0% found this document useful (0 votes)
0 views75 pages

nit54twobid

Download as pdf or txt
Download as pdf or txt
Download as pdf or txt
You are on page 1/ 75

1|Page

GOVERNMENT OF INDIA
OFFICE OF
EXECUTIVE ENGINEER
‘C’ – Division, CPWD, NEW DELHI.

NOTICE INVITING TENDER

N.I.T. No. 54/2024-25/C-Div/Delhi/1C

NAME OF WORK A/R & M/O to Sena Bhawan, New Delhi dg. 2024-25 (SH:
Repairing/Strengthening of ceiling & water proofing of roof of
F-wing & other Miscellaneous works at Sena Bhawan).
ESTIMATED COST PUT ₹ 28,67,586/-
TO BID
EARNEST MONEY ₹ 57,352/-
TIME ALLOWED: 04 (Four) Months

Assistant Engineer (P) Executive Engineer


C-Division, CPWD C-Division, CPWD
Vidyut Bhawan, New Delhi Vidyut Bhawan, New Delhi

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
2|Page

INDEX

NAME OF WORK: A/R & M/O to Sena Bhawan, New Delhi dg. 2024-25 (SH:
Repairing/Strengthening of ceiling & water proofing of roof of F-wing & other
Miscellaneous works at Sena Bhawan).

Sl. No. DETAILS PAGES


1. Index Page 02
2. C.P.W.D.-6 For e – Tendering Page 03 to 08
3. Information And Instructions For Bidders For Page 09 to 17
E- Tendering Forming Part of Bid/Nit Documents And To Be
Posted on Website
4. Form ‘A’ (RECEIPT OF DEPOSITION OF ORIGINAL Page 18
EMD)
5. C.P.W.D. Form 7 Page 19 to 20
6. Letter of Transmittal Page 21
7. Financial Information (Form A) Page 22
8. Form of Bankers Certificate (Form B) Page 23
9. Form for Certificate of Net Worth (Form B-I) Page 24

10. Details of Eligible Similar Nature of works (Form-C) Page 25


11. Performance Report of works (Form-D) Page 26
12. Structure & Organisation (Form – E) Page 27
13. Annexure-I Page 28
14. Proforma of Schedules Page 29 to 32
15. DG-SOP-2022 Page 33 to 40
16. Integrity Pact Page 41 to 46
17. Special Terms & Conditions for Security Services Page 47 to 51
18. Additional & General Conditions Page 52 to 60
19. List of Approved Make of Materials Page 61 to 64
20. Form of Bank Guarantee Bond Page 65 to 70
21. Schedule of Quantity Page 71 to 75

NIT No. 54/2024-25/C-Div/Delhi/1C of Rs. 28,67,586/- (Rupees Twenty Eight Lakhs Sixty Seven
Thousand Five Hundred Eighty Six only) having Pages No. (1 to 75) is hereby approved).

Assistant Engineer (P) Executive Engineer


C' Division, CPWD, C' Division, CPWD,
Vidyut Bhawan, New Delhi Vidyut Bhawan, New Delhi

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
3|Page

CPWD-6 CPWD
Government of India
Central Public works Department
NOTICE INVITING TENDER
CPWD-6 FOR e-TENDERING

1. Percentage rate tenders are invited on behalf of the President of India online Percentage Rate
tenders specialized agencies subject to fulfilling of eligibility criteria in two bids system i.e.
Eligibility Bid (Part-I) & Financial Bid (Part-II) for the following work:-
Name of Work : A/R & M/O to Sena Bhawan, New Delhi dg. 2024-25 (SH:
Repairing/Strengthening of ceiling & water proofing of roof of F-wing & other Miscellaneous
works at Sena Bhawan).
1.1 The work is estimated to cost ₹ 28,67,586/- This estimate, however, is given merely as a rough
guide.
1.2 Bidders who fulfil the following requirements shall be eligible to apply. Joint ventures are not
accepted.
(a) Should have satisfactorily completed the works as mentioned below during the last Seven
years ending last date of the month previous to the one in which tenders are invited.

(i) Three similar works each costing not less than Rs 11.48 Lakhs
Or
(ii) Two similar works each costing not less than Rs. 17.21 Lakhs
Or
(iii) One similar work costing not less than Rs. 22.95 Lakhs

Similar work shall mean “Structural Repair and Rehabilitation/ Retrofitting works”.
The value of executed works shall be brought to current costing level by enhancing the actual value
of work at simple rate of 7% per annum; calculated from the date of completion to last date of receipt
of applications for bids.
The grading of quality of similar work shall be minimum “very good”.
(b) Should have average annual financial turnover of Rs. 8.61 Lakhs during the last three years
consecutive financial year ending 31st March 2024.
(c) Should not have incurred any loss in more than two consecutive years during the last three years
ending 31st March 2024 duly certified and audited by the CA, scanned copy of certificate from CA
to be uploaded.
(d) Should have a Solvency of Rs. 11.48 lakhs (Scanned copy of original solvency to be uploaded).
Or
Should have a net worth of Rs. 2.87 Lakhs issued by certified chartered accountant (Scanned copy of
original Net worth certificate to be uploaded).

1.3 To become eligible for submission of bids, the bidders/associates shall have to furnish an
affidavit as under:-
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 bidding 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

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
4|Page
forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. (Scanned copy to be
uploaded at the time of submission of bid)
2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 7 which is
available as a Govt. of India Publication and also available on website www.etender.cpwd.gov.in.
Bidders shall quote his rates as per various terms and conditions of the said form which will form part
of the agreement.
3. The time allowed for carrying out the work will be 04 (Four) Months from the date of start as
defined in schedule 'F' or from the first date of handing over of the site, whichever is later, in
accordance with the phasing, if any, indicated in the bid documents.
4. The site for the work is available.
5. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and
other necessary documents except Standard General Conditions of Contract Form can be seen on
website www.etender.cpwd.gov.in
6. After submission of the bid the contractor can re-submit revised bid any number of times but
before last time and date of submission of bid as notified.
7. While submitting the revised bid, contractor can revise the rate of one or
more item(s) any number of times (he need not re-enter rate of all the
items) but before last time and date of submission of bid as notified.
8.
 Copy of certificate of work experience and other document as specified in the technical
bid/eligibility bid document shall be scanned and uploaded to the e-Tendering website within the
period of bid submission.
 Online eligibility / technical bid documents submitted by intending bidders shall be opened only
of those bidders who have fulfilled the NIT Conditions
 Online financial bid document submitted by the bidders shall be opened only of those bidders who
on the basis of pre-qualification documents uploaded by them within the period of bid submission,
qualify in accordance with the provision of eligibility bid. The financial bid shall be opened at the
notified time, date & place in presence of qualified bidders or their representative.
 If private works are shown in support of eligibility, the Tax deducted at source (TDS) shall have
to be submitted and uploaded along with the experience certificate and TDS amount should
commensurate with the actual amount work done.
The eligibility bid submitted shall be opened at 03:30PM on (01/11/2024).
9. The applicants must be in full compliance with Private Security Agencies (Regulation) Act 2005 &
Delhi Private Security Agencies (Regulation) Rule 2009 and must have obtained license under
Private Security Agencies (Regulation) Act 2005 & Delhi Private Security Agencies (Regulation)
Rule 2009 and certificate of work experience and other documents as specified in the NIT 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 NIT shall have to be
submitted by the lowest bidder only within a week physically in the office of tender opening
authority.
10. Earnest Money will be paid online through CPWD e-Tendering platform 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. 20.0 lac, whichever is less, shall have to be deposited through online
payment mode, and balance may be deposited in shape of Bank Guarantee including e-Bank
Guarantee any Commercial bank having validity for a period of 90 days for single bid works and
180 days for two bid system or more from the last date of receipt of bids which is to be scanned
and uploaded by the intending bidders.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
5|Page
If the banks are closed on the last date of submission of tenders, the date is postponed suitably.
The MSME firms registered in NSIC under PP policy are exempted from payment of EMD for
supply of goods and services only.
Original Bank Guarantee (for balance amount as prescribed) shall be deposited by the contractor
in the office of Engineer-in-charge inviting bids or division office of any Executive Engineer
within the period of bid submission. The Bank Guarantee document is issued from the same state
in which the office of receiving division office is situated.
The bank Guarantee including e-Bank Guarantee submitted as a part of Earnest Money is valid for
a period of 90 days for single bid works and 180 days for two bid system or more from the date of
submission of the tender.
The earnest money given by all the tenderers except the lowest tenderer shall be refunded
immediately after the expiry of stipulated bid validity period or immediately after acceptance of
the successful bidder, whichever is earlier. However, in case of two/ three bid system, earnest
money deposit of bidders unsuccessful during technical bid evaluation etc. should be returned
within 30 days of declaration of result of technical bid evaluation.
Copy of Enlistment Order and certificate of work experience and other documents as specified in
the press notice inviting e-tender shall be scanned and uploaded on the e-Tender shall be scanned
and uploaded on the e-tendering website within the period of bid submission. However, certified
copy of all the scanned and uploaded documents as specified e-tender notice shall have to be
submitted by the lowest bidder within a week physically in the office of tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of those bidders.
Who has deposited EMD online through CPWD e-tendering portal and Bank Guarantee including
e-Bank Guarantee (for balance amount as prescribed) from a Commercial Bank on CPWD e-
tendering platform and other documents scanned and uploaded are found in order.
Refund of Earnest Money:-
The earnest money given by all the tenderers except the lowest tenderer shall be refunded
immediately after the expiry of stipulated bid validity period or immediately after acceptance of
the successful bidder, whichever is earlier. However, in case of two/ three bid system, earnest
money deposit of bidders unsuccessful during technical bid evaluation etc. should be returned
within 30 days of declaration of result of technical bid evaluation.
EMD Collected through online mode, shall be funded / forfeited to the bidders through the e-
tendering portal in the following manner:-
a. Bidder(s) shall initiate refund of Earnest Money Deposit through online mode for bid
withdrawn by bidder before bid submission closing date and tender cancelled by tender
inviting authority without its opening.
b. Tender Inviting authority shall initiate refund/forfeit of Earnest Money Deposit collected
through online mode in the scenario(s) other than mentioned at S. No. (a) above.

