested to go
through the same. They will be bound by the terms and conditions stated therein.
24. The order of preference in case of any discrepancy as indicated in condition no 8.1 under “Conditions of Contract”
given in General conditions of contract for Central P.W.D. works 2014.
25. The rates shall include the following:-
a) All necessary materials, bolts, nuts, fasteners, nails, screws, rawl plugs, etc. as may be necessary to
complete the work detailed in the specifications, whether or not specifically mentioned. The bider
should ensure that he has studied the drawings carefully and should seek any clarifications he may have
from the Engineer-in-charge of the work. No extra claims will be entertained later on.
b) Cutting, making and repairing of any holes/opening Junction Box for electrical purpose etc. required for any
light fittings, loudspeakers, air-conditioning grills etc.
26. The Executive Engineer has got the right to accept or reject the bid as whole or part of it and no claims what so
ever will be entertained on this account.
27. The dismantling wherever required shall be done in a manner so that no other portion of the building or its fixtures
are damaged. If any damages are done to the building it will be made good by the contractor at his own cost and
no claim what so ever will be entertained on this account.
28. The rates for all items of work shall (Unless clearly specified) include the cost of all labour material and other
aspects involved in the execution of work.
28
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
29. All dismantled materials/ Building rubbish/ Malba and other such material received and collected by the
contractor during the course of execution of work will be removed from the site of work on the same day
positively. All payments including running bills will be released on a certificate to this effect by the Engineer-in-
Charge.
30. 1% water charges if water not arranged by contractor. 2% income tax plus surcharge and 2% sale tax shall be
recovered from the gross amount of each Bill as applicable at the time of bid submission.
31. Bid with contradictory conditions/ Rebate will be rejected straight away.
32. The contractor shall write correct postal address on the application for bid papers. In case it is found that the
address given in their application is not correct and as a consequence of the same if any registered letter sent
through postal authorities is received back by the department undelivered to the contractor, the contractor shall be
fully responsible for all the consequence and any such letter sent through registered post shall be deemed to have
been delivered to him.
33. 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 there to or version thereof, if any, upto date of receipt of bid.
34. All the materials shall be got approved from the Engineer-in-Charge before it is put to use. Before the start of the
work 100% of the total requirements for material will have to be deposited with the concerned AE/JE in first
instance. Who shall also maintain an a/c of these materials and submit them with the bills for checking.
35. All doors window, floors furniture, electrical fittings and other articles shall be cleaned free from dust, splashes
and damages; sufficient covering for the days work shall be shown to the representative of the Engineer-in-charge
before the contractor is allowed to proceed with the work. Splashes and droppings from the white washings,
colour washing, distempering, painting etc. on walls, floors, doors, and windows, glass panes down take pipes,
furniture’s, shall be removed by the contractor at, his own cost and the surface cleaned simultaneously after the
completion of the day’s work in individual room or bunglow or premises, where the work is done without waiting
for the actual completion of all the other items of work in contract. In case the contractor fails to comply with the
requirement of this clause, the Engineer –in-Charge shall have the right to get this work done at the risk and cost
of the contractor either departmentally or through another agency. The representative of the Engineer-in-Charge
will mention this, in the site order book, before employing the labour at contractor’s cost.
36. The sub-standard work shall be rejected outright and shall not be measured and nothing extra shall be paid for it.
The decision of the Engineer-in-charge shall be final and binding in this regard.
37. In case material consumed is less than the permissible variation then the work beyond theoretical consumption i/c
variation shall be treated as substandard and quantity for payment purpose will be restricted to as per material
actually consumed.
38. Scrapping shall be got checked from in charge of the work before carrying out finishing work over it.
39. There may be some restrictions on free movement of labourers at site and restriction of working hours and the
agency shall consider this fact while quoting the rates and executing the work. Photo passes if any required for
worker shall be responsibility of the contractor.
40. Existing drains, pipes, cables, overheads wires, sewer lines and water lines and similar services encountered in the course
of the execution of the work shall be protected against the damage by the contractor at his expenses. The contractor shall
not store materials or otherwise occupy any part of the site in a manner likely to hinder the operation of such services
41. Malba received from work shall be removed to designated site (fixed by Engineer in charge) on same day, a
penalty of Rs. 1500/- shall be imposed on the contractor for each day of default
42. If the material as instructed is not brought to the site within 7 days from the date of start of work, Earnest money
shall be forfeited by Engineer in charge or his authorized representative by giving notice through site order book.
43. The Engineer employed by the contractor must attend the office of AE/JE in charge daily and note any
instructions given on site order book.
44. No T & P shall be supplied by the department.
45. Any damage done to the existing structure shall be made good by the contractor at his own risk and cost.
46. The contractor shall be responsible for behavior and conduct of his worker. No worker with doubtful integrity or having
a bad record shall be engaged by the contractor.
29
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
47. No dismantled material should be thrown out from ground or upper floors of the building. All the dismantled
material should be carried out to ground through Chute made of PVC pipe of suitable size & proper clamped only
at no extra cost.
48. All fittings e.g. hinges, handles, stays, sliding door bolt etc. shall be fixed with screws on M.S. plate welded to
frame.
49. For construction works which are likely to generate malba/rubbish to the tune of more than a tempo/ truck load,
contractor shall be dispose of malba, rubbish & other unserviceable materials and wastes at their own cost to the
noticed/ specified dumping ground and under no circumstances these shall be stacked/ dumped, even temporarily
outside the construction premises.
50. The Plinth Level of Building is to be kept as per Architectural drawings. All the items of works such as PCC,
RCC, Brickwork and shuttering etc. In foundation upto the plinth level will be measured and paid as the work
done upto plinth level. Nothing extra due to higher plinth level will be paid and contractors rates quoted for all
these items shall, therefore, the deemed to cater for extra height of plinth.
51. Payments for items of “RCC Work”, brick work and concrete work above different floor shall be made at the rates
provided for those items. For operation of these rates, the floor level shall be considered as top of the main
structural slab in that floor viz. top of RCC slab in main room and not top of any sunk or depressed floor for
lavatory slabs.
52. Guidelines issued by Hon’ble National Green Tribunal in O.A. No. 21 of 2014 and O.A. No. 95 of
2014 in the matter of Vardhaman Kaushik Vs. Union of India & other and Sanjay Kulshreshtha Vs
Union of India & ors : Air Pollution of Dust from Construction and Demolition activity reg. issued
vide letter No. DPCC/EIA/Ref-001 to 172/NGT-21/2015/225-408 dt. 17/04/2015 shall be complied by
the Bidders.
30
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
(B) PARTICULAR SPECIFICATIONS & CONDITIONS FOR CIVIL WORKS
General :-
1. Unless otherwise specified in the schedule of quantities, the rates tendered by the contractor shall be all inclusive
and shall apply to all lifts & all heights, floors including terrace, leads and depths and nothing extra shall be
payable on this account. Centering, shuttering, however if required to be done for RCC beams, RCC floor slabs
and landings only for centering heights greater than 3.5m, shall be measured and paid for separately.
2. Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories should conform to bylaws
and municipal body / corporation where CPWD Specifications are not available. The contractor should engage
licensed plumbers for the work and get the materials (fixtures/fittings) tested by the Municipal Body / Corporation
authorities wherever required at his own cost.
3. The contractor shall give performance test of the entire installation(s) as per the standing specifications before the
work is finally accepted and nothing extra whatsoever shall be payable to the contractor for the test,
4. Any cement slurry added over base surface (or) for continuation of concreting for better bond is deemed to have
been included in the items and nothing extra shall be payable (or) extra cement considered in consumption on this
account. For RCC work, only factory made round type cover block shall be used. For Brickwork unless
otherwise specified FPS bricks shall be used in all items of work. The classification of bricks brought by the
contractor shall conform to the CPWD Specifications.
5. The work shall be carried out in accordance with the Architectural drawings and structural drawings, to be issued
from time to time, by the Engineer-in-Charge. Before commencement of any item of work, the contractor shall
correlate all the relevant architectural and structural drawings issued for the work and satisfy himself that the
information available there from is complete and unambiguous. The discrepancy, if any, shall be brought to the
notice of the Engineer-In-Charge before execution of the work. The contractor alone shall be responsible for any
loss or damage occurring by the commencement of work on the basis of any erroneous and or incomplete
information.
6. Other agencies will also simultaneously execute and install the works of internal electrical installations, sub-
station / generating sets, air-conditioning, lifts, etc. for the work and the contractor shall afford necessary facilities
for the same. The contractor shall leave such recesses, holes, openings trenches etc. as may be required for such
related works (for which inserts, sleeves, brackets, conduits, base plates, clamps etc. shall be supplied free of cost
by the department unless otherwise specifically mentioned) and the contractor shall fix the same at the time of
casting of concrete, stone work and brick work, if required, and nothing extra shall be payable on this account.
Sampling and testing
7. All materials and fittings brought by the contractor to the site for use shall conform to the samples approved by the
Engineer-in-charge, which shall be preserved till the completion of the work. If a particular brand of material is
specified in the item of work in Schedule of Quantity, the same shall be used after getting the same approved from
Engineer-In-Charge. Wherever brand / quality of material is not specified in the item of work, the contractor shall
submit the samples as per suggestive list of brand names given in the tender document / particular specifications
for approval of Engineer-In-Charge. For all other items, materials and fittings carrying ISI Mark shall be used
with the approval of Engineer-In-Charge. Wherever ISI Marked material / fittings are not available, the contractor
shall submit samples of materials / fittings manufactured by firms of repute conforming to relevant specifications
or IS codes and use the same only after getting the approval of Engineer-In-Charge. To avoid delay, contractor
should submit samples as stated above, well in advance so as to give timely orders for procurement. If any
material, even though approved by Engineer-In-Charge is found defective or not conforming to specifications
shall be replaced / removed by the contractor at his own risk & cost.
8. The contractor shall ensure quality construction in a planned and time bound manner. Any sub-standard material /
work beyond set-out tolerance limit shall be summarily rejected by the Engineer-in-charge & contractor shall be
bound to replace / remove such sub-standard / defective work immediately.
9. BIS marked materials except otherwise specified shall be subjected to quality test besides testing of other
materials as per the specifications described for the item/material. Wherever BIS marked materials are brought to
the site of work, the contractor shall furnish manufacturer’s test certificate or test certificate from approved testing
laboratory to establish that the material produced by the contractor for incorporation in the work satisfies the
provisions of BIS codes relevant to the material and / or the work done.
10. BIS marked items (except cement & steel) required on the work shall be got tested. Only important tests, which
govern the quality of the product, shall be carried out. The frequency of such tests shall be 25% of the frequency
specified in the CPWD Specifications 2009 vol I & II with upto date correction slips.
31
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
11. For certain items, if frequency of tests is not mentioned in the CPWD Specifications then relevant IS code shall be
followed and tests shall be carried out @ 25% of the frequency specified therein. Wherever NIT/CPWD
specifications/relevant BIS codes do not specify the frequency of tests, the same shall be carried out as per
direction of the Engineer in charge.
12. All the materials obtained from Govt. Store or otherwise shall be got checked by the Engineer in charge or his
authorized supervisory staff, on receipt of the same at site before use.
13. All materials which are specified to be tested by the manufacturer’s work shall satisfactorily pass the tests in
presence of the authorized representative of Engineer in charge before being used in this work. In case all requisite
testing facilities are not available at the manufacturer’s premises, such testing shall be conducted at laboratory
approved by the Engineer in charge. The charges for such testing shall be borne by the contractor.
14. The testing charges shall be born by the Department except for steel. The cost of samples including packing,
sealing, transportation and other incidental charges shall be borne by the contractor. In all cases, cost of samples
and to and fro carriage shall be borne by the contractor.
15. The contractor has to establish field laboratory and skilled manpower for the following tests at his own cost.
• Particle size and shape.
• Ten percent fine value
• Aggregate impact test
• Surface moisture test.
• Slump test
• Flakiness and elongation index tests. Compressive strength (concrete or bricks) test
• Rebound hammer test
• Bulking of sand
• Silt content of sand
• Thermometer with brass protected end (0-1000 C)
16. The contractor should remove from site, the net surplus earth only. If he disposes earth more than the surplus
quantity and earth is required later to be brought from outside, the contractor shall be liable to supply at site the
such required quantity of earth of required quality at his own cost and nothing shall be paid on the account. The
quantity of the surplus earth to be disposed off from the site shall be worked out on the basis of levels to be taken
before and after the excavation. The decision of the Engineer-in-Charge regarding the quantity of net surplus earth
shall be final & binding. Nothing extra shall be payable to the contractor for stacking the excavated earth.
17. Equipment like excavators/Transit mixer etc. shall be allowed to be moved away from the site when, in written
opinion of Engineer-in-Charge, the same are no longer required at site of work.
18. All the equipment shall be brought, installed and commissioned at site of work at least one week before their
actual planned use at site.
19. All the item of works related to foundation and plinth includes the work of basements also.
20. Deviation in quantities shall be done only with prior written permission of the Engineer in charge. Deviation in
quantities done on the order of other than the Engineer in charge shall not be measured and paid for.
21. To avoid disputes later on, contractor is advised to get the measurement recorded within a week’s time and shall
submit his bills as per relevant clause (7) of the contract. Any dispute regarding measurement including work done
shall be judged within a week’s time failing which measurement, certified and recorded shall be entertained.
22. The work of addition and alterations covered under this contract shall be carried out in piece meal/in parts, and the
contractor shall execute the work in the area made available to him and the contractor shall not claim anything
extra over agreement rates, due to execution of works in piece meal manner.
23. Special conditions for cement:
(i) 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 tonnes per annum as approved by ADG for that sub region.
The tenderers may also submit a list of names of cement manufacturers which they propose to use in the
work. The tender accepting authority reserves right to accept or reject name(s) of cement manufacturer(s)
which the tenderer proposes to use in the work. No change in the tendered rates will be accepted if the
32
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
tender accepting authority does not accept the list of cement manufacturers, given by the tenderer, fully or
partially.
The supply of cement shall be taken in 50 kg. bags bearing manufacturer's name and ISI marking. Samples
of cement arranged by the contractor shall be taken by the Engineer-in-charge and got tested in accordance
with provisions of relevant BIS codes. In case the test results indicate that the cement arranged by the
contractor does not conform to the relevant BIS codes, the same shall stand rejected, and it shall be
removed from the site by the contractor at his own cost within a week's time of written order from the
Engineer- in-charge to do so.
(ii) The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the
Engineer-in- charge. The cement godown of the capacity to store a minimum of 2000 bags of cement or as
decided by the Engineer- in- charge shall be constructed by the contractor at site of work for which no
extra payment shall be made.
(iii) Double lock provision shall be made to the door of the cement godown. The keys of one lock shal 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.
(iv) 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/Department in the manner indicated below:
(v) By the contractor, if the results show that the cement does not conform to relevant BIS codes.
(vi) By the Department, if the results show that the cement conforms to relevant BIS codes.
(vii) 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.
(viii) 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.
(ix) The damaged cement bags 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.
Chief Engineers may change the brand of Cement depending upon availability in local market, if needed.
Instructions in this respect can be issued by them at regular intervals. The name of manufacturers should
be finalized after taking into consideration the suggestions of contractors during pre bid meeting, if any.
Similar conditions for cement of other types like slag cement etc. may be incorporated wherever required
by the NIT approving authority by providing for relevant BIS Codes, suitable brands of cement and
technical circulars issued by the department.
24. Special conditions for steel
(i) "The contractor shall procure TMT bars of Fe 500 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
tonnes per annum and above.
The TMT bars of grade Fe 500D shall have elongation more than 14.5% and shall conform to other
requirements of Fe 500D of IS 1786.
(ii) 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.
(iii) Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in this regard in
relevant BIS codes. In case the test results indicate that the steel arranged by the contractor does not
conform to the specifications as defined under para (1) (d) & (1) (e) above, the same shall stand rejected,
and it shall be removed from the site of work by the contractor at his cost within a week time or written
orders from the Engineer-in-Charge to do so.
33
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
(iv) The steel reinforcement bars shall be brought to the site in one lot only, or as decided by the Engineer-in-
charge.
(v) 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.
(vi) For checking nominal mass, tensile strength, bend test, re-bend test etc. specimens of sufficient length shall
be cut from each size of the bar at random for tests.
Size of bar For consignment below 100 tonnes
Under 10 mm dia bars One sample for each 25 tonnes or part thereof
10 mm to 16 mm dia bars One sample for each 35 tonnes or part there of
Over 16 mm dia bars One sample for each 45 tonnes or part there of
(vii) The contractor shall supply free of charge the steel required for testing including its transportation to testing
laboratories. The cost of tests shall be borne by the contractor.
(viii) 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.
(ix) 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.
RCC Work :
25. The cover blocks, wherever used, for proper cover & to avoid displacement of reinforcement bars shall be
manufactured in factory nothing extra shall be paid for providing such cover blocks in the work.
26. Nothing extra shall be paid for the centering & shuttering circular in shape wherever the form work is having a
mean radius exceeding 6m in plan.
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 edge shall be under item if cantering and
shuttering of RCC slabs. Nothing extra shall be paid for the side shuttering at the edge of these projected
balconies and projected verandah slabs.
Wood Work
27. Factory made shutter, as specified shall be obtained from factories to be approved by the Engineer-in-charge &
shall conform to relevant Indian Standards. The contractor shall inform well in advance to the Engineer-in-charge,
the names and address of the factory from which the contractor intends to get the shutters manufactured. The
contractor will 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 & recommend a name
of another factory from the approved list in case 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.
The contractor will also arrange stage wise inspection of the shutters at factory to the Engineer-in-charge or is
authorised 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 and quality. Such shutters will not be measured & paid and
the contractor shall remove the same from the site of work within 7 days after the written instruction in this regard
are issued by Engineer-in-charge or his authorised representative.
Steel Work :
28. The standard sectional weights referred in CPWD Specifications 2009 Vol. I (with uptodate correction slips) shall
be considered for conversion of length of various sizes of Mild Steel bars and Sections.
However, the average sectional weight of each diameter of bars or Sections shall be arrived on the basis of
samples of each lot from steel received at site. In case the actual weight of steel is less than the standard co
efficient given in CPWD Specification but is within the tolerance limit of acceptance, the same (actual weight)
shall be taken into account for working out the variations between the actual and standard co efficient &
contractor shall be paid for the actual weight of steel in this case.
34
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
However, nothing extra shall be payable in case the actual weight of steel is more than the standard coefficient
mentioned above .
The rate of T/L iron frame shall include the cost of materials & labour of the following:-
(a) M.S. tie of 10 mm dia. bar shall be welded to M.S. frames at the bottom to keep the frames in correct
position. The tie shall be embedded in floor concrete. No tie shall be necessary for window frames.
(b) M.S. frame for doors shall have 4 Nos. M.S. lugs 15 x 3 mm., 10 cm long, welded to each vertical member of
the frame.
(c) The M.S. plate cramps 15 x 6 mm thick for holding arrangements shall be provided and welded as per site
conditions.
(d) All welded steel work shall be tested for quality of weld as laid down in IS 822 before actual erection.
(e) Steel windows/ventilators to be provided in the work shall be from ISI approved manufacturers or from the
firms approved by the Chief Engineer, CPWD.
Door shutters frames of M.S. tube.
29. The M.S. Tube shall be hot fusion welded type of steel grade ST 32. The door shutter frames shall be factory
manufactured as per drawings & specifications.
30. Vertical styles, top rail and bottom rail shall be of size 25 mm x 50mm of tube thickness 1.25mm.
31. Lock rail shall be of size 25 x 75mm of tube thickness 1.25mm.
32. The shutter frames shall be made of tubes which have been cut to length & mitered. The corners shall be welded
to form a solid fused welded joint conforming the requirements of the CPWD Specifications 2009, Volume I &
II. (With upto date correction slips). The process of welding shall be flash butt welding.
33. Actual size of shutter frame shall not vary by more than + 2mm than those shown in drawings.
34. Necessary holes and slots for hinges & fittings shall be made.
35. Priming coat of red oxide zinc chrome primer conforming to I.S. 2074-1979 shall be given. Before priming coat
the steel surface shall be thoroughly cleaned of rust, scale & dust.
36. The door shutter frame shall be measured in running metre, along the centre line of the frame correct to a 1 mm &
weight calculated according to standard tables. No deduction or extra payment shall be made for making
holes/slots and making arrangements for fixing fittings.
37. The rate includes cost of material and labour involved in all the operations described above.
M.S. Sheet Door
38. M.S. Sheet and the welding shall be as per CPWD Specifications 2009, Volume I & II. (with upto date correction
slips). The M.S. Sheet on each face shall be in each piece. No joints in M.S. Sheets shall be permitted. The doors
shall be factory manufactured as per drawings & specifications.
39. The M.S. Sheet shall be cut to size and welded to the M.S. Tube door shutter frames at the junctions. Tack welds
1 cm long @ 30 cm c/c shall be provided to each junction of M.S. Sheet & M.S. Tube vertical styles & horizontal
rails. Tack welds between lock rail of M.S. tube shutter frame & the outer M.S. Sheet shall be provided before
welding the inner sheet to the door shutter frame.
40. Necessary slots for providing 1 cm long tack welds between lock rail of M.S. tube door shutter & inner M.S. Sheet
shall be made in the M.S. Sheet and tack welds provided.
41. 2 cm tack welds shall be provided at each corner in addition to the 1 cm tack welds specified. in 18.2.
42. Painting shall be as per CPWD Specifications 2009, Volume I & II. (with upto date correction slips).
43. Necessary holes/slots/arrangements for fittings shall be made.
44. Measurements shall be as per CPWD Specifications 2009, Volume I & II. (with upto date correction slips).
45. The rate shall include the cost of materials and labour involved in all the operations described above.
35
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
Flooring :
46. The Granite marble, Kota, Chittor, Jaiselmer, white sand stone and black Cuddapah or any other stones
mentioned in the tender document and as directed by Engineer in Charge shall be executed as per patterns and
cuttings or patterns of various combinations of marbles/granite/stones shown in the architectural drawings and or
as directed by Engineer in Charge. Nothing extra shall be payable on this account.
47. Samples of flooring marbles/stones/granites shall be deposited well in advance with the Engineer in Charge for
approval. Approved samples should be kept at site with the Engineer in Charge and the same shall not be
removed except with the written permission of Engineer in Charge. No payment whatsoever shall be made for
these samples.
The granite/stone/marble mentioned herein shall conform to the requirements given in CPWD specifications 2009,
Volume I & II. (with uptodate correction slips)
Marble / Granite flooring:
53. These will be read in addition to the specifications of marble flooring given in CPWD specifications2009, Volume
I & II. (With uptodate correction slips).
54. The sample shall not be of size less than 600 mm x 600 mm or as decided by the Engineer-in-charge.
55. The samples shall be fully supported by the details of the quarry and location.
56. The contractor shall use necessary pigments to match the colour of the marble with pointing/jointing. The
pigments shall be got approved, from the Engineer in Charge prior to commencement of flooring item.
57. Samples for sand blasted granite shall be produced separately. Sand blasting shall be carried out after the
selection of the basic granite sample.
58. The rate of items of flooring is inclusive of providing sunken flooring in bathrooms, kitchen etc. and nothing
extra on this account is admissible. The Granite/marble stone flooring in treads and risers of stair case is to be laid
in single piece. Nothing extra shall be paid on these accounts.
59. The measurement shall be made for finished work of flooring.
Vitrified Porcelain Tiles
Dimensional and surface quality requirements and physical and chemical properties shall be as follows:-
i. Deviation in length & width of each tile from the prescribed length ± 0.5%
ii. Deviation in length & width of each tile from the average size of 10 test specimens ± 0.75%
iii. Deviation in thickness of each tile from the prescribed thickness ± 5%
iv. Straightness of sides (Facial sides) related to prescribed sizes ± 0.5%
v. Rectangularity related to prescribed size ± 0.6%
vi. Surface Flatness
a) Centre curvature related to diagonal calculated from prescribed size ± 0.5%
b) Edge curvature related to prescribed size ± 0.5%
c) Warpage related to diagonal calculated from prescribed size ± 0.5%
vii. Surface Quality Minimum 95% of tiles shall be free from visible
defects that would impair the appearance of a major
area of tiles.
viii. Water absorption by weight Less than or equal to 3% average & max. 3.3% for
individual tile.
ix. Modulus of rupture Min. 300 Kg/cm2
x. Scratch hardness (Moh’s scale) Equal to or more than 6
xi. Abrasion resistance Less than or equal to 205mm3
xii. Thermal shock resistance Resistance to 10 cycles
xiii. Co-eff of thermal expansion from ambient
temp. to 100o C(K-1)
Max 9 x 10-6
xiv. Resistance to staining of glazed size Min. Class 2
60. The sampling of tiles for various test shall be as per IS – 13711.
61. The tests shall be carried out as per provisions of IS 13630 (Pt 1 13).
36
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
62. Preparation of surface & laying Base concrete or the RCC slab on which the tiles are to be laid shall be cleaned
wetted & mopped. The bedding mortar shall be as specified in the item of the work. Mortar and tiles shall be laid
as per CPWD Specifications 2009, Volume I & II. (with uptodate correction slips).
63. The pointing & finishing of tiles shall be as per CPWD Specifications 2009, Volume I & II. (with correction slips
issued upto the last date of submission of bids).
64. The measurements shall be as per CPWD Specifications 2009, Volume I & II. (with correction slips issued upto
the last date of submission of bids).except that the glazed tiles mentioned therein shall mean ceramic glazed tiles.
65. The rate shall include the cost of all materials and labour involved in all the operations. Nothing extra shall be
paid for use of cut (sawn) tiles in the work.
Skirting, Veneering, Dado, Risers & Steps, Jambs, Sills & Soffits
66. Nothing extra shall be payable for using combination of marble, granite, kota, sand stone slabs & ceramic tiles etc.
in the required pattern at various locations.
67. 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.
68. Flooring in toilets, verandah, kitchen, courtyard etc. shall be laid to the required slope/gradient as per the
directions of the Engineer-in-Charge.
69. The pattern, spacing and locations of joints shall be as per drawings and direction of the Engineer-in-Charge.
Acrylic Based Texture Paint
66. The acrylic based texture paint shall be of make, composition, texture and shade as per item of work and as
approved by the Engineer-in-charge.
67. The surface on which the paint is to be applied shall be smooth, regular and free from dust etc. Undulations,
broken edges, minor imperfections and irregularities shall be rectified as specified by manufacturer and approved
by Engineer-in-charge so as to make the surface smooth and regular.
68. The texture paint shall be applied in a single coat on the surface as per specifications of the manufacturer.
During application, the surface should be well protected from strong winds, hot sun and cold weather. Adequate
arrangement in this regard shall be made by the contractor.
69. The film thickness shall be 1.5 to 2 mm. The consumption rate of the texture paint for film thickness of 1.5 to 2
mm shall be average 2.5 kg / sqm.
70. Specifications in respect of scaffolding, protective measures, measurement and rate shall be as CPWD
Specifications 2009 (with correction slips issued upto the last date of submission of bids).
Water Supply and Sanitary Installations:
71. The contractor shall submit completion plans for water supply, internal sanitary installations and building drainage
work on drawings prepared preferably through computers (1 original copy plus 3 Photostat) on suitable scales to
show the general arrangement and desired details. In case the contractor fails to submit the completion plans as
aforesaid, security deposit shall not be released.
a) The entire plumbing drawing and sanitary installations drawing/ details shall be submitted by the contractor
and got approved by the Engineer-in-Charge the execution.
b) The entire responsibility for the quality of work will however rest with the building contractor only.
c) The tendered rates shall include the cost of cutting holes in walls, floors, RCC slabs etc. Wherever required
and making good the same for which nothing extra shall be paid.
d) The contractor shall give a satisfactory performance test of the entire installation(s) before the work is finally
accepted and nothing extra shall be payable to the contractor on this account.