The eligibility bid submitted shall be opened at 3:30 PM on (01/11/2024).


(A) The contractors registered prior to 01.04.2015 on e- tendering portal of CPWD shall have to
deposit tender processing fee at existing rates, or they have option to switch over to the new
registration system without tender processing fee any time.
11. 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 GST registration) as stipulated in the
bid document including the copy of Reference of deposition of online payment/ and bank
Guarantee including e-Bank Guarantee as EMD.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
6|Page
(A) If any discrepancy is noticed between the documents as uploaded at the time of submission of
bid and hard copies as submitted physically by the lowest tenderer in the office of tender
opening authority.
(B) If a tenderer quotes nil rates against each item in item rate tender or does not quote any percentage
above/below on the total amount of the tender or any section / sub head in percentage rate tender,
the tender shall be treated as invalid and will not be considered as lowest tenderer.
7. The contractor/agency 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 alongwith 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 license /
registration or proof for applying for obtaining labour license, registration with EPFO, ESIC
and BOCW welfare board including Provident Fund Code No. if applicable and also ensure the
compliance of aforesaid provisions by the sub-contractor, if engaged by the contractors for the
said work and programme chart (time and progress) within period specified in schedule F.
8. Description of Work :- A/R & M/O to Sena Bhawan, New Delhi dg. 2024-25 (SH:
Repairing/Strengthening of ceiling & water proofing of roof of F-wing & other Miscellaneous
works at Sena Bhawan).
The successful bidder has to provide Security Guard without gun as per the Schedule of Quantities.
9. The competent authority on behalf of the President of India does not bind itself to accept the lowest or
any other bid and reserves to itself the authority to reject any or all the bids received without the
assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any
condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.
10. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids
submitted by the contractors who resort to canvassing will be liable to rejection.
11. The competent authority on behalf of President of India reserves to himself the right of accepting the
whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.
12. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in
which his near relative is posted as Divisional Accountant or as an officer in any capacity between the
grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the
names of persons who are working with him in any capacity or are subsequently employed by him and
who are near relatives to any gazetted officer in the Central Public Works Department or in the
Ministry of Housing and Urban Affairs. Any breach of this condition by the contractor would render
him liable to be removed from the approved list of contractors of this Department.
13. 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 bid or engagement in the contractor’s
service.
14. The bid for the works shall remain open for acceptance for a period of Seventy Five (75) days from the
date of opening of bid.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
7|Page
"Bid Security Declaration" accepting that if any tendered withdraw or modify their bids during period
of validity etc., they will be suspended for the time specified in the tender documents.
15. This notice inviting bids shall form a part of the contract document. The successful bidder/contractor,
on acceptance of his bid by the Accepting Authority shall within (15) Days from the stipulated date of
start of the work, sign the contract consisting of:-
(a) The Notice Inviting bid, all the documents including additional conditions, specifications and drawings,
if any, forming part of the tender as uploaded at the time of invitation of bid and the rates quoted online
at the time of submission of bid and acceptance thereof together with any correspondence leading
thereto.
(b) Standard C.P.W.D. Form 7 or other Standard C.P.W.D. Form as mentioned.
16. List of Documents to be scanned and uploaded within the period of bid submission :-
(i) Scanned copy of original bank guarantee including e-bank guarantee of a Commercial
Bank against EMD, drawn in favour of Executive Engineer, C - Division, CPWD, New
Delhi (The bank guarantee document shall be issued for the same state in which the office
of receiving division office is situated).
(ii) Online payment mode of EMD from division office of any Executive Engineer
Acknowledgement of depositing earnest money online through e-gateway.
(Note:- EMD is required to deposit in the office of Executive Engineer, C-Division
CPWD, Vidyut Bhawan, New Delhi-110002 who is inviting bid or Division office of any
Executive Engineer, CPWD within the period of bid submission as per CPWD Works
Manual-2022 and associated SOP Provision 5/1 (Para-6)/CPWD OM No. DG/SOP/37
dated 04-05-2022). If the EMD is deposited in Sub Division office then it shall not be
considered and tender shall be rejected).
(iii) GST Registration Certificate of the State in which the work is to be taken up, if already
obtained by the bidder. If the bidder has not obtained GST registration in the State in which the
work is to be taken up, or as required by GST authorities, then in such a case the following
undertaking:
“If work is awarded to me, I/We shall obtain GST registration certificate of the State, in which
work is to be taken up within one month from the date of receipt of award letter or before release
of any payment by CPWD, whichever is earlier, failing which I/We shall be responsible for any
delay in payments which will be due towards me/us on a/c of the work executed and/or for any
action taken by CPWD of GST Department in this regard”.
(iv) Letter of Transmittal.
(v) Certified copy of financial turn over verified by Chartered Accountant.(Form A)
(vi) Bank Solvency Certificate.(Form B)/Net worth certificate (Form B-1)
(vii) Details of eligible similar nature of works completed during the last Seven years ending last
date of the month previous to the one in which tenders are invited. (Form ‘C’)
(viii) Performance report of works referred in Form ‘C’ (Form ‘D’).
(ix) Structure &Organization.(Form ‘E’).
(x) Agency will also upload the Affidavit that if the details of work done of similar nature as
uploaded is found incorrect then the bid will be treated as invalid and Agency will also upload
the Affidavit that if the details of work done of similar agency will liable to black listed/
debarred for tendering in CPWD and Engineer-in-Charge shall be free to take action as per
declaration submitted by the agency.
(xi) If Private works are shown in support of eligibility, the Tax deduction at Source (TDS) shall
have to be uploaded where TDS amount shall commensurate with the actual amount of work
done.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
8|Page
(xii) Copy of certificate of compulsory ERP Training issued through LMS of ERP obtained by
enlisted contractor either himself or his authorised representative.
(xiii) The bidder has to provide complete details of his present correspondence address along with
mobile / landline number and valid e–mail Id.
Any delay /any lapse on this part of the agency or misleading information shall be intimated to CIRM
and may invite penalty under Labour Laws.
(Note:- (1) Attested copies by any Gazetted officer / Notary / Oath Commissioner of all the documents
uploaded on website shall be submitted to Executive Engineer, Division, CPWD, New Delhi within one
week time from date of opening of tender.)
(Note 2:-The contract agency participating in the bid shall ensure the uploading of above mandatory
documents in eligibility documents/ additional documents portal so that the same can be free viewed &
examined before opening the part of their financial bid).

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
9|Page
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR
e- TENDERING FORMING PART OF BID/NIT DOCUMENTS AND TO BE POSTED ON
WEBSITE

(Applicable for inviting open tenders)

The Executive Engineer C-Division, CPWD, Vidyut Bhawan, New Delhi on behalf of the President
of India online Percentage Rate tenders specialized agencies subject to fulfilling of eligibility criteria
in two bids system i.e. Eligibility Bid (Part-I) & Financial Bid (Part-II) for the following work:-

documents as specified in
submission of bid, online
Period of completion

Time & date of opening


Estimated cost put to

Last date & time of


Earnest Money

the bid document


EMD and other
NIT N0-

of the bid
S. No.

tender
Name of work & Location

1 2 3 4 5 6 7 8

1 A/R & M/O to Sena Bhawan,


₹ 28,67,586/-

(01/11/2024)
New Delhi dg. 2024-25 (SH:

at 3.30 PM
₹ 57,352/-

04 (Four)
54/2024-25/C-
Div/Delhi/1C

upto 3.00 PM
Months
(01/11/2024)
Repairing/Strengthening of
ceiling & water proofing of
roof of F-wing & other
Miscellaneous works at Sena
Bhawan).

1. Bidders who fulfill the following requirements shall be eligible to apply. Joint ventures are not
accepted.
(a) Should have satisfactorily completed the works as mentioned below during the last Seven
years ending last date of the month previous to the one in which tenders are invited.
(i)Three similar works each costing not less than Rs. 11.48 Lakhs
Or
(ii)Two similar works each costing not less than Rs. Rs. 17.21 Lakhs
Or
(iii)One similar work costing not less than Rs. 22.95 Lakhs

The similar work means “Structural Repair and Rehabilitation/ Retrofitting works”.

The value of executed works shall be brought to current costing level by enhancing the actual value of
work at simple rate of 7% per annum; calculated from the date of completion to last date of the month
previous to the one in which tenders are invited. The completion certificate of works shall be submitted
in performa “D”. The certificate should be signed not below the rank of Executive Engineer. In case
works are executed in private sector, then TDS certificate for income tax for the work executed are
also required to be submitted along with details of works.
The grading of quality of similar work shall be minimum “very good”.
……*………To be filled up by EE/C-Div.
(a) Should have average annual financial turnover of Rs. 8.61 Lakhs during the last three consecutive
financial year ending 31st March 2024.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
10 | P a g e
(b) Should not have incurred any loss in more than two consecutive years during the last five years ending
31st March 2024 duly certified and audited by the CA, scanned copy of certificate from CA to be
uploaded.
(c) Should have a Solvency of Rs. 11.48 Lakhs (Scanned copy of original solvency to be uploaded).
Or
Should have a net worth of Rs. 2.87 Lakhs issued by certified chartered accountant (Scanned copy of
original Net worth certificate to be uploaded).

2. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only
submit his bid if he considers himself eligible and he is in possession of all the documents required.
3. Information and Instructions for bidders posted on website shall form part of bid document and to
be posted on website.
4. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and
other necessary documents can be seen and downloaded from website https://etender.cpwd.gov.in
or www.cpwd.gov.in free of cost.
5. Earnest Money will be paid online through CPWD e-Tendering platform 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. 20.0 lac, whichever is less, shall have to be deposited through online payment
mode, and balance may be deposited in shape of Bank Guarantee including e-Bank Guarantee any
Commercial bank having validity for a period of 90 days for single bid works and 180 days for two bid
system or more from the last date of receipt of bids which is to be scanned and uploaded by the
intending bidders.
If the banks are closed on the last date of submission of tenders, the date is postponed suitably.
The MSME firms registered in NSIC under PP policy are exempted from payment of EMD for supply of
goods and services only.
Original Bank Guarantee (for balance amount as prescribed) shall be deposited by the contractor in the
office of Engineer-in-charge inviting bids or division office of any Executive Engineer within the period
of bid submission. The Bank Guarantee document is issued from the same state in which the office of
receiving division office is situated.
The bank Guarantee including e-Bank Guarantee submitted as a part of Earnest Money is valid for a
period of 90 days for single bid works and 180 days for two bid system or more from the date of
submission of the tender.
The earnest money given by all the tenderers except the lowest tenderer shall be refunded immediately
after the expiry of stipulated bid validity period or immediately after acceptance of the successful bidder,
whichever is earlier. However, in case of two/ three bid system, earnest money deposit of bidders
unsuccessful during technical bid evaluation etc. should be returned within 30 days of declaration of
result of technical bid evaluation.
Copy of Enlistment Order and certificate of work experience and other documents as specified in the
press notice inviting e-tender shall be scanned and uploaded on the e-Tender shall be scanned and
uploaded on the e-tendering website within the period of bid submission. However, certified copy of all
the scanned and uploaded documents as specified e-tender notice shall have to be submitted by the
lowest bidder within a week physically in the office of tender opening authority. Online bid documents
submitted by intending bidders shall be opened only of those bidders.
Who has deposited EMD online through CPWD e-tendering portal and Bank Guarantee including e-
Bank Guarantee (for balance amount as prescribed) from a Commercial Bank on CPWD e-tendering
platform and other documents scanned and uploaded are found in order.

Refund of Earnest Money:-

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
11 | P a g e
The earnest money given by all the tenderers except the lowest tenderer shall be refunded immediately
after the expiry of stipulated bid validity period or immediately after acceptance of the successful bidder,
whichever is earlier. However, in case of two/ three bid system, earnest money deposit of bidders
unsuccessful during technical bid evaluation etc. should be returned within 30 days of declaration of
result of technical bid evaluation.

EMD Collected through online mode, shall be funded / forfeited to the bidders through the e-tendering
portal in the following manner:-
(a) Bidder(s) shall initiate refund of Earnest Money Deposit through online mode for bid withdrawn
by bidder before bid submission closing date and tender cancelled by tender inviting authority
without its opening.
(b) Tender Inviting authority shall initiate refund/forfeit of Earnest Money Deposit collected through
online mode in the scenario(s) other than mentioned at S. No. (a) above.
1. But the bid can only be submitted after deposition of through original EMD through online payment
mode and original Bank Guarantee including e-Bank Guarantee (for balance amount as prescribed)
either in the office of Executive Engineer inviting bids or division office of any Executive Engineer,
CPWD within the period of bid submission and uploading the mandatory scanned documents and
Bank Guarantee (for balance amount as prescribed) from any of the Commercial Bank towards EMD
in favor of Executive Engineer as mentioned in NIT, receipt for deposition of original Bank
Guarantee and other documents as specified.

2. The contractors already registered on e-tendering portal will have option to continue by paying tender
processing fee at existing rates up to one year from the date of registration, or to switch over to the
new registration system without tender processing fee any time. All new registrations from
01.04.2015 will be without tender processing fee.

3. 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.

4. The intending bidder must have valid class-III digital signature to submit the bid.

5. On opening date, the contractor can login and see the bid opening proves. After opening of bids he
will receive the competitor bid sheets.

6. Bidder can upload documents in the form of JPG format and PDF format. However, if a bidder does
not quote any percentage above/below on the total amount of the bid or any section / subhead in
percentage rate bid, then the bid shall be treated as invalid and will not be considered as lowest
bidder.

7. Certificate of Financial Turn over: At the time of submission of bid contractor may upload Affidavit/Certificate
from CA mentioning Financial Turnover of last 3 years or for the period as specified in the bid documents and
further details if required may be asked from the contractor after opening of eligibility bids. There is no need to
upload entire voluminous balance sheets.

8. The tenderer shall quote percentage below/ above at which he will be willing to execute the work.

9. Tenders with any condition including that of conditional rebates shall be rejected forthwith. Rates of
such tenders shall neither be read out, nor entered in tender opening register at the time of opening of
financial bid.
10. The eligibility bid shall be opened first on due date and time as mentioned above. The time and date of opening of
financial bid of the qualified contractors shall be communicated to them in due course.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
12 | P a g e
11. It is mandatory to fill details/upload scanned copies of all the documents of GST registration as stipulated in the bid
document. If such document is not uploaded, his bid will become invalid and cost of bid documents & processing
fee shall not be refunded.
12. 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.
13. The contractor should furnish the complete details called for in the eligibility documents. The applications with
incomplete or inadequate details (or) not as per the proforma prescribed in the pre-qualification document are liable
to be rejected. The applicants shall also refrain from giving unnecessary additional details, and bulky
volumes of books which are not essential/not connected. The details shall be filed in the appropriate forms
and annexures only.
14. If private works are shown in support of eligibility, the Tax deducted at source (TDS) shall have to be submitted and
uploaded alongwith the experience certificate and TDS amount should commensurate with the actual amount work
done.
15. 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 enteres, it turns sky blue.

I addition to this, while selecting any of the cells a warming appears that if any cell is left blank the
same shall be treated as “0”. Therefore, if any cell is left blank and no rate is quoted by the bidder,
rate of such item shall be treated as “0” (Zero).

16. SC/ST contractors enlisted under class V category are exempted from processing fee payable to ITI
Limited.

17. List of Documents to be scanned and uploaded within the period of bid submission :-
(i) Scanned copy of original bank guarantee including e-bank guarantee of a Commercial
Bank against EMD, drawn in favour of Executive Engineer, C - Division, CPWD, New
Delhi (The bank guarantee document shall be issued for the same state in which the office
of receiving division office is situated).

(ii) Online payment mode of EMD from division office of any Executive Engineer
Acknowledgement of depositing earnest money online through e-gateway.

(Note:- EMD is required to deposit in the office of Executive Engineer, C-Division


CPWD, Vidyut Bhawan, New Delhi-110002 who is inviting bid or Division office of any
Executive Engineer, CPWD within the period of bid submission as per CPWD Works
Manual-2022 and associated SOP Provision 5/1 (Para-6)/CPWD OM No. DG/SOP/37
dated 04-05-2022). If the EMD is deposited in Sub Division office then it shall not be
considered and tender shall be rejected).)

(iii) GST Registration Certificate of the State in which the work is to be taken up, if already
obtained by the bidder. If the bidder has not obtained GST registration in the State in which the
work is to be taken up, or as required by GST authorities, then in such a case the following
undertaking:

“If work is awarded to me, I/We shall obtain GST registration certificate of the State, in which
work is to be taken up within one month from the date of receipt of award letter or before release
of any payment by CPWD, whichever is earlier, failing which I/We shall be responsible for any
delay in payments which will be due towards me/us on a/c of the work executed and/or for any
action taken by CPWD of GST Department in this regard”.

(iv) Letter of Transmittal.

(v) Certified copy of financial turn over verified by Chartered Accountant.(Form A)

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
13 | P a g e
(vi) Bank Solvency Certificate.(Form B)/Net worth certificate (Form B-1)

(vii) Details of eligible similar nature of works completed during the last Seven years ending last
date of the month previous to the one in which tenders are invited. (Form ‘C’)

(viii) Performance report of works referred in Form ‘C’ (Form ‘D’).

(ix) Structure &Organization.(Form ‘E’).

(x) Agency will also upload the Affidavit that if the details of work done of similar nature as
uploaded is found incorrect then the bid will be treated as invalid and Agency will also upload
the Affidavit that if the details of work done of similar agency will liable to black listed/
debarred for tendering in CPWD and Engineer-in-Charge shall be free to take action as per
declaration submitted by the agency.

(xi) If Private works are shown in support of eligibility, the Tax deduction at Source (TDS) shall
have to be uploaded where TDS amount shall commensurate with the actual amount of work
done.

(xii) Copy of certificate of compulsory ERP Training issued through LMS of ERP obtained by
enlisted contractor either himself or his authorised representative.