General requirements
72. Sanitary fixtures shall be of the best quality and shall be of approved make and manufacture (wherever specified)
as defined in the item of work or defined any where in this document otherwise shall be as mentioned in the
CPWD specifications failing which the same shall be of ISI mark duly approved by the Engineer-in-Charge.
37
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
73. All fixtures and fittings shall be provided with all such accessories as are required to complete the item in
working condition whether specifically mentioned or not in the Schedule of Quantities, specifications, elsewhere
in this tender document & drawings. The quoted rates shall be deemed to be all inclusive for a complete item fit
for use including all materials, labour, T&P, specials, equipments, testing & commissioning etc. Accessories
shall include proper fixing arrangement, brackets, nuts, bolts, screws and required connection pieces. All the
accessories shall be of the quality and make as per manufacturer’s specifications except otherwise specified in
specifications, schedule of quantities and elsewhere in this tender document. Nothing extra whatsoever shall be
payable on aforesaid account.
74. Fixing screws shall be half round head chromium plated brass screws with C.P. washers where necessary
or otherwise as provided in the item.
75. Porcelain sanitary ware shall be glazed vitreous china of first quality free from warps, cracks and glazing
defects and shall conform to I.S. 2556-1967.
76. All fittings and fixtures shall be fixed in a neat workmanlike manner true to required level and
heights and in accordance with the manufacturer’s recommendations and directions of Engineer-in-charge. Care
shall be taken to fix all inlet and outlet pipes at correct positions.
77. All holes or chases shall be properly made good by C.C 1:2:4 (in brick wall) or the concrete mix of RCC element
as directed by the Engineer-in-Charge. Nothing extra shall be payable on this account.
78. Wherever M.S. clamps are required to be anchored directly to brick walls, concrete slabs, beams, walls or
columns, nothing extra shall be payable for making good the same.
79. The soil waste and vent pipes & its related fitting shall conform to IS 3989-84 with latest amendments.
80. Nothing extra for providing and fixing CP Brass caps/extension pieces wherever required for CP Brass fittings
shall be paid beyond the rates payable for corresponding CP Brass fittings.
81. The vitreous china oval type counter top wash basin of size 580 x 450 mm shall be of make and colour as
approved by the Engineer-in-charge. The contractor shall submit samples of various makes & colours to the
Engineer-in-charge in advance for approval.
82. The item of work shall include cutting the counter to the required shape as required, fixing the wash basin &
making necessary repairs to the counter. The item of work shall, however, not include providing and fixing of CI
brackets in the walls to support the wash basin.
Pig Lead
83. The pig lead to be used in jointing 150mm, 100 mm, 75 mm, 50 mm S&S centrifugally pipe joints shall not be
less than 1.76 kg., 0.98 kg., 0.88 kg and 0.77 kg. per joint respectively. However, in case of less use of pig lead
by more than 5% the quantity of pig lead used less than the quantity specified above shall be recovered from the
contractor at market rate to be determined by Engineer in Charge whose decision in the matter will be final.
Embedding of Pipes, Conduits etc.
84. The brick work for the portions of external wall of W.C. through which pipes are taken, will be done after the
pipes are fixed as for as practicable.
85. All crossings, embedment etc. in walls and floors for water supply, drainage and sanitary pipes, fittings etc.
shall be provided as per previously prepared detailed drawings for individual walls and floors so as to avoid
cuttings of brick work and floors. All such areas shall be made good during finishing and nothing extra shall be
paid for this.
Condition of Water
86. The contactor shall make his own arrangement for providing water for construction and drinking purpose, water
charges shall not be recovered on account of it. Contractor shall get the water tested from any laboratory approved
by the Engineer-in-Charge at regular interval as per CPWD specification 2009. All expenses towards collection of
samples, packing, transportation etc. shall be borne by the contractor.
38
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
ADDITIONAL AND SPECIAL CONDITIONS FOR CIVIL WORK
Getting acquainted about type of work/ site condition in advance :-
1. Some restrictions may be imposed by the security staff etc. on the working and for movement of labour, materials
etc. The contractor shall be bound to follow all such restriction / instructions and nothing extra shall be payable on
this account.
2. Other agencies doing works related with this project will also simultaneously execute the work and the contractor
shall afford necessary facilities for the same. The contractor shall leave such necessary holes, opening etc., for
laying/burying in the work pipes, cables, conduits, clamps, boxes and hooks for fan clamps etc. as may be
required for other agencies. Conduits for electrical wiring/cables will be laid in such a way that they leave
enough space for concreting and do not adversely affect the structural members. Nothing extra over the
agreement rates shall be paid for the same. The contractor shall extend necessary co-operation to other such
agencies without any claim on this account.
3. The contractors are advised to get acquainted with the proposed work and its site and also study the
specifications and conditions carefully before biding. No claim of any sort shall be entertained on account of any
site conditions and ignorance of specifications and special conditions.
4. Site is located in sensitive and high security & VVIP area, where movement and routes are restricted. The
contractor shall have to apply for passes well in advance for carrying out the work. No claim whatsoever shall be
entertained for any loss on this account. Some restrictions may be imposed by the security staff/ Delhi police on
the working and for movement of labour, materials etc.
(i) The movement of trucks and vehicles shall be regulated in accordance with rules and regulations as
approved by competent authority.
(ii) The contractor shall be bound to follow all such restrictions / instructions and nothing extra shall be
payable on this account.
(iii) No claim whatsoever will be entertained by the department on account of any, restrictions (including
temporary suspension of work) imposed by the security agencies in execution of work.
(iv) In respect of maintenance/repair or renovation works etc. where the labour have an easy access to the
individual houses, the contractor shall issue identity cards to the labourers, whether temporary or
permanent and he shall be responsible for any untoward action on the part of such labour. AE/JE will
display a list of contractors working in the colony/Blocks on the notice board in the colony and also at the
service centre, to apprise the residents about the same.
Quoting Rate :-
5. The contractor shall quote the rates for each item in figures and words accurately so that there is no discrepancy
in rates written in figures and words and totals. In case of discrepancy, procedure specified in the contract
document of CPWD shall be followed.
6. The rates for all items of work shall, unless clearly specified otherwise, include cost of all labour, material, tools
and plants and other inputs involved in the execution of the item.
7. The contractor(s) shall quote all-inclusive rates against the items in the schedule of quantities and nothing extra
shall be payable for any of the conditions and specifications mentioned in the tender documents unless
specifically specified otherwise.
8. Unless otherwise specified in the schedule of quantities the rates for all items shall be considered as inclusive of
pumping / bailing out water, if necessary for which no extra payment shall be made.
9. The rate for all items, in which the use of cement is involved is inclusive of charges for curing.
10. The building, water supply, internal sanitary installations and drainage work etc. shall be carried out in the
manner complying in all respects with the requirements of relevant byelaws of the local body under the
jurisdiction of which the work is to be executed or as directed by the Engineer in charge and nothing extra shall
be paid on this account.
11. No labour huts shall be allowed inside the campus of above said work. The contractor shall arrange for the stay
of labour outside the campus including transport and nothing extra shall be payable on the account.
39
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
Plan of Works :-
12. The contractor shall make his own arrangements for electricity required for the execution of the work and
nothing extra shall be paid for the same. However, for electrical connection, Engineer-In-Charge shall
recommend the application to concerned local authorities. He shall also make his own arrangement for obtaining
telephone connections for his own use. Necessary fees and i/c consumption charges shall be paid by the
contractor directly to the department concerned. In case the authorities fail to sanction the electric connection or
delay the sanction of electric connection, the contractor shall make his own arrangements by providing diesel
generators of adequate capacity at his own cost.
13. All material shall only be brought at site as per programme finalised with the Engineer-in-Charge. Any pre-
delivery of the material, not required for immediate consumption shall not be accepted and thus not paid for.
14. In case services are encountered during excavation / earthwork, and such services are required to be shifted, the
contractor is bound to carryout the shifting operation as per guidance / instructions and with the approval of the
Engineer-In-Charge. However, necessary payments shall be made in this regard as per provision of the
agreement.
15. Existing drains, cables, pipes, overhead wires, sewer lines, water lines and similar services encountered in the
course of execution of work shall be protected against the damages by the contractor at his own expense. The
contractor shall not store materials or otherwise occupy any part of the site in a manner likely to hinder the
operation of such services.
16. The contractor shall be responsible for the watch and ward / guard of the buildings, safety of all fittings and
fixtures including sanitary and water supply fittings and fixtures provided by him against pilferage and breakage
during the period of installations and thereafter till the building is physically handed over to the department. No
extra payment shall be made on this account.
17. Before start of work, the contractor keeping in view the space available is limited, shall furnish a construction
yard layout, specifying area for construction, positioning of machinery, material yard, cement and other storage,
steel fabrication yard, site laboratory, water tank, conveyers belt, etc. and seek formal approval of the Engineer-
in-charge. No space will be available at site of work for the fabrication of steel / aluminium work grating,
railing, etc. The contractor should make his own arrangement for the same in his workshop. Nothing shall be
paid for the carriage of such manufactured items from workshop to site of work. The contractor shall not stack
building material / malba on NDMC land or road or on the land owned by any other authority and he shall face
penal action as per the rules, regulation and bye-laws of the said body or authority. The Engineer-in-charge shall
be at liberty to recover the amount due but not paid to the concerned authorities on account of the above from any
amount due to the contractor including amount of the security deposit or retention money in respect of this
contractor or any other contract.
18. Integrated Programme chart:-
The contractor shall prepare an integrated programme chart for the execution of work, showing clearly all
activities from the start of work to completion, with details of manpower, equipment and machinery required for
the fulfillment of the programme within the stipulated period or earlier and submit the same for approval to the
engineer in charge within two weeks of the awards of the contract.
19. The programme chart should include the following:
a) Descriptive note explaining sequence of various activities.
b) Network (PERT/CPM/Bar Chart)
c) Programme of procurement of materials by the contractor.
c) Programme of procurement of machinery/ equipments having adequate capacity, commensurate with the
quantum of work to be done within the stipulated period, by the contractor.
e) Time schedule of the requirement of materials to be supplied by the department.
20. If at any time it appears to the Engineer in Charge that the actual progress of the work does not conform to the
approved programme referred above, the contractor shall produce a revised programme showing the
modifications to the approved programme to ensure completion of the work within the stipulated time for
completion.
21. The submission for approval by the engineer in Charge of such programmes or the furnishing of such particulars
shall not relieve the contractor of any or his duties or responsibilities under the contract. This is without prejudice
to the right of the Engineer in Charge to take action against the contractor as per terms and conditions of the
agreement.
40
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
22. In order to adhere to the program, the work shall be carried out in more than one shift and no claim on this
account shall be entertained. Contractor should give advance notice in writing to Engineer-in-charge for doing
any work in odd hour. Contractor shall arrange suitable to and for transportation of CPWD site staff to their
residences, incase the site staff is required to stay beyond office hours.
23. Dismantling of cement concrete floors inside the quarters shall be done with the help of mechanized vibratory
hammer, drills etc. The work shall be carried out in such a way that there should be least disturbance to the
adjoining allottees and work should be completed within least possible time. The contractor must ensure that
there should be no damage to the supporting RCC members.
24. The work if required to be executed in office area in odd hours and the agency shall plan the work to be carried
out accordingly.
25. Due to restriction of driving slow moving vehicle / hand driven rickshaw in NDMC areas, it is required that contractor
should not operate the hand driven rickshaw. Contractor has to make his own arrangement of desired transportation &
nothing extra shall be payable on this account.
27. Before starting the work the contractor shall chalk out a programme in consultation with the Junior Engineer / Assistant
Engineer in charge so as to inform the occupants in advance. The contractor shall have to adhere this programme,
failing which he shall be held responsible for any inconvenience caused to the occupants. In order to ensure that the
work is carried out according to the programme drawn up, the contractor shall ensure adequate supply of the material
and employ required labour strength for execution of work. In case contractor fails to arrange / employ adequate labour
and stick to the programme, the Engineer in charge may supplement the labour at the risk and cost of the contractor
after issue of one day’s notice to the contractor through site order book. No claim for idle labour shall be entertained.
The contractor shall put his representative daily on site of work. His name & signature shall be attested by the contractor
on the record for the department.
28. The contractor should note that the items of work in any house shall be undertaken one at a time, one after the other and
to complete at one stretch in reasonable time allotted for the same by Engineer in charge. Any item left over in any
building will be got done at his risk and cost without any further notice.
29. All the furniture items in the office/quarters shall be shifted safely without any damage to the furniture items, by
the contractor before start of work after getting programme from the concerned office staff / officers in charge of
the room. After finishing of the work the all the furniture items shall be placed in the position and nothing extra
on this account shall be paid.
Necessary Local Authority / Municipal Approvals :-
30. Licenses:-
(i) The contractor shall pay to the municipal, police or other authorities all the fees etc. that may be required by
law, obtain requisite licenses for temporary constructions, enclosures and pay all fees taxes and charges which
shall be livable on account of his obligations in executions of the contract. No extra claim will be entertained on
this account.
(ii) All licensing fees, royalty charges for property rights etc. shall be paid by the contractor direct to the
authorities concerned. No extra claim will be entertained on this account.
31. The contractor shall be bound to follow the instruction and restrictions imposed by the Administration/Police
authorities on the working and/or movement of labour, materials etc. and nothing extra shall be payable on this
account or due to less/restricted working hours or suspension of work or any detours in movement of vehicles
due to stated instructions and restrictions.
32. The contractor shall also be required to follow the rules & restrictions imposed on working
/movement/stacking of materials by the local competent authority at all times. Nothing extra shall be payable on
this account.
33. The work of water supply, internal sanitary installations and the drainage work etc may be required to be
carried out as per local Municipal Corporation or such local body-Bylaws and the contractor in such cases
shall produce necessary completion certificate from such authorities after completion of the work.