(xiii) The bidder has to provide complete details of his present correspondence address along with
mobile / landline number and valid e–mail Id.

Any delay /any lapse on this part of the agency or misleading information shall be intimated to CIRM
and may invite penalty under Labour Laws.

(Note:- (1) Attested copies by any Gazetted officer / Notary / Oath Commissioner of all the documents
uploaded on website shall be submitted to Executive Engineer, Division, CPWD, New Delhi within one
week time from date of opening of tender.)

(Note 2:-The contract agency participating in the bid shall ensure the uploading of above mandatory
documents in eligibility documents/ additional documents portal so that the same can be free viewed &
examined before opening the part of their financial bid).

(Note 3:- E-Mail ID: ee-cdiv.cpwd@nic.in & Phone No. 21401041).

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
14 | P a g e
INFORMATION & INSTRUCTIONS FOR BIDDERS
1.0 General:
1.1 Letter of transmittal and forms for deciding eligibility are given in Part-I.
1.2 All information called for in the enclosed forms should be furnished against the relevant columns in
the forms. If for any reason, information is furnished on a separate sheet, this fact should be mentioned
against the relevant column. Even if no information is to be provided in a column, a “Nil” or “no such
case” entry should be made in that column. If any particulars/query is not applicable in case of the
bidder, it should be stated as “Not Applicable”. The bidders are cautioned that not giving complete
information called for in the application forms or not giving it in clear terms or making any change in
the prescribed forms may result in the bid being summarily disqualified. Bids made by telegram or
telex and those received late will not be entertained.
1.3 The bid should be type-written. The bidder should sign each page of application.
1.4 Overwriting should be avoided. Correction, if any, should be made by neatly crossing out, initialing,
dating & re-writing. Pages of the eligibility criteria documents are numbered. Additional sheets, if any
added by the contractor, should also be numbered by him. They should be submitted as a package with
signed letter of transmittal.
1.5 References, information and certificates from the respective clients certifying suitability, technical
knowledge or capability of the bidder should be signed by an officer not below the rank of Executive
Engineer or equivalent.
1.6 The bidder may furnish any additional information which he thinks is necessary to establish his
capabilities to successfully complete the envisaged work. He is, however, advised not to furnish
superfluous information. No information shall be entertained after submission of eligibility criteria
document unless it is called for by the Employer.
2.0 Definitions:
2.1 In this document the following words and expressions have the meaning hereby assigned to them.
2.2 Employer: Means the President of India, acting through the Executive Engineer, C-Division, CPWD,
New Delhi.
2.3 Bidder: Means the individual, proprietary firm, firm in partnership, limited company private or public
or corporation.
2.4 “Year” means “Financial Year” unless stated otherwise.
3.0 Method of application:
3.1 If the bidder is an individual, the application shall be signed by him above his full type written name
and current address.
3.2 If the bidder is a proprietary firm, the application shall be signed by the proprietor above his full
typewritten name and the full name of his firm with its current address.
3.3 If the bidder is a firm in partnership, the application shall be signed by all the partners of the firm
above their full typewritten names and current addresses, or, alternatively, by a partner holding power
of attorney for the firm. In the later case a certified copy of the power of attorney should accompany
the application. In both cases a certified copy of the partnership deed and current address of all the
partners of the firm should accompany the application.
3.4 If the bidder is a limited company or a corporation, the application shall be signed by a duly authorized
person holding power of attorney for signing the application accompanied by a copy of the power of
attorney. The bidder should also furnish a copy of the Memorandum of Articles of Association duly
attested by a Public Notary.
4.0 Final decision making authority.
The employer reserves the right to accept or reject any bid and to annul the process and reject all bids
at any time, without assigning any reason or incurring any liability to the bidders
5.0 Particulars provision

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
15 | P a g e
The particulars of the work given in Part-I are provisional. They are liable to change and must be
considered only as advance information to assist the bidder.
6.0 Site visit
The bidder is advised to visit the site of work, at his own cost, and examine it and its surroundings to
himself collect all information that he considers necessary for proper assessment of the prospective
assignment.
7.0 Initial criteria for eligibility:-
7.1 The Bidder should have satisfactorily completed works during the last Seven years ending last date of
the month previous to the one in which tenders are invited. For this purpose cost of work shall mean gross
value of the completed work. This should be certified by an officer not below the rank of Executive
Engineer/Project Manager or equivalent.
(i)Three similar works each costing not less than Rs 11.48 Lakhs
Or
(ii)Two similar works each costing not less than Rs. 17.21 Lakhs
Or
(iii)One similar work costing not less than Rs. 22.95 Lakhs
Similar work shall mean “Structural Repair and Rehabilitation/ Retrofitting works”.
The value of executed works shall be brought to current costing level by enhancing the actual value
of work at simple rate of 7% per annum; calculated from the date of completion to last date of receipt
of applications for bids.
The grading of quality of similar work shall be minimum “very good”.
7.2 The bidder should have an average annual financial turnover (Gross) of Rs. 8.61 Lakhs during the last
three consecutive years ending 31st March 2024, balance sheets duly audited by Charted Accountant.
Year in which no turnover is shown would also be considered for working out the average.

7.3 Should not have incurred any loss in more than two consecutive years during the last five years ending
31st March 2024 duly certified and audited by the CA, scanned copy of certificate from CA to be
uploaded.
7.4 Should have a Solvency of Rs. 11.48 Lakhs (Scanned copy of original solvency to be uploaded).
Or
Should have a net worth of 2.87 Lakhs issued by certified chartered accountant (Scanned copy of original Net worth
certificate to be uploaded).
7.5 The bidder should have sufficient number of technical and Administrative employees for the proper
execution of the contract. The bidder shall have to submit a list of these employees stating clearly how
these would be involved in this work within 10 days of award of work.
8.0 Evaluation criteria: -
8.1 The details submitted by the bidders will be evaluated in the following manner:
8.1.1 The initial criteria prescribed in para 7.0 above in respect of experience of eligible similar works
completed, loss, solvency and financial turn over etc. will first be scrutinized and the bidder’s
eligibility for the work be determined.
8.1.2 The bidders qualifying the initial criteria as set out in para 7.0 above will be evaluated for following
criteria by scoring method on the basis of details furnished by them. The grading of quality of similar
work shall be minimum “very good”.
(a) Financial strength (Form ‘A’ & B or ‘B-1’) Maximum 20 marks
(b) Experience in eligible similar nature of
work during last Seven years(Form ‘C’) Maximum 20 marks
(c) Performance on works (Form ‘D’) – Time over run Maximum 20 marks

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
16 | P a g e
(d) Performance on works (Form ‘D’) – Quality Maximum 40 marks
Total100 marks

To become eligible for short listing the bidder must secure at least Fifty percent marks in each
(section a, b, c & d) and Sixty percent marks in aggregate.
The department, however, reserves the right to restrict the list of such qualified contractors to any
number deemed suitable by it.
Note: The average value of performance of works for time overrun and quality shall be taken on the
basis of performance report of the eligible similar works.
9.0 Financial information
Bidder should furnish the following financial information:-
Annual financial statement for the last five year in (Form “A”) and Net worth certificate in (Form “B-
1”)
10.0 Experience in works highlighting experience in similar works.
10.1 Bidder should furnish the following:-
(a) List of eligible similar nature of works successfully completed during the last seven years in
(Form “C”).
(b) If private works are shown in support of eligibility, the Tax deducted at source (TDS) shall have to be
submitted and uploaded along with the experience certificate and TDS amount should commensurate with
the actual amount work done.
11.0 Organization information
Bidder is required to submit the information in respect of his organization in Forms “E”.
12.0 Letter of transmittal
The bidder should submit the letter of transmittal attached with the document.
13.0 Opening of Price bid
After evaluation of applications, a list of short listed agencies will be prepared. Thereafter the financial
bids of only the qualified bidders shall be opened at the notified time, date and place in the presence of
the qualified bidders or their representatives. The bid shall remain valid for 75 days from date of
opening of eligibility bids.
14.0 Award criteria
14.1 The employer reserves the right, without being liable for any damages or obligation to inform the
bidder, to:
(a) Amend the scope and value of contract to the bidder.
(b) Reject any or all the applications without assigning any reason.
14. 2 Any effort on the part of the bidder or his agent to exercise influence or to pressurize the employer
would result in rejection of his bid. Canvassing of any kind is prohibited.
List of Documents to be scanned and uploaded within the period of bid submission :-

(i) Scanned copy of original bank guarantee including e-bank guarantee of a Commercial
Bank against EMD, drawn in favour of Executive Engineer, C - Division, CPWD, New
Delhi (The bank guarantee document shall be issued for the same state in which the office
of receiving division office is situated).
(ii) Online payment mode of EMD from division office of any Executive Engineer
Acknowledgement of depositing earnest money online through e-gateway.
(Note:- EMD is required to deposit in the office of Executive Engineer, C-Division
CPWD, Vidyut Bhawan, New Delhi-110002 who is inviting bid or Division office of any
Executive Engineer, CPWD within the period of bid submission as per CPWD Works
Manual-2022 and associated SOP Provision 5/1 (Para-6)/CPWD OM No. DG/SOP/37
dated 04-05-2022). If the EMD is deposited in Sub Division office then it shall not be
considered and tender shall be rejected).)
(iii) GST Registration Certificate of the State in which the work is to be taken up, if already
obtained by the bidder. If the bidder has not obtained GST registration in the State in which the
work is to be taken up, or as required by GST authorities, then in such a case the following
undertaking:

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
17 | P a g e
“If work is awarded to me, I/We shall obtain GST registration certificate of the State, in which
work is to be taken up within one month from the date of receipt of award letter or before release
of any payment by CPWD, whichever is earlier, failing which I/We shall be responsible for any
delay in payments which will be due towards me/us on a/c of the work executed and/or for any
action taken by CPWD of GST Department in this regard”.
(iv) Letter of Transmittal.
(v) Certified copy of financial turn over verified by Chartered Accountant.(Form A)
(vi) Bank Solvency Certificate.(Form B)/Net worth certificate (Form B-1)
(vii) Details of eligible similar nature of works completed during the last Seven years ending last
date of the month previous to the one in which tenders are invited. (Form ‘C’)
(viii) Performance report of works referred in Form ‘C’ (Form ‘D’).
(ix) Structure &Organization.(Form ‘E’).
(x) Agency will also upload the Affidavit that if the details of work done of similar nature as
uploaded is found incorrect then the bid will be treated as invalid and Agency will also upload
the Affidavit that if the details of work done of similar agency will liable to black listed/
debarred for tendering in CPWD and Engineer-in-Charge shall be free to take action as per
declaration submitted by the agency.
(xi) If Private works are shown in support of eligibility, the Tax deduction at Source (TDS) shall
have to be uploaded where TDS amount shall commensurate with the actual amount of work
done.
(xii) Copy of certificate of compulsory ERP Training issued through LMS of ERP obtained by
enlisted contractor either himself or his authorised representative.
(xiii) The bidder has to provide complete details of his present correspondence address along with
mobile / landline number and valid e–mail Id.
Any delay /any lapse on this part of the agency or misleading information shall be intimated to CIRM
and may invite penalty under Labour Laws.
(Note:- (1) Attested copies by any Gazetted officer / Notary / Oath Commissioner of all the documents
uploaded on website shall be submitted to Executive Engineer, Division, CPWD, New Delhi within one
week time from date of opening of tender.)
(Note 2:-The contract agency participating in the bid shall ensure the uploading of above mandatory
documents in eligibility documents/ additional documents portal so that the same can be free viewed &
examined before opening the part of their financial bid).

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
18 | P a g e

Form ‘A’

Reference of deposition of online payment/ and bank Guarantee including e-Bank Guarantee as EMD
(Receipt No………………….. Date…………………)

Name of work :- A/R & M/O to Sena Bhawan, New Delhi dg. 2024-25 (SH:
Repairing/Strengthening of ceiling & water proofing of
roof of F-wing & other Miscellaneous works at Sena
Bhawan).

NIT No. :- 54/2024-25/C-Div/Delhi/1C

Estimated Cost :- Rs. 28,67,586/-

Earnest money deposit :- Rs. 57,352/-

Last date of Submission of Bid :- (01/11/2024) upto 03.00 PM

# 1. Name of contractor………………………………………………………………

# 2. Form of EMD…………………………………………………………………………

# 3. Amount of Earnest Money Deposit………………………………………

# 4. Date of submission of EMD…………………………………………………..

Signature, Name and Designation of EMD receiving officer


Along with Office stamp

# To be filled by EMD receiving EE/DDH

Signature,
Name and Designation
of EMD Receiving officer
(EE/AE(P)/AAO) along with Office stamp

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
19 | P a g e

CPWD-7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

STATE Delhi ZONE NDZ –II


BRANCH B&R DIVISION C- Division

PERCENTAGE RATE BID AND CONTRACT FOR WORK

Bid for the work of:- “A/R & M/O to Sena Bhawan, New Delhi dg. 2024-25 (SH:
Repairing/Strengthening of ceiling & water proofing of roof of F-wing & other
Miscellaneous works at Sena Bhawan).”

(i) To be submitted /uploaded online on (01/11/2024) up to 03:00 PM

(ii) Bid to be opened online in presence of bidders who may be present at 03:30 PM on (01/11/2024) in the
office of Executive Engineer, C-Division, CPWD, New Delhi.

TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F. Specifications
applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract,
Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and
all other contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India within the time specified
in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with the specifications, designs,
drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in clause 11 of
the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with,
such conditions so far as applicable.
We agree to keep the tender open for 75 days from the due date of its opening and not to make any
modifications in its terms & conditions.
l/We have deposited EMD through online payment mode for the prescribed amount in the office
of concerned Executive Engineer as per the bid document.
In respect of portion of EMD prescribed in the shape of BG, the scanned copy of original Bank
Guarantee including e-bank guarantee (as applicable) of any commercial bank having validity for a
period of 90 days for single bid and 180 days for two bid systems or more from the last date of receipt of
bids (strike out as the case may be), is to be uploaded. If I/We fail to furnish the prescribed performance
guarantee within prescribed period, I/We agree that the said President of India or his successors in office shall
without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely.
Further, If I/ We fail to commence work as specified, I/We agree that President of India or his successors in
office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said the
performance guarantee absolutely, otherwise said performance guarantee shall be retained by him towards
security deposit to execute all the works referred to in the bid documents upon the terms and conditions
contained or referred to therein and to carry out such deviations as may be ordered, up to maximum of the
percentage mentioned in Schedule ‘F’ and those in excess of that limit at the rates to be determined in
accordance with the provision contained in Clause 12.2 and 12.3 of the bid form.
Further, I/We agree that in case of forfeiture of Earnest Money or both Earnest Money and
performance guarantee as aforesaid, I / we shall be debarred for participation in the re-tendering process of the
work.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
20 | P a g e
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 bidding in CPWD in future forever. Also, if such a violation comes to the notice
of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of
Performance Guarantee.
I/We hereby declare that I/We shall treat the tender documents drawings and other records connected
with the work as secret/confidential documents and shall not communicate information / derived there from to
any person other than a person to whom I/We, am/are authorized to communicate the same or use the
information in any manner prejudicial to the safety of the state.

Dated …***… Signature of the Contractor


Witness:…***… Postal Address …***…
Address: …***…
Occupation: …***…

…**… To be filled by the Executive Engineer


…**… To be filled by the Contractor

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for
and on behalf of the President of India for a sum of Rs. *____________
(Rupees*_____________________________________________________________)

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

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

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
21 | P a g e
INFORMATION REGARDING ELIGIBILITY
LETTER OF TRANSMITTAL
From:

To
The Executive Engineer
C-Division,
C.P.W.D., New Delhi.
Subject: A/R & M/O to Sena Bhawan, New Delhi dg. 2024-25 (SH: Repairing/Strengthening of
ceiling & water proofing of roof of F-wing & other Miscellaneous works at Sena
Bhawan).

Sir,
Having examined the details given in press notice and bid document for the above work, I/we hereby
submit the relevant information.
1. I/we hereby certify that all the statement made and information supplied in the enclosed forms A to F
and accompanying statement are true and correct.
2. I/we have furnished all information and details necessary for eligibility and have no further pertinent
information to supply.
3. I/we submit the requisite certified solvency certificate and authorize the Executive Engineer, C-
Division, CPWD, New Delhi to approach the Bank issuing the solvency certificate to confirm the
correctness thereof. I/we also authorize Executive Engineer, C-Division, CPWD, New Delhi to
approach individuals, employers, firms and corporation to verify our competence and general
reputation.
4. I/we submit the following certificates in support of our suitability, technical knowledge and capability
for having successfully completed the following eligible similar works.
Sl. No. Name of work Certificate from
1
2
3
Certificate:
It is certified that the information given in the enclosed eligibility bid are correct. It is also certified
that I/we shall be liable to be debarred, disqualified/cancellation of enlistment in case any information
furnished by me/us found to be incorrect.
Enclosures:
Seal of bidder
Date of submission:

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
22 | P a g e
FORM ‘A’

FINANCIAL INFORMATION

I. Financial Analysis – Details to be furnished duly supported by figures in balance sheet/ profit & loss
account for the last three years duly certified by the Chartered Accountant, as submitted by the
applicant to the Income Tax Department (Copies to be attached).
Years
FY 2021-22 FY 2022-23 FY 2023-24

(i) Gross Annual turnover

(ii) Profit (After deducting tax)/Loss.

Signature of Chartered Accountant with Seal Signature of Bidder(s).

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
23 | P a g e
FORM “B”

FORM OF BANKERS’ CERTIFICATE FROM A SCHEDULED BANK

This is to certify that to the best of our knowledge and information that M/s/Sh
……………………………………………………………………………………….having marginally noted
address,………………………….……………………………………………………………………………..a
customer of our bank are/is respectable and can be treated as good for any engagement upto a limit of
Rs………………….…………./-
Rupees………………………………………………………………………………………………...………..).
This certificate is issued without any guarantee or responsibility on the bank or any of the officers.

(Signature)
For the Bank
(With bank seal)

NOTE:
(1) Bankers certificates should be on letter head of the Bank, addressed to Executive Engineer,
C-Division, CPWD.

(2) In case of partnership firm, certificate should include names of all partners as recorded
with the Bank.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
24 | P a g e
Form - B-1
FORM FOR CERTIFICATE OF NET WORTH FROM CHARTERED ACCOUNTANT

It is to certify that as per the audited balance sheet and profit and loss account during the
financial year ……………………………, the Net Worth of M/s
………………………………………………………….. (Name & Registered Address of
Individual/firm/company), as on ………………………………………… (the relevant date) is Rs.
…………………………………………… after considering all liabilities. It is further certified that the Net
worth of the company has not eroded by more than 30% in the last three years ending on (the relevant
date).”