34. The contractor shall make his own arrangement for getting the permission (to ply the trucks) from the traffic
police.
Procurement of material other than cement & steel:-
35. The contractor shall take instructions from the Engineer-in-charge for stacking of materials at site. No excavated
earth or building materials shall be stacked on areas where the buildings, roads, services or compound walls or
any other structure are to be constructed.
41
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
36. If ISI marked products are available, the contractor shall use only ISI/BIS marked products. In other cases, the
materials shall conform to CPWD specifications. In case a materials/product is neither covered by ISI nor by
CPWD specification, the work shall be carried out as per sound engineering practice, in such case, the decisions
of the Engineer-in-charge shall be final & binding. In such cases Engineer-in-charge shall satisfy himself about
the quality of such materials and give his approval in writing. Only articles classified as first quality by the
manufacturers shall be used, unless otherwise specified. All materials not bearing ISI mark shall be tested as per
relevant ISI specifications. The Engineer-in-charge may relax the condition regarding testing if the quantity of
the materials required for the work is small. In all cases of use of ISI marked materials, proper proof of
procurement of materials from authentic manufacturers shall be provided by the contractor to the entire
satisfaction of Engineer-in-charge.
37. The words “Equivalent”, “Approval” and authorized” in these specifications shall imply and require written
approval of the Engineer-in-Charge.
38. The contractor shall be issued materials for day to day work, according to the numbers of men employed by him.
The unused materials should be returned by him at the end of the days work along with the empty containers etc.
The empty containers shall be preserved till the completion of the work and the clearance to remove them is
given by the Engineer-in-charge in writing.
39. Full quantity of material purchased from authorized dealers with their cash memos like paint/ distemper/ cement
paint/ OBD/ plastic emulsion of the firm indicated in the items or elsewhere shall be deposited with the JE
concerned before starting execution.
40. The material such as paints, varnish distempers, water proofing cement paint and primers etc. as required shall be
of approved brand and manufactures, and of required shade and confirming (in all respects) to the relevant I.S.
specifications.
Testing of Material :-
41. For water supply, contractor shall make his own arrangement including boring of tubewell, if necessary, and
nothing extra shall be paid by the Department for arrangement of water or on its treatment to meet the
requirements laid down in IS: 456 /2000, or CPWD Specifications 2009 volume I & II with up to date correction
slips.
42. Samples of various materials required for testing shall be provided free of cost by the contractor. All the test
which are available in Central Lab of CPWD must be carried out in Central lab. Testing charges, if any, shall be
borne by the department except for steel provided the test required is not undertaken in central lab of CPWD and
only if the sample passes the test and the test must be conducted in the lab approved by the Engineer-in-charge,
otherwise it shall be borne by the contractor. All other expenditures required to be incurred for taking the
samples, conveyance, packing etc. shall be borne by the contractor himself.
43. The contractor shall produce all the materials in advance so that there is sufficient time for testing and
approval of the materials and clearance before use in work . The Engineer in charge shall be at liberty to test
representative sample(s) of each item of schedule of quantity in any approved laboratory as decided by him. The
sample of testing shall be provided by the contractor free of cost. Any expenditure required to be incurred for
taking sample, conveyance and packing shall be borne by the contractor. In case of any sample of particular lot
fails in testing the contractor shall be bound to replace the entire lot with fresh material of prescribed
specifications. The rejected lot shall be returned to the contractor only after fresh lot is supplied. Testing charge
in respect of failed sample will be recovered from the contractor.
44. With a view to avoid controversy about quality of cement concrete as revealed in the test results of 7 days
cubes falling short of the prescribed standards by over 10% to 20% and pending testing of balance 3
cubes for 28 days as final confirmatory acceptance tests, crushed samples of cement concrete from the failed
7 days cubes should be preserved in a sealed bag .
45. In case of concrete and reinforced concrete work, the contractor shall be required to make arrangement for
carrying out crushing strength tests at his own cost . He shall render all assistance for the preparation of cubes,
safe custody of the same, proper curing and carriage upto the laboratory where the test is to be performed. The
cube test can be performed at any laboratory approved by the Engineer-in-charge.
46. The contractor shall prepare one sample of all items which should be got approved from the Engineer in charge. Only
after acceptance of sample work, contractor will be allowed to commence the work and sample is to be preserved by
contractor till the whole work is completed. The quality of work should confirm to the approved samples.
Execution :-
47. Except for the items, for which particular specifications are given or where it is specifically mentioned otherwise
in the description of the items in the schedule of quantities, the work shall generally be carried out in accordance
with the “CPWD Specifications 2009 Vol. I & II with upto date correction slips (upto date of receipt of tender)
42
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
and instructions of Engineer-In-Charge. Wherever CPWD Specifications are silent, the latest IS Codes /
Specifications shall be followed.
48. All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc. are to be properly tested as
per the design conditions before covering.
49. No payment will be made to the contractor for damages caused by rains during execution of the works and no
claim on this account will be entertained.
50. Before dismantling the structure / item the contractor shall bring the entire material required for particular job at
site after getting the sample approved from the Engineer in charge.
PERFORMANCE GUARANTEE :-
51. (i) The contractor shall submit an irrevocable 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 agreement, (notwithstanding and/ or without prejudice to any other provisions in the contract) within
period specified in schedule `F’ from the date of issue of letter of acceptance. This period can be further
extended by the Engineer-in-Charge upto a maximum period of as specified in schedule `F’ on written request of
the contractor stating the reason for delays in procuring the Bank Guarantee to the satisfaction of the Engineer-in-
Charge.
This guarantee shall be in the form cash (in case guarantee amount is less than Rs. 10,000/-) or in the form of
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 in the
form of Government securities or fixed deposit receipts or Guarantee Bonds of any Scheduled Bank or the State
Bank of India in accordance with the form annexed hereto. In case a fixed deposit receipt of any Bank is
furnished by the contractor to the Government as part of the performance guarantee and the Bank is unable to
make payment against the said fixed deposit receipt, the loss caused thereby shall fall on the contractor and the
contractor shall forthwith on demand furnish additional security to the Government to make good the deficit.
(ii) The Performance Guarantee shall be initially valid upto the stipulated date of completion plus 60 days beyond
that. In case the time for completion of work gets enlarged, the contractor shall get the validity of Performance
Guarantee extended to cover such enlarged time for completion of work. After recording of the completion
certificate for the work by the competent authority, the performance guarantee shall be returned to the contractor,
without any interest.
(iii) The Engineer-in-Charge shall not make a claim under the performance guarantee except for amounts to
which the President of India is entitled under the contract (not withstanding and/ or without prejudice to any
other provisions in the contract agreement) in the event of :-
• Failure by the contractor to extend the validity of the Performance Guarantee as described herein above, in
which event the Engineer-in-Charge may claim the full amount of the Performance Guarantee.
• Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or
determined under any of the clauses/ conditions of the agreement, within 30 days of the service of notice to this
effect by Engineer-in-Charge.
(iv) In the event of the contract being determined or rescinded under provision of any of the clause/ condition of
the agreement, the performance guarantee shall stand forfeited in full and shall be absolutely at the disposal of
the President of India.
43
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
SPECIFICATION AND SPECIAL CONDITIONS FOR MAINTENANCE WORKS A/R & M/O,
S.R. & UPGRADATION WORK
1. The Corrected form CPWD 8 is available with the cashier for inspection. The contractor is requested to go
through the same. They will be bound by the terms and conditions stated therein.
2. The contractor is advised to get acquainted with the proposed works & its site and also study the specifications
and special conditions carefully before bidding. No claim of any sort shall be entertained on account of any site
conditions & ignorance of specifications and special conditions.
3. The works shall be carried out as per CPWD specifications 2009 Vol. I & II with up to date corrections slips
unless otherwise specified in the nomenclature of the individual items or in the specifications attached. At the
points where specifications are silent, the instructions of the Engineer-in-charge shall be final.
4. In the event of any discrepancy between the nomenclature of the item of work as per schedule of quantities and
the attached specification 2009 Vol. I & II, the nomenclature will prevail.
5. In the event of any discrepancy between the CPWD specifications 2009 Vol. I & II and special conditions
attached, the special conditions shall prevail.
6. Unless otherwise provided in the schedule of quantities the rates quoted by the contractor shall be inclusive of all
leads and lifts and shall apply to the heights and depths of the building and nothing extra shall be payable on him
on this account.
7. The rates for all items of work, shall unless clearly specified otherwise, include the cost of all labour, materials
and other inputs involved in the execution of the items of work.
8. The rates quoted by the contractor shall be taken as net and nothing extra shall be paid on any account i.e. royalty,
carriage, sales tax and stacking at required place etc.
9. 1% (one percent) water charges shall be recovered from the gross amount of the work done. Income tax & sales
tax shall be deducted from the gross amount of the work as per prevailing rules.
10. All materials obtained from Govt. stores or otherwise shall be got checked by the Junior Engineer-in-charge of the
work on receipt of the same at site of work before use.
11. The contractor has to make his own arrangement for all T & P like ladders, ghoree, sutli, empty containers,
brushes sand paper, kuchies etc. required for work and nothing extra shall be paid for the same.
12. The contractor shall get the brands/shades of dry distemper; oil bound distemper, synthetic enamel paint, plastic
emulsion pain etc. approved from the Engineer-in-charge before supply of the materials.
The work shall be taken up only after receipt of their respective materials in full and after getting the satisfactory
test result from laboratory material to be used shall be one of the following manufacturers:-
1. M/s Berger Paints Ltd.
2. M/s Asian Paints Ltd.
3. M/s Godlass Nerolac Ltd.
4. M/s I.C.I. Ltd.
13. Materials shall be brought to the site of work in original containers with the manufactures seal intact.
14. The materials required for day’s work shall be issued to the contractor or his authorized representative daily by the
Junior Engineer-in-charge of the work any balance of the material left at end of the day of work and empty
containers shall be returned to the Junior Engineer. The day to day issue account of the materials shall be
maintained by the Junior Engineer-in-charge and shall be signed daily by the contractor or his authorized agent in
token of receipt of the materials failing which no payment of bill shall be made to the contractor. The empty
containers shall not be removed from the site of work, without written orders of the Engineer-in-charge.
15. Before the commencement of work, the contractor shall prepare one sample as instructed by the Engineer-in-
charge for approval of the Engineer-in-charge. After the sample is approved by the Engineer-in-charge, the
contractor shall be allowed to commence of the work and quality of work shall confirm to the approved sample.
16. Before the commencement of work, the contractor shall draw up programme in consultation with the Engineer-in-
charge for the execution of work so as to inform the occupants of the office flat/quarter at least one week in
advance regarding the execution of the work.
17. In case the office, rooms/quarters/flats are not made available to the contractor according to the programme, the
contractor shall not be entitled for any claim for idle labour or any other claim on any account what-so-ever.
18. Defective work/substandard work or work not done according to the specifications of the contract shall be liable
for summary rejection & shall not be measured and paid for. This shall be without prejudice to taking any other
action the contractor in accordance with the terms & conditions of contract.
19. The contractor shall depute his representative daily to the site of work. The name and signature of his
44
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
representative attested by the contractor shall be intimated Engineer-in-charge.
20. The entire work shall be carried out in close co-operation with all other agencies working in the building. The
contractor(s) shall not be entitled to any compensation on account of temporary stoppage of work due to other
constructions.
21. No payment will be made to the contractor for damage caused by rains during the execution of the work and no
claim on his account will be entertained.
22. It will be responsibility of the contractor for damage caused by rains during the execution of the work and no
claim on his account will be entertained.
23. Scrapping shall be shown to the Assistant Engineer and got approved and test checked by him prior to
distempering.
24. Deviation in quantities shall be done only with prior written permission of the Engineer-in-charge. Deviation in
quantities done on the order of other than the Engineer-in-charge shall not be measure and paid for.
25. To avoid disputes later on, contractor in advised to get the measurement recorded within a week’s time and shall
submit his bills as per relevant clause (6A) of contact. Any dispute regarding measurement including work done
shall be judged within a week’s time failing which measurement, certified and recorded, shall be entertained.
26. Contractor has to bring to site of work the entire quantity of lime of approved quality before the start of the work.
The mixing of lime will be done in the presence of the Junior Engineer-in-charge.
27. Any damage to the building, furniture, fittings of any other articles etc. done by the contractor or his workmen
during the execution of work, shall be made good by the contractor, failing which the same shall be made good by
the Engineer-in-charge or his authorized representative at the risk and cost of the contractor.
28. All doors, windows, floors, furniture, electrical fittings and other articles shall be protected from dust, splashes &
damaged sufficient covering for the day’s work shall be shown to the representative of the Engineer-in-charge
before the contractor is allowed to proceed with the work, splashes & droppings from white washing, colour
washing, distempering painting etc. on walls, floors, doors and window, down take pipes, furniture shall be
removed by the contractor at his own cost and surface cleaned simultaneously after the completion of the day’s
work is done, without waiting for the actual completion of the other items of work of the contract. In case the
contractor fails to comply with this requirement the Engineer-in-charge or his authorized representative shall be
the right to get this work done at the risk and cost of the contractor either departmentally or through another
agency without issue of any notice to the contractor, departmentally or through another agency without issue of
any notice to the contractor, on his account. The representative of the Engineer-in-charge will however, mention
about it in the site order Book employing the labour on the job at the contractor’s cost.
29. The contractor should write their correct postal address on the application for bid papers. In case it is found that
the address given in their application is not correct and as a consequence of the same if any registered letter sent
through postal authorities is received back by the department undelivered to the contractor, the contractor shall be
fully responsible for all the consequences and by such letter through registered post shall be deemed to have been
delivered to him.
30. Fully quantity of material such as paint plastic emulsion paint, oil bound distemper etc. shall be deposited in
sealed container in advance and get it checked by Engineer-in-charge before use.