Signature of Chartered Accountant


……………………………………..

Name of Chartered Accountant


………………………………………….

Membership No. of ICAI

Date and Seal

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
25 | P a g e
FORM ‘C’
DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS COMPLETED DURING THE LAST
SEVEN YEARS ENDING LAST DATE OF THE MONTH PREVIOUS TO THE ONE IN WHICH
TENDERS ARE INVITED

Whether the work was


commencement as per
Cost of work in crores
Name of work/project

progress with details*

done on back to back


Owner or sponsoring

whom reference may


Litigation/arbitration

number of officer to
address/telephone
Stipulated date of

cases pending/in
Actual date of

basis Yes/No
organization
and location

completion

completion

Name and
of rupees

be made
contract
Date of
Sl.No

1 2 3 4 5 6 7 8 9 10

* Indicate gross amount claimed and amount awarded by the Arbitrator.

Signature of Bidder(s)

Note: The agency should give list of only those eligible works which are of ‘SIMILAR NATURE’.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
26 | P a g e
FORM ‘D’

PERFORMANCE REPORT OF WORKS REFERRED TO IN FORMS “C”

1. Name of Work/ Project &Location

2. Agreement no. ………

3. Estimated cost Rs. ………

4. Tendered cost
4.1 Completion cost Rs. ………

5. Date of start ……….

6. Date of completion

(i) Stipulated date of completion ……..

(ii) Actual date of completion ……..

7.(a) Whether case of levy of compensation


for delay has been decided or not Yes/No
(b) If decided, amount of compensation
levied for delayed completion, if any Rs. ……

8. Performance Report
(1) Quality of work Outstanding/Very Good/Good/Poor

(2) Financial soundness Outstanding/Very Good/Good/Poor

(3) Technical Proficiency Outstanding/Very Good/Good/Poor

(4) Resourcefulness Outstanding/Very Good/Good/Poor

(5) General Behavior Outstanding/Very Good/Good/Poor

Dated:
Executive Engineer or Equivalent
(Signature with office stamp)

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
27 | P a g e
FORM “E”
STRUCTURE & ORGANISATION

1. Name & address of the bidder


2. Telephone no./Telex no./Fax no.
3. Legal status of the bidder (attach copies of original document defining the legal status)

(a) An Individual

(b) A proprietary firm

(c) A firm in partnership

(d) A limited company or Corporation

4. Particulars of registration with various Government Bodies (attach attested photocopy) Organization/Place of
registration
Registration No.
1.

2.

3.

5. Names and titles of Directors & Officers with designation to be concerned with this work.
6. Designation of individuals authorized to act for the organization.
7. Has the bidder, or any constituent partner in case of partnership firm, Limited Company/Joint Venture,
ever been convicted by the court of law? If so, give details.
8. In which field of Civil Engineering construction the bidder has specialization and interest?
9. Any other information considered necessary but not included above.

Signature of Bidder(s)

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
28 | P a g e
ANNEXURE-1
CRITERIA FOR EVALUATION OF THE PERFORMANCE OF CONTRACTORS FOR PRE-
ELIGIBILITY

Attributes Evaluation

(a) Financial strength (20 marks)


(i) Average annual 16 marks (i) 60% marks for minimum eligibility criteria
Turnover (ii) 100% marks for twice the minimum eligibility
criteria or more
(ii) Solvency 4 marks In between (i) & (ii) – on pro-rata basis
Certificate
(b) Experience in similar class of works (20 (i) 60% marks for minimum eligibility criteria
marks) (ii) 100% marks for twice the minimum eligibility
criteria or more In between (i) & (ii) – on pro-rata
basis
(c) Performance on (20 marks)
works (time over run)
Parameter Calculation For points Score Maximum Marks
20
If TOR = 1.00 2.00 3.00 >3.50
(i) Without levy of compensation
20 15 10 10
(ii) With levy of Compensation
20 5 0 -5
(iii) Levy of compensation not decided
20 10 0 0

TOR = AT/ST, where AT=Actual Time; ST=Stipulated Time in the Agreement plus (+) justified period of
Extension of Time.

Note: Marks for value in between the stages indicated above is to be determined by straight line variation
basis.

(d) Performance of works (Quality)as per assessment in (40 Marks)


Form D-1
(i) Outstanding 40
(ii) Very good 30
(iii) Good 20
(iv) Poor 0

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
29 | P a g e

PROFORMA OF SCHEDULES CPWD


PROFORMA OF SCHEDULES
SCHEDULE ‘A’
Schedule of quantities of Civil Works: - Page No. 71–75
SCHEDULE ‘D’
General/Special Conditions Civil work As per page - 48 to 53
Condition for Cement & Steel Civil Work As per page – 54 to 56
General Specification for Civil work As per page – 57 to 60
List of approved make of Civil work As per page – 61 to 64

SCHEDULE ‘E’
1. Reference to General Condition of Contract for CPWD
General Conditions works – 2023 (Maintenance work) modified
of contract and amended upto date
Name of Work:
A/R & M/O to Sena Bhawan, New Delhi dg.
2024-25 (SH: Repairing/Strengthening of
ceiling & water proofing of roof of F-wing &
other Miscellaneous works at Sena Bhawan).
Estimated Cost of Work : Rs. 14,08,038/-
(i) Performance Guarantee: 5% of tendered value.
(ii) Security Deposit: 2.50% of Tendered value
SCHEDULE ‘F’
General Rules & Directions:
Officer inviting tender : Executive Engineer, C-Division,
CPWD, Vidyut Bhawan, New Delhi
Maximum percentage for quantity of : See below
items of work to be executed beyond
which rates are to be determined
in accordance with Clauses 12.2
& 12.3
Definitions:
2(v) Engineer-in-Charge : Executive Engineer, C-Division,
CPWD, Vidyut Bhawan, New
Delhi
2(viii) Accepting Authority : Executive Engineer, C-Division,
CPWD, Vidyut Bhawan, New
Delhi.
2(x) Percentage on cost of materials and : 15% (except 7.5% on supply items)
Labour to cover all overheads and
profit
2(xi) Standard schedule of Rates : Market Rate & DSR 2023 with
upto date correction slips.
2(xii) Department : Central Public Works
Department

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
30 | P a g e
9(ii) Standard CPWD contract form : CPWD form – 7, GCC 2023
(Maintenance work) as
modified/amended upto date
Clause-1
i) Time allowed for submission of : 7 Days
Performance Guarantee, Programme
Chart (Time and Progress) and
Applicable labour license, registration
With EPFO, ESIC and BOCW Welfare
Board or proof of applying
Thereof from the date of issue
of letter of acceptance,
ii) Maximum allowable extension : 3 Days
Late fee@ 0.1% per day of
Performance guarantee amount
beyond the period provided in (i)
above
Clause 2.
Authority for fixing compensation : Chief Engineer,
under Clause 2. NDZ-II, CPWD,
Vidyut Bhawan,
New Delhi
Clause 2A
Whether Clause 2A shall be : No
applicable
Milestone(s) as per table given below:- : Not Applicable
Table of Mile Stone (s)
Sl. Description of Mile Stone Time allowed in days Amount to be withheld in case
No. (Physical) (from date of start) of non-achievement of
milestone
1
-NA-
Time allowed for execution of work : 04 (Four) Months
Authority to Decide:
Extension of time : Executive Engineer,
C-Division, CPWD,
Vidyut Bhawan, New Delhi.
Clause 5
Clause applicable – (5 or 5A) : Clause-5
Number of days from the date of
issue of acceptance for reckoning
date of start : 07 days

Clause 6
Electronic Measurement Book (EMB)
(i) Mode of measurement : Electronic Measurement Book (EMB)
through CPWD ERP Portal

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
31 | P a g e
Clause 7
Gross work to be done together : Mutually Agreed
With net payment/adjustment
of advances for material collected
If any, since the last such payment for
Being eligible to interim payment
Clause 7 (A) Whether clause 7A shall be : Yes
Applicable
Clause 10 A
List of testing equipment to be : As per site requirement
Provided by the contractor at site lab.
Clause 10 B (ii)
Whether clause 10 B (ii) : No
Shall be applicable
Clause 10 C : Applicable (25%)
Component of labour expressed :
as Percentage of value of work.
Clause 10 CC : Not Applicable
Clause 11
Specification to be followed for this work : The work shall be carried out as per
CPWD Specification 2019 Vol-I & II
with upto date correction slips & as per
direction of Engineer-in Charge
Clause 12

Type of Work:- Maintenance work


The completion cost for maintenance work shall not exceed 1.5 times of the
tendered amount.
12.2 (c) Deviation limit beyond which : NO LIMIT
clause 12.2 (C) shall apply (All deviated quantities shall be
for Building work. Paid on agreement rates)
12.5(i) Deviation limit beyond which : -----DO----
clause 12.2 & 12.3 shall apply
for foundation works (except
items mentioned in earth work
Sub-Head in DSR and related items)
(ii) Deviation limit for items in earth : -----DO----
Work subhead of DSR or related items

Clause 16 Competent Authority for Deciding reduced rates: Chief Engineer, NDZ-II, CPWD or
his successor
Clause 18 List of mandatory machinery, tools & plants As per requirement at site and direction of
to be deployed by the contractor at site. Engineer–in-Charge.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
32 | P a g e
Clause 19
Clause 19C Authority to decide penalty for each default--------
Clause 19D Authority to decide penalty for each default-------- Engineer-In-Charge
Clause 19G Authority to decide penalty for each default--------
Clause 19K Authority to decide penalty for each default--------
Clause 25 : As Applicable
Clause 32
“Requirement of Technical Representative (s) and Recovery Rates”
Rate at which recovery