31. Shifting of furniture such as so far table, chairs, glass etc. and make necessary arrangements to protect the
furniture, carpets, floors from any spidge during the execution of work. Any damage if done, shall be made good
by the contractor at his own cost nothing shall be paid extra in this regard.
32. The work of addition and alterations covered under the contract shall be carried the individual quarters. The
bungalows may be made available to the contractor execution work in piece meal/, in parts, and the contractor
shall execute the work in these quarters made available to him and the contractor shall not claim anything extra
over agreement rates, due to execution of works in piece meal manner.
33. No labour huts shall be allowed inside the campus of above said work. The contractors shall arrange for the stay
of labours outside the campus including transport and nothing extra shall be payable on this account.
34. Residential quarters under upgradation shall be handed over to contractor in phased manner as required. However
contractor shall make arrangement for upgradation work for atleast 4(four) bungalows/quarters at-a-time
depending upon the urgency of the work.
35. The bungalows/quarters handed over to the contractor shall be upgraded in all respects within a time period of 45
days from the date of handing over for vacant quarters and within a time period of 60 days from the date of
handing over for occupied quarters otherwise penalty @ Rs. 600/- per day per quarter shall be imposed subject to
a maximum of Rs. 18000/- per quarter and recovered from the subsequent bill of the contractor. This penalty is in
addition to the action to be taken under the Clause-2 & Clause-5 of the agreement as deemed necessary.
36. Whether occupied or vacant upgradation work will be carried out in serial order in each colony with the consent of
the concerned allottees.
45
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
LIST OF APPROVED MAKE OF MATERIAL
1. Material other than locally available.
(i) All material, product, fittings, fixtures, propriety items etc. having BIS/ISI mark shall only be used from
manufacturer/ supplier etc. having valid BIS/ISI Certification.
(ii) In case no such material as above at sl. no. (i) is available then the items manufactured by Company/
Agency/ Firm/ Individual/ Entity having ISO Certification shall be used.
(iii) In case items at sl.no. (ii) are also not available then best product, material, fitting, fixture , propriety items
available shall be used with the prior approval of Engineer-in-charge.
2. Local Materials
Local materials such as sand, brick/ stone aggregate etc shall be used from the source got approved in
advance from Engineer-in-charge.
3. All the samples of the material shall be got approved from the Engineer-in-charge well in advance.
46
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
ANNEXURE-I
GUARANTEE TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS AFTER
COMPLETION IN RESPECT OF WATER SUPPLY AND SANITARY INSTALLATIONS
The agreement made this ____ Day of ____ Two thousand Seven between M/s
____________________________________________________ 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,
finishing and use of sound materials.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain
structurally stable and guaranteed against faulty workmanship, finishing, manufacturing defects of materials and
leakages, etc.
NOW THE GUARANTOR hereby guarantee that the work executed by him will remain structurally stable after the
expiry of maintenance period prescribed in the contract for the minimum life of 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 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 make good all the defects, 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 ON BEHALF OF THE PRESIDENT OF INDIA BY ____in the presence of :-
1._________________ 2. ________________
47
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
FORM OF EARNEST MONEY (BANK GUARANTEE)
WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the contractor") has submitted his tender
dated ............. (date) for the construction of .............................................. (name of work) (hereinafter called "the
Tender") KNOW ALL PEOPLE by these presents that we ......................................... (name of bank) having our
registered office at ................................... (hereinafter called "the Bank") are bound unto
................................................... (Name and division of Executive Engineer) (hereinafter called "the Engineer-in-
Charge") in the sum of Rs. ......................... (Rs. in words .................................................) for which payment well and
truly to be made to the said Engineer-in-Charge the Bank binds itself, his successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this ................. day of ................. 20... . THE CONDITIONS of this
obligation are:
(1) If after tender opening the Contractor withdraws, his tender during the period of validity of tender (including
extended validity of tender) specified in the Form of Tender;
(2) If the contractor having been notified of the acceptance of his tender
by the Engineer-in-Charge:
a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to contractor, if
required;
OR
b) fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of tender
document and Instructions to contractor,
OR
c) fails or refuses to start the work, in accordance with the provisions of the contract and Instructions to
contractor,
OR
d) fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank Guarantee, against
Security Deposit after award of contract.
We undertake to pay to the Engineer-in-Charge up to the above amount upon receipt of his first written demand,
without the Engineer-in-Charge having to substantiates his demand, provided that in his demand the Engineer-in-
Charge will note that the amount claimed by his is due to him owing to the occurrence of one or any of the above
conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date* ............. after the deadline for submission of
tender as such deadline is stated in the Instructions to contractor or as it may be extended by the Engineer-in-Charge,
notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the
Bank not later than the above date.
DATE ............. SIGNATURE OF THE
BANK
WITNESS .................. SEAL
(SIGNATURE, NAME AND ADDRESS)
*Date to be worked out on the basis of validity period of 6 months from last date of receipt of tender.
48
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
SCHEDULE OF QUANTITIES (Civil)
Name of Work: Up-gradation of residential qtrs. under 4/H Sub-Division, CPWD, New Delhi dg. 2015-2016.(SH-
A:- Renovation of kitchen, toilet,bath & replacement of flooring etc. in 48 No type II quarters,
repair in shafts, C I stacks, wiremesh windows shutters in 50 nos type IV quarters ,660 nos type II
& 210 nos type III quarters and wooden shelf in kitchen for 700 nos GPR Accommodation under
sub division 4/H DIZ Area ) (SH-B: Electrical Upgradation of 20 Nos. Type-II, 15 Nos. Type-III
qtrs. under SC 249 & 250 and staircase in Sec-I type-II, and Sec-D, DIZ Area New Delhi
S No Description Qty Rate Unit Amount
Special Repair Work (A)
1 Providing and fixing glazed shutters for doors,
windows and clerestory windows using 4 mm
thick float glass panes, including ISI marked M.S.
pressed butt hinges bright finished of required
size with necessary screws.
1.1 Kiln seasoned and chemically treated marandi
wood
1.1.2 30 mm thick 69.00 sqm
2 Providing and fixing ISI marked flush door
shutters conforming to IS : 2202 (Part I) non-
decorative type, core of block board construction
with frame of 1st class hard wood and well
matched commercial 3 ply veneering with vertical
grains or cross bands and face veneers on both
faces of shutters :
2.1 35 mm thick including ISI marked Stainless Steel
butt hinges with necessary screws 89.00 sqm
2.1.1 25 mm thick (for cupboard) including ISI marked
nickel plated bright finished M.S. piano hinges
with necessary screws 36.00 sqm
3 Providing and fixing wire gauge shutters using
galvanized M.S. wire gauge of average width of
aperture 1.4 mm in both directions with wire of
dia 0.56 mm, for doors, windows and clerestory
windows with hinges and necessary screws :
3.1 30 mm thick shutters
3.1.1 Kiln seasoned and chemically treated marandi
wood 33.00 sqm
4 Providing and fixing oxidised M.S. hasp and
staple (safety type) conforming to IS : 363 with
necessary screws etc. complete :
4.1 150 mm 15.00 each
5 Providing and fixing aluminium sliding door
bolts, ISI marked anodised (anodic coating not
less than grade AC 10 as per IS : 1868),
transparent or dyed to required colour or shade,
with nuts and screws etc. complete :
5.1 250x16 mm 48.00 each
6 Providing and fixing aluminium tower bolts, ISI
marked, anodised (anodic coating not less than
grade AC 10 as per IS : 1868 ) transparent or
dyed to required colour or shade, with necessary
screws etc. complete :
6.1 200x10 mm 78.00 each
6.2 150x10 mm 83.00 each
6.3 100x10 mm 172.00 each
49
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
7 Providing and fixing aluminium pull bolt lock, ISI
marked, anodised (anodic coating not less than
grade AC 10 as per IS : 1868) transparent or dyed
to required colour and shade, with necessary
screws bolts, nut and washers etc. complete. 35.00 each
8 Providing and fixing aluminium handles, ISI
marked, anodised (anodic coating not less than
grade AC 10 as per IS : 1868) transparent or dyed
to required colour or shade, with necessary screws
etc. complete :
8.1 100 mm 196.00 each
8.2 75 mm 157.00 each
9 Providing and fixing aluminium hanging floor
door stopper, ISI marked, anodised (anodic
coating not less than grade AC 10 as per IS :
1868) transparent or dyed to required colour and
shade, with necessary screws etc. complete.
9.1 Twin rubber stopper 192.00 each
10 Providing and fixing factory made panel PVC
door shutter consisting of frame made out of M.S.
tubes of 19 gauge thickness and size of 19 mm x
19 mm for styles and 15x15 mm for top & bottom
rails. M.S. frame shall have a coat of steel primers
of approved make and manufacture . M.S. frame
covered with 5 mm thick heat moulded PVC 'C'
channel of size 30 mm thickness, 70 mm width
out of which 50 mm shall be flat and 20 mm shall
be tapered in 45 degree angle on both side
forming styles and 5 mm thick, 95 mm wide PVC
sheet out of which 75 mm shall be flat and 20 mm
shall be tapered in 45 degree on the inner side to
form top and bottom rail and 115 mm wide PVC
sheet out of which 75 mm shall be flat and 20 mm
shall be tapered on both sides to form lock rail.
Top, bottom and lock rails shall be provided both
side of the panel. 10 mm (5 mm x 2 ) thick, 20
mm wide cross PVC sheet be provided as gap
insert for top rail & bottom rail, paneling of 5 mm
thick both side PVC sheet to be fitted in the M.S.
frame welded/ sealed to the styles & rails with 7
mm (5 mm+2 mm) thick x 15 mm wide PVC
sheet beading on inner side, and joined together
with solvent cement adhesive. An additional 5
mm thick PVC strip of 20 mm width is to be
stuck on the interior side of the 'C' Channel using
PVC solvent adhesive etc. complete as per
direction of Engineer-in-charge, manufacturer's
specification & drawing.
10.1 30 mm thick plain PVC door shutters 33.00 sqm
11 Providing and fixing T-iron frames for doors,
windows and ventilators of mild steel Tee-
sections, joints mitred and welded, including
fixing of necessary butt hinges and screws and
applying a priming coat of approved steel primer.
11.1 Fixing with 15x3 mm lugs 10 cm long embedded
in cement concrete block 15x10x10 cm of C.C.
1:3:6 (1 Cement : 3 coarse sand : 6 graded stone
aggregate 20 mm nominal size) 22580.00 kg
12 Applying priming coat :
12.1 With ready mixed pink or Grey primer of
approved brand and manufacture on wood work
(hard and soft wood) 463.00 sqm
50
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
13 Dismantling old plaster or skirting raking out
joints and cleaning the surface for plaster
including disposal of rubbish to the dumping
ground within 50 metres lead. 6186.00 sqm
14 15 mm cement plaster on the rough side of single
or half brick wall of mix :
14.1 1:4 (1 cement: 4 Coarse sand) 5370.00 sqm
15 Finishing walls with water proofing cement paint
of required shade :
15.1 New Work (Two or more coats) applied @ 3.84
kg/ 10Sqm 5370.00 sqm
16 Renewing glass panes, with putty and nails
wherever necessary including racking out the old
putty:
16.1 Float glass panes of thickness 4 mm 96.00 sqm
17 Taking out doors, windows and clerestory
window shutters (steel or wood) including
stacking within 50 metres lead :
17.1 Of area 3 sq. metres and below 134.00 each
18 Dismantling doors, windows and clerestory
windows (steel or wood) shutter
including chowkhats, architrave, holdfasts etc.
complete and stacking within 50 metres lead :
18.1 Of area 3 sq. metres and below 45.00 each
19 Dismantling C I. or asbestos rain water pipe with
fittings and clamps including stacking the
material within 50 metres lead:
19.1 100 mm dia. pipe 975.00 metre
20 Providing and fixing soil, waste and vent pipes :
20.1 100 mm dia
20.1.1 Centrifugally cast (spun) iron socket & spigot
(S&S) pipe as per IS: 3989 2325.00 metre
21 Providing and filling the joints with spun yarn,
cement slurry and cement mortar 1:2 ( 1 cement :
2 fine sand) in S.C.I./ C.I. Pipes :
21.1 100 mm dia pipe 2166.00 each
22 Providing and fixing M.S. holder-bat clamps of
approved design to Sand Cast iron/cast iron
(spun) pipe embedded in and including cement
concrete blocks 10x10x10 cm of 1:2:4 mix (1
cement : 2 coarse sand : 4 graded stone aggregate
20 mm nominal size), including cost of cutting
holes and making good the walls etc. :
22.1 For 100 mm dia pipe 732.00 each
23 Providing and fixing single equal plain junction
of required degree with access door, insertion
rubber washer 3 mm thick, bolts and nuts
complete.
23.1 100x100x100 mm
23.1.1 Sand cast iron S&S as per IS - 3989 558.00 each
51
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
24 Providing and fixing aluminium work for doors,
windows, ventilators and partitions with extruded
built up standard tubular sections/ appropriate Z
sections and other sections of approved make
conforming to IS: 733 and IS: 1285, fixing with
dash fasteners of required dia and size, including
necessary filling up the gaps at junctions, i.e. at
top, bottom and sides with required EPDM
rubber/ neoprene gasket etc. Aluminium sections
shall be smooth, rust free, straight, mitred and
jointed mechanically wherever required including
cleat angle, Aluminium snap beading for glazing /
paneling, C.P. brass / stainless steel screws, all
complete as per architectural drawings and the
directions of Engineer-in-charge. (Glazing,
paneling and dash fasteners to be paid for
separately) : ( To be used for Cup Board Shutters
only).