Experience (years)
Designation shall be made from the
Minimum Discipline

Minimum

Number
(Principal contractor in the event of
Sl. No.

qualification for (Major


Technical not fulfilling provision of
of Technical + Minor
/Technical clause 32(i) (Rs per month
Representative component)
Representative per person)
Figures words
1 Graduate Civil (1) Project 2 or 5 1 15,000/- Rupees Fifteen
Engineer or manager cum respectively Thousand only
Diploma planning /
Engineer quality /site
billing
Engineer
Note:
a. Assistant Engineers retired from Government services that are holding Diploma will be treated
at par with Graduate Engineer.
b. Diploma holder with minimum 10 years’ relevant experience with a reputed construction co.
can be treated at par with Graduate Engineers for the purpose of such deployment subject to
the condition that such diploma holders should not exceed 50% of requirement of degree
engineer
Clause 38
I) (a) Schedule/statement for determining
theoretical quantity of cement & bitumen: Delhi Schedule of Rates 2023
II) Variations permissible on theoretical quantities:
(a) Cement
For works with estimated cost put to tender
not more than Rs. 25 lakh. : 3% plus/minus.
For works with estimated cost put to tender
more than Rs. 25 lakh. : 2% plus/minus.
(b) Bitumen for all works : 2.5% plus only and nil on
minus side.
(c) Steel Reinforcement and structural steel
sections for each diameter, section and category : 2% plus/minus
(d) All other materials. : NIL

Executive Engineer,
C-Division, CPWD,
Vidyut Bhawan, New Delhi.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
33 | P a g e

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
34 | P a g e

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
35 | P a g e

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
36 | P a g e

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
37 | P a g e

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
38 | P a g e

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
39 | P a g e

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
40 | P a g e

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
41 | P a g e
INTEGRATY PACT

To,
………………………..
………………………..
………………………..

Sub: NIT No. 54/2024-25/C-Div/Delhi/1C for the work of A/R & M/O to Sena Bhawan, New Delhi
dg. 2024-25 (SH: Repairing/Strengthening of ceiling & water proofing of roof of F-wing & other
Miscellaneous works at Sena Bhawan).

Dear Sir,

It is hereby 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.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
42 | P a g e

To,

Executive Engineer,
C-Division/CPWD,
New Delhi

Sub: Submission of Tender for the work of A/R & M/O to Sena Bhawan, New Delhi dg. 2024-25 (SH:
Repairing/Strengthening of ceiling & water proofing of roof of F-wing & other Miscellaneous
works at Sena Bhawan).

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 in accordance with terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
43 | P a g e
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 ...........20............

BETWEEN

President of India represented through Executive Engineer, ‘C’-Division, CPWD, New Delhi (Hereinafter
referred as the ‘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 54/2024-25/C-Div/Delhi/1C (hereinafter
referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract for
........................................................................................ (Name of work A/R & M/O to Sena Bhawan, New
Delhi dg. 2024-25 (SH: Repairing/Strengthening of ceiling & water proofing of roof of F-wing & other
Miscellaneous works at Sena Bhawan).
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 endeavor 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 inform the Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its
internal laid down policies and procedures.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
44 | P a g e

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) commit 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 tenders 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

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
45 | P a g e
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 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.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
46 | P a g e

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.
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.

1. ..............................................
(Signature, name and address)

2. ...............................................
(Signature, name and address)

Place:
Dated:

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
47 | P a g e

Part-B
General/Specific
Condition, Specifications
and schedule of quantity
applicable to Civil work

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
48 | P a g e

General Conditions
1. Unless otherwise provided in the Schedule of Quantities the rates tendered by the contractor shall be all
inclusive and shall apply to all heights, lifts, leads and depths of the building and nothing extra shall be
payable to him on this account. Payment for centering, shuttering, however if required to be done for
heights greater than 3.5m shall be admissible at rates arrived at in accordance with Clause-12 of the
agreement if not already specified.
2. The contractor shall make his own arrangements for obtaining electric connections if required and
make necessary payments directly to the department concerned.
3. Other Agencies doing works related with the project will also simultaneously execute the works and
the contractor shall offer necessary facilities for the same. The contractor shall leave such necessary
holes, openings etc. for laying works of pipes, cables, conduits, boxes and hooks for fan clamps etc. as
may be required for other agencies conduits for electrical wiring/cables will be lain in a way that they
leave enough space for concerting and do not adversely affect the structural members. Nothing extra
over the agreement rates shall be paid for the same.
4. Some restriction 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 restrictions /instructions and nothing
extra shall be payable on this account.
5. The building work will be carried out in the manner complying in all respects with the requirements of
relevant by laws 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.
(a) The work of water supply internal sanitary installations and drainage work etc. shall be carried out as
per local Municipal Corporation or such local body Bye-Laws and the contractor shall produce
necessary completion certificate from such authorities after completion of the work.
(b) Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories should confirm to
bye-laws and specifications of the municipal body/corporation where CPWD specifications are not
available. The contractor should engage licensed plumbers for the work and got the materials
(fixtures/fittings) tested by the Municipal body/Corporation authorities wherever required at his own
cost.
(c) The contractor shall comply with proper and legal orders and directions of the local or public authority
or municipality and abide by their rules and regulations and pay all fees and charges which he may be
liable.
6. 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 whatever shall be payable to the contractor for the
test.
7. The Contractor shall submit authenticated copies of itemized bills of the materials which has to
be entered in the M.A.S. Register Viz Steel, Cement, Bitumen, Paint, Water Proofing materials
or any other item required for execution of work Authenticated copies of itemized bill must be
obtained by field staff / authorities from the agencies / contractor before settling payments.
8. (i) Testing of Materials:-
(a) The contractor shall produce all the materials in advance so that there is sufficient time for
testing and approving of the material and clearance of the same before use in work.
(b) 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 test, crushed
samples of cement concrete from the failed 7 days cubes should be preserved in a sealed bag.
(c) In case of concrete and reinforced concrete work the contractor shall be required to make
arrangement for carrying out compression 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

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
49 | P a g e
upto the laboratory where the test is to be performed. The cube tests can be performed at any
laboratory approved by the Engineer-in-charge.
(d) All Testing of material shall be done as per clause 10.A of Agreement.
(e) The contractor shall bear all charges and cost of testing of materials for all mandatory
test required as per CPWD Specification 2019 Vol. –I & II. For non-mandatory test of
material if testing is required than only the testing charges shall be born by the
department if the material passes the tests conducted.
9. The structural and architectural drawings shall at all times be properly correlated before executing any
work. However in case of any discrepancy in the item given in the Schedule of Quantities appeared
with the tender and architectural drawings relating to the relevant item, the former shall prevail unless
and otherwise given in writing by the Engineer-in-charge.
10. The contractor shall bear all incidental charges for cartage, storage and safe custody of material issued
by department.
11. (a) For the purpose of recording measurements and preparing running account bills, the abbreviated
nomenclature indicated in the publications abbreviated nomenclature of item of DSR-2023 shall be
accepted. The abbreviated nomenclature shall be taken to cover all materials and operations as per the
complete nomenclature of the relevant items in the agreement and other relevant specifications.
(b) In the case of items for which abbreviated nomenclature is not available in the above sited
publication and also in case of extra and substituted items of work for which abbreviated nomenclature
is not provided in the agreement the full nomenclature of items shall be reproduced in the
measurements books and bill forms for running account bill.
The full nomenclature of the items shall be adopted in preparing abstracts of final bill in the
measurement book and also in the bill form for final bill.
(c) All measurements of all items having financial value shall be entered by the contractor and
compiled in the shape of the Electronic Measurement Book (EMB) through CPWD ERP portal
and Computerized Level Book (CLB) having pages of A-4 size as per the format of the
department so that a complete record is obtained of all the items of works executed under the
contract.
In case of EMB, the contractor shall record measurement online on ERP Portal and shall raise
RFI(Request for Inspection)online for checking the online measurements by the Engineer-in-
Charge or his/her authorised representative as per programme or interval fixed in consultation
with Engineer-in-Charge and/or his/her authorised representative. If after verification by the
Engineer-in-Charge and/or his/her authorised representative, any change is required, then
Engineer-in-Charge and/or his/her authorised representative seeking the change shall return the
online rejected measurements to the contractor for incorporating the changes. The contractor
shall resubmit such measurements online after making necessary changes. All the changes are to
be finally authorised by the Engineer-in-Charge and/or his/her authorised representative.
12. The contractor will have to work according to the programme work decided by the Engineer-in-charge.
The contractor shall also construct a sample unit complete in all respect within time specified by the
Engineer-in-charge and this sample, unit shall be got approved from the Engineer-in-charge before
mass construction is taken up. No extra claim what so ever beyond the payments due to agreement
rates will be entertained from contractor on this account.