24.1 For fixed portion
24.1.1 Anodised aluminium (anodised transparent or
dyed to required shade according to IS: 1868,
Minimum anodic coating of grade AC 15) 6.00 kg
25 Disposal of building rubbish / malba / similar
unserviceable, dismantled or waste materials by
mechanical means, including loading,
transporting, unloading to approved municipal
dumping ground or as approved by Engineer-in-
charge, beyond 50 m initial lead, for all leads
including all lifts involved. (agency has to obtain
Proper receipt from M.C.D. dumping ground and
to be submitted to the department ) 160.00 cum
26 Deduct for old dismantled wooden window
shutters with fittings to be retained by the
contractor. 106.00 each
27 Cutting holes up to 15x15 cm in R.C.C. floors and
roofs for passing drain pipe etc. and repairing the
hole after insertion of drain pipe etc. with cement
concrete 1:2:4 (1 cement : 2 coarse sand : 4
graded stone aggregate 20 mm nominal size),
including finishing complete so as to make it leak
proof. 324.00 each
28 Providing and fixing terminal guard:
28.1 100 mm
28.1.1 Sand cast iron S&S as per IS - 3989 174.00 each
29 Providing, laying and jointing glazed stoneware
pipes class SP-1 with stiff mixture of cement
mortar in the proportion of 1:1 (1 cement : 1 fine
sand) including testing of joints etc. complete :
29.1 200 mm diameter 65.00 metre
30 Providing and laying cement concrete 1:5:10 (1
cement : 5 coarse sand : 10 graded stone
aggregate 40 mm nominal size) all-round S.W.
pipes including bed concrete as per standard
design :
30.1 200 mm diameter S.W. pipe 43.00 metre
31 Providing and fixing square-mouth S.W. gully
trap class SP-1 complete with C.I. grating brick
masonry chamber with water tight C.I. cover with
frame of 300x300 mm size (inside) the weight of
cover to be not less than 4.50 kg and frame to be
not less than 2.70 kg as per standard design :
31.1 150 x 100 mm size P type
52
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
31.1.1 With common burnt clay F.P.S.(non modular)
bricks of class designation 7.5 108.00 Each
32 Providing and laying in position cement concrete
of specified grade excluding the cost of centering
and shuttering - All work up to plinth level :
32.1 1:2:4 (1 cement : 2 coarse sand : 4 graded stone
aggregate 20 mm nominal size) 6.80 cum
33 Reinforced cement concrete work in beams,
suspended floors, roofs having slope up to 15°
landings, balconies, shelves, chajjas, lintels,
bands, plain window sills, staircases and spiral
stair cases up to floor five level, excluding the
cost of centering, shuttering, finishing and
reinforcement, with 1:2:4 (1 cement : 2 coarse
sand : 4 graded stone aggregate 20 mm nominal
size). 3.30 cum
34 Centering and shuttering including strutting,
propping etc. and removal of form for :
34.1 Suspended floors, roofs, landings, balconies and
access platform 46.00 sqm
35 Steel reinforcement for R.C.C. work including
straightening, cutting, bending, placing in position
and binding all complete above plinth level.
35.1 Thermo-Mechanically Treated bars
260.00 kilogram
36 Extra for cutting reinforcement bars manually / by
mechanical means in R.C.C. or R.B. work
(Payment shall be made on the cross sectional
area of R.C.C. or R.B. work) as per direction of
Engineer - in -charge. 32.00 sqm
37 Smooth finishing of the exposed surface of
R.C.C. work with 6 mm thick cement mortar 1:3
(1 Cement : 3 fine sand). 46.00 sqm
38 Brick work with common burnt clay F.P.S. (non
modular) bricks of class designation 7.5 in
superstructure above plinth level up to floor V
level in all shapes and sizes in :
38.1 Cement mortar 1:4 (1 cement : 4 coarse sand) 15.00 cum
39 Half brick masonry with common burnt clay
F.P.S. (non modular) bricks of class designation
7.5 in superstructure above plinth level up to floor
V level.
39.1 Cement mortar 1:4 (1 cement :4 coarse sand) 10.00 sqm
40 Providing and fixing 18 mm thick gang saw cut,
mirror polished, premoulded and prepolished,
machine cut for kitchen platforms, vanity
counters, window sills , facias and similar
locations of required size, approved shade, colour
and texture laid over 20 mm thick base cement
mortar 1:4 (1 cement : 4 coarse sand), joints
treated with white cement, mixed with matching
pigment, epoxy touch ups, including rubbing,
curing, moulding and polishing to edges to give
high gloss finish etc. complete at all levels.
40.1 Udaipur green marble
40.1.1 Area of slab upto 0.50 sqm 111.50 sqm
40.1.2 Area of slab over 0.50 sqm 69.00 sqm
41 Providing and fixing nickel plated M.S. pipe
curtain rods with nickel plated brackets :
41.1 20 mm dia (heavy type) 528.00 metre
53
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
42 Providing and fixing M.S. grills of required
pattern in frames of windows etc. with M.S. flats,
square or round bars etc. including priming coat
with approved steel primer all complete.
42.1 Fixed to steel windows by welding 1200.00 kg
43 Providing and fixing Ist quality ceramic glazed
wall tiles conforming to IS: 15622 (thickness to
be specified by the manufacturer), of approved
make, in all colours, shades except burgundy,
bottle green, black of any size as approved by
Engineer-in-Charge, in skirting, risers of steps
and dados, over 12 mm thick bed of cement
mortar 1:3 (1 cement : 3 coarse sand) and jointing
with grey cement slurry @ 3.3kg per sqm,
including pointing in white cement mixed with
pigment of matching shade complete. 816.00 sqm
43A Providing and laying anti skid Matt finished floor
tiles 300x300 mm (thickness to be specified by
the manufacturer) of 1st quality conforming to IS
: 15622 with 3mm thick joint space of approved
make in all colors such as white, ivory, Grey,
Fume Red Brown, fixed with cement based high
polymer modified quick-set tile adhesive (Water
based) conforming to IS: 15477 , using 5kg.
adhesive per sq mt of tile area, in average 3mm
thickness including pointing the joints of florring
tile having joint of 3 mm in width, using approxy
ground mix of 0.70kg of organic coated filler of
desired shade (0.10kg of hardness and 0.20kg og
sizes purly) including fitting, grouting and
finishing complete as per director of Engineer-in-
charge. 384.00 sqm
44 Providing and laying Ceramic glazed floor tiles
300x300 mm (thickness to be specified by the
manufacturer) of 1st quality conforming to IS :
15622 of approved make in colours such as
White, Ivory, Grey, Fume Red Brown, fixed with
cement based high polymer modified quick-set
tile adhesive (Water based) conforming to IS:
15477 , using 5kg. adhesive per sum of tile area,
in average 3mm thickness including pointing the
joints with white cement and matching pigment
etc., complete. 1536.00 sqm
45 Repairs to plaster of thickness 12 mm to 20 mm
in patches of area 2.5 sq meters and under,
including cutting the patch in proper shape, raking
out joints and preparing and plastering the surface
of the walls complete, including disposal of
rubbish to the dumping ground within 50 metres
lead:
45.1 With cement mortar 1:4 (1 cement : 4 Coarse) 394.00 sqm
46 Providing and applying white cement based wall
care readymade putty of average thickness 1 mm
to 1.5 mm,using 8kg putty for 10 sqm area of
approved brand and manufacture, over the
plastered wall surface to make the surface even
and smooth complete including all scafolding etc
complete (The rate includes all operation all
complete).
11700.00 sqm
54
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
47 Distempering with oil bound washable distemper
of approved brand and manufacture to give an
even
shade :
47.1 New work (two or more coats) 11700.00 sqm
48 Removing dry or oil bound distemper, water
proofing cement paint and the like by scrapping,
sand papering and preparing the surface smooth
including necessary repairs to scratches etc.
complete. 9600.00 sqm
49 Painting with synthetic enamel paint of approved
brand and manufacture of required color to give
an even shade :
49.1 One or more coats on old work 1536.00 sqm
50 Demolishing cement concrete manually/ by
mechanical means including disposal of material
within 50 metres lead as per direction of Engineer
- in - charge.
50.1 Nominal concrete 1:3:6 or richer mix (i/c
equivalent design mix) 6.80 cum
51 Demolishing R.C.C. work manually/ by
mechanical means including stacking of steel bars
and disposal of unserviceable material within 50
metres lead as per direction of Engineer - in-
charge. 3.30 cum
52 Demolishing brick work manually/ by mechanical
means including stacking of serviceable material
and disposal of unserviceable material within 50
metres lead as per direction of Engineer-in-
charge.
52.1 In cement mortar 1.30 cum
53 Dismantling G.I. pipes (external work) including
excavation and refilling trenches after taking out
the pipes, manually/ by mechanical means
including stacking of pipes within 50 metres lead
as per direction of Engineer-in-charge :
53.1 15 mm to 40 mm nominal bore 720.00 metre
54 Dismantling of flushing cistern of all types
(C.I./PVC/Vitrious China) including stacking of
useful materials near the site and disposal of
unserviceable materials within 50 metres lead. 48.00 each
55 Providing and fixing wash basin with C.I.
brackets, 15 mm C.P. brass pillar taps, 32 mm
C.P. brass waste of standard pattern, including
painting of fittings and brackets, cutting and
making good the walls wherever require :
55.1 White Vitreous China Flat back wash basin size
550x 400 mm with single 15 mm C.P. brass pillar
tap 48.00 each
56 Providing and fixing Stainless Steel A ISI 304
(18/8) kitchen sink as per IS : 13983 with C.I.
brackets and stainless steel plug 40 mm, including
painting of fittings and brackets, cutting and
making good the walls wherever required :
56.1 Kitchen sink without drain board
56.1.1 610x460 mm bowl depth 200 mm 48.00 each
57 Providing and fixing white vitreous china water
closet squatting pan (Indian type) :
57.1 Orissa pattern W.C. pan of size 580x440 mm 43.00 each
55
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
58 Providing and fixing white vitreous china pedestal
type (European type/ wash down type) water
closet pan. 5.00 each
59 Providing and fixing P.V.C. low level flushing
cistern with manually controlled device (handle
lever) conforming to IS : 7231, with all fittings
and fixtures complete.
59.1 10 litre capacity - White 48.00 each
60 Providing and fixing solid plastic seat with lid for
pedestal type W.C. pan complete :
60.1 White solid plastic seat with lid 5.00 each
61 Providing and fixing P.V.C. waste pipe for sink or
wash basin including P.V.C. waste fittings
complete.
61.1 Flexible pipe
61.1.1 32 mm dia 48.00 each
61.1.2 40 mm dia 48.00 each
62 Providing and fixing mirror of superior glass (of
approved quality) and of required shape and size
with plastic moulded frame of approved make and
shade with 6 mm thick hard board backing :
62.1 Rectangular shape 453x357 mm 48.00 each
63 Providing and fixing trap of self cleansing design
with screwed down or hinged grating with or
without vent arm complete, including cost of
cutting and making good the walls and floors
63.1 100 mm inlet and 100 mm outlet
63.1.1 Sand cast iron S&S as per IS: 3989 372.00 each
64 Providing and fixing PTMT towel rail complete
with brackets fixed to wooden cleats with CP
brass screws with concealed fittings arrangement
of approved quality and colour.
64.1 600 mm long towel rail with total length of 645
mm, width 78 mm and effective height of 88 mm,
weighing not less than 190 gms 48.00 each
65 Providing and fixing PTMT shelf 440 mm long,
124 mm width and 36 mm height of approved
quality and colour, weighing not less than 300
gms. 48.00 each
66 Providing and fixing G.I. Pipes complete with
G.I. fittings and clamps, i/c making good the
walls etc. concealed pipe, including painting with
anti corrosive bitumastic paint, cutting chases and
making good the wall :
66.1 15 mm dia nominal bore 720.00 metre
67 Making connection of G.I. distribution branch
with G.I. main of following sizes by providing
and fixing tee, including cutting and threading the
pipe etc. complete :
67.1 25 to 40 mm nominal bore 48.00 each
68 Providing and fixing gun metal gate valve with
C.I. wheel of approved quality (screwed end) :
68.1 15 mm nominal bore 48.00 each
69 Providing and fixing uplasticised PVC connection
pipe with brass unions :
69.1 45 cm length
69.1.1 15 mm nominal bore 336.00 each
56
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
70 Providing and fixing G.I. Union in G.I. pipe
including cutting and threading the pipe and
making long screws etc. complete (New work) :
70.1 15 mm nominal bore 96.00 each
71 Providing and fixing C.P. brass long body bib
cock of approved quality conforming to IS
standards and weighing not less than 690 gms.
71.1 15 mm nominal bore 336.00 each
72 Providing and fixing C.P. brass stop cock
(concealed) of standard design and of approved
make conforming to IS:8931.
72.1 15 mm nominal bore 48.00 each
73 Providing and fixing C.P. brass angle valve for
basin mixer and geyser points of approved quality
conforming to IS:8931 a) 15 mm nominal bore
73.1 15mm nominal bore 288.00 each
74 Providing and fixing PTMT grating of approved
quality and colour.
74.1 Circular type
74.1.1 125 mm nominal dia with 25 mm waste hole 48.00 each
75 Providing and fixing PTMT swivelling shower,
15 mm nominal bore, weighing not less than 40
gms
48.00
each
76 Providing and fixing PTMT extension nipple for
water tank pipe, fittings of approved quality and
colour.
76.1 15 mm nominal bore, weighing not less than 32
gms 672.00 each
77 Repairs of wooden door shutters by cutting if
required (for raised floors due to fixing of tiles
etc) i/c replacement of M.S. Hinges. (if not
functional) with screws etc as per the directions of
the Engineer-in-charge. 144.00 each
78 Providing and fixing on wall face Unplasticised
Rigid PVC waste pipe conforming to IS : 13592
Type A including jointing with seal ring
conforming to IS : 5382 leaving 10 mm gap for
thermal expansion. (i) Single socketed pipes
78.1 40 mm diameter 72.00 mtr
79 Providing and fixing on wall face Unplasticised -
PVC moulded fittings/ accessories for
Unplasticised Rigid PVC rain water pipes
conforming to IS : 13592 Type A including
jointing with seal ring conforming to IS : 5382
leaving 10 mm gap for thermal expansion.
79.1 40 mm bend 96.00 each
79.2 40x40x40 mm tee 48.00 each
80 Deduct for old dismantled C.I/G.I. pipes, steel
bars retained by the contractor. 1150.00 kg
81 Deduct for old brass bib cock / stop cock to be
retained by contractor. 432.00 each
82 Deduct for CP Brass pillar cock to be retained by
contractor. 48.00 each
83 Deduct for old dismantled P.V.C./wooden door
shutters with fittings to be retained by the
contractor. 73.00 each
84 Providing and fixing 100 mm sand cast Iron
grating for gully trap 324.00 each
57
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
85 Providing and fixing Bison panels conforming to
IS: 14276-1995 (medium density) cement bonded
particle board or equivalent make in shelves with
screws and fittings wherever required,edges to be
painted with polyurethane primer (fittings to be
paid separately).
85.1 18 mm thick 1950.00 sqm
86 Providing and fixing Pre-laminated flat pressed 3
layer (medium density) particle board or graded
wood particle board IS : 3087 marked, with one
side decorative and other side balancing
lamination Grade I, Type II exterior grade IS :
12823 marked, in shutters with screws and fittings
including providing & fixing lipping with 2nd
class teak wood of size 18 x 18 mm on all edges
of flush door shutters wherever required,edges to
be painted with polyurethane primer (fittings to
be paid separately).
86.1 18 mm thick 1350.00 sqm
87 Providing and fixing magnetic catcher of
approved quality in cupboard / ward robe shutters,
including fixing with necessary screws etc.
complete.
87.1 Double strip (horizontal type) 2800.00 each
88 Providing and fixing ISI marked nickel plated
bright finished M.S. Piano hinges IS :3818
marked with necessary screws 3920.00 metre
89 Providing and fixing aluminium handles, ISI
marked, anodised (anodic coating not less than
grade AC 10 as per IS : 1868) transparent or dyed
to required colour or shade, with necessary screws
etc. complete :
89.1 75 mm 5600.00 each
90 Providing and fixing I.S.I. marked factory made
steel glazed doors, windows and ventilators
side/top/centre hung with beading and all
members such as F7D, F4B, K11B and K12B etc.
complete of standard rolled steel sections, joints
mitered and flash butt welded and sash bars
tenoned and riveted including providing and
fixing of hinges, M.S. Handles of required size
welded with section windows, pivots, M.S. Flats
cleats of size 50x6x50 mm long approximately
and according to requirement (minimum 4 nos.
M.S. cleat to be welded with window frame and
with existing windows, having alround
continuous welding and cleat to be welded with
the existing window at site, having alround
welding including the cost of cutting cleat to size,
shaping with chamfered edge, having hole
punched of suitable dia for securing to side jambs/
sill/ lintel soffit through these holes including
providing & fixing carbon steel galvanized dash
fastners of required size (to be paid for
separately), including priming coat of approved
steel primer but excluding the cost of other
fittings complete as per approved design. (Weight
of only sectional members shall be measured for
payment).
90.1 a) Fixing with carbon steel galvanized Dash
fastners in required nos and of required sizes (
cost of dash fastners to be paid separately). 60726.00 kg
58
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
91 Providing at site of work carbon steel galvanised (
minimum coating 5 micron) dash fastener of 10
mm dia double threaded 6.8 grade (yield strength
480 N/mm2), counter sunk head, comprising of
10 m dia polyamide PA 6 grade sleeve (Fixing to
be paid under item 11.1 above).
91.1 10 x 60 mm 13820.00 each
92 Providing & fixing fly proof wire gauze to
windows, clerestory windows &
doors with M.S. Flat 15x3 mm and nuts & bolts
complete
92.1 Galvanised M.S. Wire gauze with 0.56 mm dia
wire and 1.4 mm aperture on both sides 4113.00 sqm
93 Providing and fixing ISI marked oxidised M.S.
tower bolt black finish, (Barrel type) with electric
Arc welding or with necessary screws etc.
complete:
93.1 200x10 mm 400.00 each
94.2 100x10 mm 12800.00 each
95 Painting with synthetic enamel paint of approved
brand and manufacture to give an even shade:
95.1 Two or more coats on new work 4623.00 sqm
96 Deduct for not Providing and fixing ISI marked
oxidised M.S. pressed butt hinges with necessary
screws etc. complete.
96.1 100x58x1.90 mm 19250.00 each
97 Providing and fixing ISI marked oxidised M.S.
sliding door bolts with nuts and screws etc.
complete :
97.1 250x16 mm 50.00 each
98 Dismantling doors,windows and clerestory
windows (steel or wood) shutter including
chowkhats,architrave,holdfasts etc. complete and
stacking within 50 metres lead :
98.1 Of area 3 sq. metres and below 100.00 each
99 Credit for old dismantled wooden door shutter of
different sizes to be ratained by the contractor. 630.00 each
100 Credit for old dismantled window shutter (Steel
or Wood) of different sizes to be retained with the
contractor 96.00 each
Executive Engineer
H’ Division, CPWD,
3-4, Pt. Pant Marg ,
New Delhi.
59
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
Part-C
(Electrical Work)
60
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
SCHEDULES OF WORK
SCHEDULE ‘A’
Schedule of quantities (Enclosed Pages for Electrical Work) : Page No 66 to 69 .
SCHEDULE ‘B’
Schedule of materials to be issued to the contractor.
S.No. Description of item Quantity Rates in figures & words at which the
material will be charged to the contractor
Place of Issue
1 2 3 4 5
---------NIL----------
(Material required for the work shall be arranged by the Contractor)
SCHEDULE ‘C’
Tools and plants to be hired to the contractor
S.No. Description of item Hire charges per day Place of issue Place of Issue
1 2 3 4 5
---------NIL----------
(shall be arranged by the Contractor)
SCHEDULE ‘D’
Extra schedule for specific requirements/documents for the work, if any. N.A.
SCHEDULE ‘E’
1. Refrence to General Conditions : ---------------------------Same as Civil Works-----------------------------
Name of Work : Up-gradation of residential qtrs. under 4/H Sub-Division, CPWD,
New Delhi dg. 2015-2016.(SH-A:- Renovation of kitchen,
toilet,bath & replacement of flooring etc. in 48 No type II quarters,
repair in shafts, C I stacks, wiremesh windows shutters in 50 nos
type IV quarters ,660 nos type II & 210 nos type III quarters and
wooden shelf in kitchen for 700 nos GPR Accommodation under
sub division 4/H DIZ Area ) (SH-B: Electrical Upgradation of 20
Nos. Type-II, 15 Nos. Type-III qtrs. under SC 249 & 250 and
staircase in Sec-I type-II, and Sec-D, DIZ Area New Delhi)
Estimated cost of work : ---------------------------Same as Civil Part-----------------------------
(i) Earnest money : ---------------------------Same as Civil Part-----------------------------
(ii) Performance guarantee : ---------------------------Same as Civil Part-----------------------------
(iii) Security Deposit : ---------------------------Same as Civil Part-----------------------------
SCHEDULE ‘F’
General Rules & Directions : ---------------------------Same as Civil Part-----------------------------
Officer inviting tender : Executive Engineer, H- Division, CPWD, New 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
61
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
Definitions:
2(v) Engineer-in-Charge : Executive Engineer(E), Elcet. DivisionXII, CPWD New Delhi.
2(viii) Accepting Authority : ---------------------------Same as Civil Part-----------------------------
2(x) Maximum Percentage on cost of
materials and labour to
cover all overheads and
profits. : ---------------------------Same as Civil Part-----------------------------
2(xi) Standard schedule of
Rates : Delhi Schedules of rate 2014 (E &M) with correction slips issued
upto the last date of online submission of tender.
2(xii) Department : Central Public Works Department
9(ii) Standard CPWD contract
Form : ---------------------------Same as Civil Part-----------------------------
Clause1
(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
: ---------------------Same as Civil Part-----------
(ii) Maximum allowable extension with late
fee @ 0.1% per day of performance
guarantee amount beyond the period
provided in (i) above
: -------------------Same as Civil Part-------------
Clause 2
Authority for fixing
compensation under clause 2 : ---------------------------Same as Civil Part----------------------
Clause 2A
Whether Clause 2A shall be
applicable. : ---------------------------Same as Civil Part-----------------------------
Clause 5
Number of days from the date
of issue of letter of acceptance
for reckoning date of start. : ---------------------------Same as Civil Part-----------------------------
Table of Milestones : As per Table given below
Sl.
No.
Description of Milestone
(Financial)
Time Allowed in days
(from date of start )
Amount to be withheld in case of non
achievement of milestone
1
---------------------------Same as Civil Part----------------------------- 2
3
4
Time allowed for execution of work : ---------------------------Same as Civil Part-----------------------------
Authority to decide:
(i) Extension of time for
completion of work : ---------------------------Same as Civil Part-----------------------------
(ii) Authority to decide
rescheduling of Mile stones : ---------------------------Same as Civil Part-----------------------------
62
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
Shifting of date of start in
case of delay in Handing over
of site
Clause 6, 6A Clause applicable –(6 or 6A) : ------------------Same as Civil Part----------------
Clause 7
Gross work to be done together with net payment/adjustment
of advances for materialcollected, if any, since the last such
payment for being eligible to interim payment : Rs. 3 Lakh
Clause 7A
No Running Account bill shall be paid for the work till. : ------------------Same as Civil Part----------------
the applicable labour licenses, registration with EPFO,
ESIC and BOCW Welfare Board, whatever applicable are
submitted by the contractor to the Engineer-in Charge.
Clause 10 A
List of testing equipment to be provided by the contractor at site lab. 1 .500 Volt Meggar
2. Earth Tester
3.Multi Meter
Clause 10 B(ii)-
Whether Clause 10 B(ii) shall be applicable: : No
Clase 10C
Component of labour expressed as percentage of total value of work : ---------------Same as Civil Part---------
Clause 10CA -
Materials covered under this clause : Nearest Materials (other than
cement, reinforcement bars and
structural steel) for which All
India Wholesale Price Index to
be followed
Base Price and its corresponding
period of all materials covered under
clause 10CA
NIL
* Base price of all the materials covered under clause 10CA is to be mentioned at the time of approval of NIT.
Clause 10CC-
Clasue 10CC to be applicable in contracts : N/A.
with stipulated period of completion
exceeding the period shown in the next column.
Scheduleof component of other Materials,
Labour, POL etc. for price escalation.
Component of Civil –
(Except material covered under clause : Xm………NIL……..%
10CA)/Electrical construction value
of work.
Component of Labour expressed as percent : Y…………NIL……..%
of total value of work
Component of POL expressed as percent : Z…………NIL……..%
of total value of work
63
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
Clause 11
Specifications to be followed for
execution of work : CPWD General Specification for Electrical Works Part-
I(Internal) 2013, with correction slips issued upto last
date of submission of Online Bid.
Clause 12
Type of Work : ---------------Same as Civil Part---------
12.2 & 12.3
Deviation limit beyond which clause : ---------------Same as Civil Part---------
12.2 & 12.3shall apply for building work.
12.5
Deviation limit beyond which clause
12.2 & 12.3 shall apply for foundation work. : ---------------Same as Civil Part---------
Payment of deviated quantities shall be made at agreement rate only and overall deviation should not be exceed more
than 25%.
Clause 16
Competent Authority for deciding
reduced rates : Superintending Engineer, DCEC-II, CPWD New Delhi.
Clause 18 List of mandatory machinery, tools & plants to be deployed by the contractor at site.
1. Ladders
2. Drill Machines
3. Measuring Tape
Clause 25
1. For total claims more than Rs. 25 Lacs.
Chairman - ---------------Same as Civil Part---------
Member -
Member -
2. For total claims upto Rs. 25.0 lacs
Chairman - ---------------Same as Civil Part---------
Member -
Member -
CLAUSE 31:- - Water to be arranged by contractor
CLAUSE 36 (i):
Requirement of Technical Representative(s) and Recovery Rate
Sl.
No.
Minimum
Qualifications
of Technical
representative
Discipline Designation
(Principal
technical
/technical
representative)
Minimum
Experience
Number Rate which recovery shall be
made from the contractor in
the event of not fulfilling
provision of class 36(i)
Figures Words
1. Graduate
Engineer
or
Diploma
Engineer
Electrical or
Mechanical
Engineer
Project
Manager cum
Planning/ Site/
Quality/
Billing
Engineer
2 years
or
5 years
respectively
1
Rs.
15000/-
Rs. Fifteen
Thousand only
(per month/ per
person)
Assistant Engineer retired from Govt. services that are holding Diploma will be treated at par with Graduate Engineer
64
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
ADDITIONAL TERMS AND CONDITIONS FOR ELECTRICAL WORKS
1. Work shall be carried out as per CPWD General Specifications for electrical works part-I (Int.) 2013,
Part-II (Ext.) 1995 as amended upto date and relevant IS codes and Indian Electricity Rules amended up
to date wherever applicable and to the entire satisfaction of Engineer-in-charge.
2. Contractor must study carefully all the specifications/schedule of work/ additional specifications and site
parameters and quote firm rates after accounting for all works.
3. Electrical work shall be executed in close co-ordination with the progress of civil work. No claim for idle
labour will be entertained.
4. Firm shall use chase cutting machine, as far as possible, for cutting the chases in the wall for recessed
conduit wiring.
5. Any damage caused to the building during the execution of work shall be the responsibility of the
electrical contractor. Damages, so caused, shall be made good to the entire satisfaction of the Engineer-in-
charge. Decision of the Engineer-in-charge shall be final and binding.
6. All the material to be used in the work shall be new & genuine and it must be got approved from the
Engineer-in-charge before use on the work. All the material shall be ISI marked wherever ISI certification
is given by BIS. Rejected material shall be removed from the site immediately, failing which, engineer-in-
charge will get it removed at the risk and cost of the contractor.
7. Watch and ward of the installation is the responsibility of the contractor till the work is completed and
handed over to the department. Contractor will have to make his own arrangement for stores for storage of
materials.
8. Phenolic laminated sheet cover of 3mm thickness as per Clause-3.14(c) of General specifications for
Electrical Works Part-I (Int.)-2013 of approved colour shall be fixed on switch box.
9. Route of the circuit and wiring shall follow the shortest route.
10. Bad workmanship, in the opinion of Engineer-in-charge, shall not be accepted and shall be rectified by the
contractor at his cost to the entire satisfaction of Engineer-in-charge.
11. Connections & interconnections of cables shall be made with thimbles of adequate rating of approved
standard make only within the quoted rates.
12. Check nuts shall be provided while terminating the conduits in switch board boxes within the quoted rates.
13. All the interconnections shall be made by means of insulated copper conductors of adequate rating duly
ISI marked.
14. All distribution boards shall be marked with circuits controlling the rooms/area/SDB controlled.
15. It may be required to carry out the work in the occupied quarters/suites. All the debris generated is to be
cleared on daily basis and co-ordination/co-operation is to be made with residents. Co-operation, if
required, may also be extended in shifting and rearranging furniture that hinders the work to be carried out
in houses/suites. Nothing shall be paid on this account or on account of idle labour.
16. Contractor shall make alternate temporary arrangement of light for night in quarters/suits where work
could not be completed on the same day within his quoted rates.
17. All dismantled material except ceiling fans is to be retained by the contractor. Credit for dismantle
material is to be given against Item No. 24 of Schedule of Work. Ceiling fans if dismantled, are to be
returned to JE in-charge of work at his store, otherwise, recovery for the same shall be made at prevailing
market rates and the decision of Engineer-in-charge, in this regard, shall be final and binding on the
contractor.
18. All hardware items e.g. screws, thimbles, connectors, earth/neutral terminals, wires etc. which are
essentially required for completing any item of work as per specifications will be deemed to have been
included in the item even when the same have not been specifically mentioned.
19. All hardware material e.g. nuts/bolts/screws/washers etc. to be used in the work shall be zinc/cadmium
plated iron.
65
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
20. While laying conduit, suitable minimum number of junction boxes shall be left/kept for pulling the wires.
These shall be placed in such a way that the same do not remain noticeable or present a shabby look.
21. Piano type switches, sockets etc. shall be of one make throughout.
22. Wherever it is not possible to provide rigid conduits, flexible metallic pipe with clutches/couplers on both
ends shall be provided for drawing/running the wires. However, such arrangement has to be kept to the
barest minimum and only with the prior approval of Engineer-in-charge.
23. MCB distribution boards and the loose wire box shall be factory fabricated in the works of the
manufacturer of the MCB’s of the makes specified and the same shall be duly pre-wired against the item
of work, if specified. MCB distribution boards shall be brought to site in ready to install condition.
MCB’s, MCB distribution board s and the loose wire boxes shall be of the same make.
24. All fittings/fans shall be earthed with 1.5 Sq.mm. FR PVC insulated copper wires as per CPWD
specifications.
25. All T&P including ladders, wire drawing equipments, electrical chase cutting equipments, drill machines,
meggars, earth resistance testing equipments etc., required for the work shall have to be arranged by the
contractor. No T&P shall be issued by the department.
26. Character and antecedents of the staff employed by the contractor shall have to be got verified by the
contractor.
27. Staff engaged by the contractor should be well behaved, polite and courteous. Any complaint against staff
for behavior shall be taken very seriously and such staff should be removed by the contractor immediately
from the site and arrange replacement for the same, failing which, engineer-in-charge has the authority to
cancel the contract and contractor shall have no claim of loss/compensation for this.
28. Safety of the staff employed will be the responsibility of the contractor who must ensure the safety of the
staff adequately as per CPWD safety rules. The Department will not be responsible for any mishap, injury,
accident or death of the staff. No Claim in this regard shall be entertained/accepted by the department.
29. Wiring work shall be carried out only after obtaining the approval of the layout plan from Engineer-in-
charge along with list of quarters.
30. After completion of the installation, testing shall be carried out as provided in CPWD specifications. The
contractor will have to submit test reports as per specifications part I & II (Internal & External)
respectively.
31. Contractor shall submit neatly prepared inventory of electrical installations including fittings in triplicate.
32. Labour welfare cess at prevailing rates will be deducted from the bills payable to the firm in addition to
Income tax, Works contract tax etc. as per prevailing rules.
33. Rates quoted should be inclusive of VAT, octroi, cartage etc.
34. Following are the preferred makes of materials which shall be used by the contractor:-
a) Steel Conduit & its accessories AKG/BEC/NIC/Vikas make (All ISI marked)
b) Piano type switches/sockets/Bell push/TV
Socket
Anchor/Empror/SSK/Kinjal/Sainico (All ISI marked)
c) Lamp Holders/ Ceiling Roses Anchor/Kinjal/Sainico (All ISI marked)
d) MCBDB’s/MCB’s/Industrial type socket
outlet/Loose wire box
Legrand / Schneider (Multi-9) / ABB / L&T
e) FRLS Copper conductor Single Core Cable Havells/Finolex/Polycab(all duly ISI marked)
f) Call Bell/Buzzer Kinjal/Anchor/Delite
g) Fancy Wall bracket/Mirror light fitting Jemco/Decon/Luster
h) Lugs/ Thimbles Dowells/Jonsons/Schneider Electric
66
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
SCHEDULE OF QUANTITIES (Electrical)
Name of Work: Up-gradation of residential qtrs. under 4/H Sub-Division, CPWD, New Delhi dg. 2015-2016.(SH-
A:- Renovation of kitchen, toilet,bath & replacement of flooring etc. in 48 No type II quarters,
repair in shafts, C I stacks, wiremesh windows shutters in 50 nos type IV quarters ,660 nos type II
& 210 nos type III quarters and wooden shelf in kitchen for 700 nos GPR Accommodation under
sub division 4/H DIZ Area ) (SH-B: Electrical Upgradation of 20 Nos. Type-II, 15 Nos. Type-III
qtrs. under SC 249 & 250 and staircase in Sec-I type-II, and Sec-D, DIZ Area New Delhi.
S
No
.
Description of item Quantity. Rate Unit Amount
1 Dismantling of existing wooden batten/
conduit wiring i/c. light/power points, circuits,
sub main, fans, fittings, distribution boards etc.
and making good the damages, plastering etc.
as reqd.
(a) Type-II quarters 20 Jobs Job
(b) Type-III quarters 15 Jobs Job
(C) Group A point 368 Point Point
2 Wiring for light point/ fan point/ exhaust fan
point/ call bell point with 1.5 sq.mm FRLS
PVC insulated copper conductor single core
cable in surface / recessed steel conduit, with
piano type switch, phenolic laminated sheet,
suitable size MS box and earthing the point
with 1.5 sq.mm. FRLS PVC insulated copper
conductor single core cable etc as required.
a) (Group-A) 1008 Points Point
3 Wiring for circuit/ submain wiring along with
earth wire with the following sizes of FRLS
PVC insulated copper conductor, single core
cable in surface/ recessed steel conduit as
required
a) 2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth wire 525 Mtrs Mtr
b) 2 X 6 sq. mm + 1 X 6 sq. mm earth wire 70 Mtrs Mtr
c) 6 X 1.5 sqmm 105 Mtrs Mtr
4 Supplying and fixing of following sizes of steel
conduit along with accessories in
surface/recess including painting in case of
surface conduit, or cutting the wall and making
good the same in case of recessed conduit as
required.
(a) 25mm 35 Mtrs Mtr
5 Wiring for light/ power plug with 2X4 sq. mm
FRLS PVC insulated copper conductor single
core cable in surface/ recessed steel conduit
along with 1 No 4 sq. mm FRLS PVC
insulated copper conductor single core cable
for loop earthing as required. 600 Mtrs Mtr
6 Wiring for light/ power plug with 4X4 sq. mm
FRLS PVC insulated copper conductor single
core cable in surface/ recessed steel conduit
along with 2 Nos 4 sq. mm FRLS PVC
insulated copper conductor single core cable
for loop earthing as required. 380 Mtrs Mtr
7 Supplying and drawing following sizes of
FRLS PVC insulated copper conductor, single
core cable in the existing surface/ recessed
steel/ PVC conduit as required
67
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
(a) 3 x 6 sq. mm 350 Mtrs Mtr
8 Supplying and fixing metal box of 180mm X
100mm X 60mm deep (nominal size) on
surface or in recess with suitable size of
phenolic laminated sheet cover in front
including providing and fixing 6 pin 5/6 &
15/16 amps socket outlet and 15/16 amps piano
type switch, connection, painting etc. as
required. 120 Nos Each
9 Supplying and fixing metal box of 150mm X
75mm X 60mm deep (nominal size) on surface
or in recess with suitable size of phenolic
laminated sheet cover in front including
providing and fixing 3 pin 5/6 amps socket
outlet and 5/6 amps piano type switch,
connection, painting etc. as required. (For light
plugs to be used in non residential buildings). 120 Nos Each
10 Supplying and fixing brass batten/ angle holder
including connection etc. as required. 125 Nos Each
11 Supplying and fixing call bell/ buzzer suitable
for single phase, 230 volts, complete as
required. 35 Nos Each
12 Supplying and fixing following way, single
pole and neutral, sheet steel, MCB distribution
board, 240 volts, on surface/ recess, complete
with tinned copper bus bar, neutral link, earth
bar, din bar, detachable gland plate,
interconnections, phosphatized and powder
painted including earthing extra as reqd. (But
without MCB/RCCB/Isolator)
a) 2+4 way/6 way, Double door 77 Nos. Each
b) 12 way, Double door 35 Nos. Each
13 Supplying and fixing loose wire box of suitable
size for the above Distribution Board etc. as
required (Loose wire box shall be company
fabricated & of same colour & company as that
of Distribution Board of item no. 12 (b) 35 Nos Each
14 Supplying and fixing the following rating,
240/415 volts,"C" curve, miniature circuit
breaker suitable for inductive load of following
poles in the existing MCB DB complete with
connections, testing and commissioning etc. as
required.required.
a) Single pole 5 amps to 32 amps 658 Nos Each
b) Single pole and neutral 32 Amp. 112 Nos Each
C) 40 Amp. DP Isolater 112 Nos Each
15 Supplying and fixing 20 amps, 240 volts, SPN
industrial type, socket outlet, with 2 pole and
earth, metal enclosed plug top along with 20
amps "C" curve, SP, MCB, in sheet steel
enclosure, on surface or in recess, with chained
metal cover for the socket out let and complete
with connections, testing and commissioning
etc. as required.
35 Nos Each
16 Supplying and fixing metal box of following
sizes (nominal size) on surface or in recess
with suitable size of phenolic laminated sheet
cover in front including painting etc as
required.
68
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
(a) 180 mm X 100 mm X 60 mm deep 175 Nos Each
17 Supplying and Erection of following wall
bracket suitable for GLS lamps (but without
lamp), complete with all accessories & glass
etc including connections etc. as required.
a) Light Fitting ( Sketch-3) Aluminium 140 Nos Each
b) Mirror light fittng (Sketch-9) 35 Nos Each
18 Supplying, Installation, testing and
commissioning of pre-wired, fluorescent 1 X
40 watt box type fitting complete with all
accessories and electronic ballast etc. directly
on wall, including connection with 1.5 sq. mm
FRLS PVC insulated, copper conductor, single
core cable and earthing etc. as required.(Bajaj
Make Cat No. BJCEB/136/140WEB/Crompton
Model No.DJB 1214/EB/1/36/40 watt / C&S
Model No. LT IC 001 HFB1 1X36W FTL)
120 Nos Each
19 Supplying, Installation, testing and
commissioning of ceiling fan electronic step
regulator, on existing switch box including
connections with 1.5 sq. mm FRLS PVC
insulated, copper conductor, single core cable
etc as required. (Make : Kinjal) 140 Nos Each
20 Supplying and fixing of 225 mm sweep fresh
air fan with metallic blade suitable for
operation on single phase 230 volt AC supply
in the existing opening/window including
connections, testing & commissioning etc as
reqd. (Make: Crompton-Trans Air/Khaitan -
Marathon/Bajaj MK-11)
20 Nos Each
21 Supplying and fixing 15 cm dia 3mm thick
phenolic laminated sheet for fan box etc as
required 120 Nos Each
22 Supplying and fixing of 1200mm sweep AC
ceiling fan with all standard accessories but,
without regulator, wiring the down rod of
standard (upto 30cm) with 1.5sq.mm FR PVC
insulated copper conductor single core cal etc.
as required. (Make: Orient PSPO/Crompton
High speed/Bajaj Ultima)
35 Nos. Each
23 Supplying and fixing metal box of 100mm x
100mm x 60 mm deep (N.S) on surface or in
recessed with suitable size of phenolic
laminated sheet cover in front i/c providing &
fixing T.V. Socket etc as required. 35 Nos Each
24 supplying , installation, testing and
commissioning of surface mounted 12/13 watt
high efficiency square LED Luminaire with
rated efficacy better than 80 luminous/watt,
rated life 50,000 Hrs. CRI not than 70 i/c
connection with 2 x 1.5 sq.mm. FRLS PVC
insulated copper conductor single core cable,
earthly etc. as required. (Make: Wipro Model
No. CRC017SO13457/ Similar of
Philips/Osram) 280 Nos Nos
69
Addition : NIL Correction : Nil
Overwriting : NIL Deletion : Nil AE (P) EE (P)
25 SITC of spherical shape Post top lantern with
spherical diffused alongwith cast aluminium
capsule i/c providing and fixing 45 Watt
threaded type spherical CFL lamp on exisiting
pole/pipe i/c connection etc. as required.
(Make: Crompton Model No.
CFPT1145/SP/BC/ similar of Philips/Bajaj)
6 Nos Each
26 Credit for dismantled material received against
item no. 1 from the quarter (except ceiling
fans) etc. as required.
(a) Type-II quarters 20 Nos Each
(b) Type-III quarters 15 Nos Each
c) Credit for 1 No 4 Storey Staircase 77 Nos. Each