13 The contractor shall take instructions from the Engineer-in-charge for stacking of materials in any
place. No. excavated earth or building materials shall be stacked on areas where other buildings, roads,
services of compound walls are to be constructed.
14 As per municipal rules the huts for labour are not to be erected at the site of work by the contractors.
Contractors are required to provide such accommodation as it acceptable to local bodies and nothing
extra shall be paid on this account.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
50 | P a g e
15 INTEGRAL WATER PROOFING:-The contractor must associate himself with the specialized firm
to be approved by the Engineer-in-charge in writing, for integral cement based water proofing
treatment for sunken floor and on roofs, 10 years guarantee in prescribed Performa attached must be
given by the specialized firm, which shall be counter signed by the contractor, token of his overall
responsibility. In addition 10% (Ten Percent) of the cost of these items would be retained as guarantee
to which the performance of the work done. If any defect is noticed during the guarantee period, it
should be rectified by the contractor within seven days and if not attended to the same will be got done
by another agency at the risk and cost of the contractor. However, this security deposit can be released
in full, if bank guarantee of equivalent amount for 10 years is produced and deposited with the
department. While tendering the contractor must give.
(a) The name of specialized firm.
(b) The trade names of the product, which would be used.
(c) List of works where this treatment has been used.
16 A.P.P. WATER PROOFING:-The contractor must associate himself with the specialized firm to be
approved by the Engineer-in-charge in writing, for A.P.P. water proofing treatment on roofs, 10 years
guarantee in prescribed Performa attached must be given by the specialized firm, which shall be
counter signed by the contractor, token of his overall responsibility. In addition 10% (Ten Percent) of
the cost of these items would be retained as guarantee to which the performance of the work done. If
any defect is noticed during the guarantee period, it should be rectified by the contractor within seven
days and if not attended to the same will be got done by another agency at the risk and cost of the
contractor. However, this security deposit can be released in full, if bank guarantee of equivalent
amount for 10 years is produced and deposited with the department. While tendering the contractor
must give.
(a) The name of specialized firm.
(b) The trade names of the product, which would be used.
(c) List of works where this treatment has been used.
17. If any tender found with any shortcoming that tender will not be considered and rejected in first
instance.
18. The work shall be carried out as per CPWD specification 2019 Vol-I to II with upto date correction
slips and as per IS: Code, where specification and IS: Code are silent the decision of Engineer-in-
charge shall be final and binding on the contractor.
19. Income tax, work contact tax and cesses shall be recovered from the contractor on gross amount of the
bill as per prevailing rates.
20. Any damage caused during execution of work shall be made good by the contractor at his own cost and
nothing extra shall be paid/claimed on this account.
21. All material shall be got approved from the Engineer-in-charge before start of work.
22. The disposal of malba shall be carried out daily and will be disposed off in dumping dust bin near
dumping ground at ground floor of the building as directed by Engineer-in-charge. Nothing extra shall
be paid on this account.
23. Nothing extra shall be paid on account of wastage of labour etc. due to security/restricted area. All the
building under C-Division are in restricted area and worker can only entre with the permission of Chief
Security Officer, Ministry of Defence or Ministry of Home Affairs and material can be brought only
after getting the permission of truck from Chief Security Officer, Ministry of Defence of Ministry of
Home Affairs & Assistant Commissioner of Police or Deputy Commissioner of Police of Delhi Police,
what so ever is required by Chief Security Officer, Ministry of Defence or Ministry of Home Affairs
and Assistant Commissioner of Police of Deputy Commissioner of Police of Delhi Police such as the
name, address & photo of the worker & Vehicle Name etc. for getting permission it is to be provided
by the contractor. Nothing extra shall be paid on this account.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
51 | P a g e
24. If any tenders, which propose any alternation in the work specified in the said form of invitation to
tender, or in the time allowed for carrying out the work, or which contain any other condition of any
sort including conditional rebates will be summarily rejected.
25. All dismantled material received after dismantling shall be deposited at Enquiry office to the
concerned Junior Engineer-in-charge and nothing extra shall be paid on this account.
26. Site should be left neat and clean after completion of work.
27. The contractor shall have to arrange security passes on his own for his men, for workers by submitting
all required details of workers viz photo, ID proof etc. to the office of Assistant Engineer for
forwarding the same to security office. Delay for getting passes from security office due to late
submission of application or non-submission of all required documents will be the sole responsibility
of the contractor.
28. In case of any dispute/litigation with labour the contractor shall be solely responsible and in no case
the department will be responsible on account of any liability.
29 Final 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 component of work and pass
on the same to the EE of major component for including in the final bill for composite contract.
30 In Case of extension of agreement due to delay/reduction in scope of work: no claim in account of
reduction in value of work, loss of business, loss of profit, consequently overheads, any type of interest
etc. shall be entertained.
31 Work shall be carried out at site round the clock i.e. day and night no extra labour charge shall
be paid on this account separately.
32 Contractor has to bring samples of preferred brands as per list of approved make only and
Engineer in Charge shall approve one sample out of the samples brought by the contractor. The
contractor has to use material of that approved sample only. The decision of Engineer- in-
Charge in this regard is final and binding.
33 The contractor has to submit all the supply item approved by the Engineer-in-charge within one
month from the date of start of the work to the work site otherwise Rs. 50,000/- per month will
be recovered from the bill.
34 Any Complaints should be attend within 24 hours, failing which Rs. 1000/- per complaint per
day will be recovered from bill.
35 Full 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.
36 If the contractor intends to change any labour, prior approval should be taken from the
Engineer- in- charge the credentials of (Details, Experience, Aadhar Card etc.) the substitute has
to be submitted along with the application for approval. The labour will only be substituted after
the approval of Engineer-in-Charge, the decision of which is final and binding.
37 All the testing has to be carried out from Govt. Laboratories only. No private lab is empanelled
under Delhi region as per the direction of ADG (Delhi Region).
38 It shall be mandatory for the bidder to submit the self-attested copies of Tax paid bills of the
materials entered in MAS Register viz., Steel, Cement, Bitumen, Paint, Primer, Distemper,
Varnishes, Tile Adhesive, Admixtures, Anti Termite Chemical, Water Proofing compound
material or any other item as directed by the Engineer-in-charge at any point of time during the
execution of the work. Also, the onus of genuineness of Tax Paid bill will rests with the bidder.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
52 | P a g e
ADDITIONAL CONDITIONS FOR INTERNAL & EXTERNAL PAINTING WORKS

1. The contractor shall see the site conditions before quoting the rates. The rates for different items
of works shall apply for all heights and depth unless otherwise specified.
2. The works is required in piece meal manner in building and work shall be started at very short
notice and be completed as per program decided and as per the convenience of occupants.
3. At a particular time contactor may have to undertake work in different area by engaging at least
ten painters and ten beldars/coolies in each of the places Failing which, if it is felt that building
will not be completed in fix time schedule, the department will deploy required number, of
painter/coolie & cost of wages will be recovered from the contractor.
4. Any failure to fulfil the above cited and following conditions shall amount to forfeit the claim of
contractor to quote the same kind of tenders in future.
5. Before starting the work the contractor shall have to prepare one sample of all items / shade
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.
6. Splashes on the floor, walls glasses & other places must be removed after completion of work.
Glass panes must be cleaned after completion of works. In the event of failure to clean splashes
the work of cleaning will be got done at the risk and cost of the agency.
7. Payment for a building shall be made only after completion of full scope of work required in main
building, part of building compound wall etc. and after removal of splashes of paint and cleaning
of glass panes and splashes marks on marks skirting / dado, frames etc. this is to be done
immediately after the completion of painting work. In the event of work splashes on the floors,
walls, glasses & other places must be removed after completion of works. Glass panes must be
cleaned after completion of work. In the event of failure to clean splashes the works of cleaning
will be got done at the risk and cost of the agency.
8. The following theoretical coefficient shall be considered for working out theoretical consumption of
material:-
i) Oil bound washable distemper.
a) One or more coats on old work – 1.00kg per 10 sqm.
b) Two and more coats on old work – 1.25 kg. per 10 sqm.
c) Two or more coat on prepared – 1.50 kg per 10 sqm.
ii) Cement primer -0.70 litre per 10 sqm.
iii) Cemprover primer – 0.80 litre per 10 sqm.
iv) Varnish – 1.00 littre per 25 sqm.
v) Safeda (white lead) – 1.00 kg per 25 sqm.
vi) Synthetic cement paint –
a) Two or more coats on new work – 1.16 litre per 10 sqm.
b) Two or more coats on old work 0.93 litre per 10 sqm.
c) One or more coats on old work – 0.70 litre per 10 sqm.
vii) Water proofing cement paint.
a) Two or more coats on new work – 3.84 kg per 10 sqm.
b) One or more coats on old work – 2.20 kg. per 10 sqm .
viii) Pink or grey primer – 0.75 litre per 10 sqm.
ix) Repainting of C.I. Cistern with synthetic enamel paint 0.20 litre each.
x) Anticorrosive bitumastic paint one or more coats on rain water pipe.
a) 50mm diameter pipe – 1 litre per 102 metre.
b) 75mm diameter pipe 1.46 litre per 102 metre.
c) 102mm diameter pipe 1.914 litre per 102 metre.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
53 | P a g e
xi) Plastic emulsion paint.
a) Two or more coats on new – 1.21 litre per 10sqm.
b) One or more coats on old work – 0.73 litre per 10 sqm.
xii) Repainting of G.I. pipe one or more coats on old work with synthetic enamel paint.
a) 15mm diameter pipe – 0.3297 per 102 metre.
b) 20mm diameter pipe – 0.4396 per 102 metre.
c) 25mm diameter pipe – 0.5495 per 102 metre.
d) 32mm diameter pipe – 0.7035 per 102 meter.
xiii) Wood preservative oil type one or more coats – 0.81 litre per 10 sqm.
10 Sundries such as brusher, sand paper, scaffolding, old dhoties, colour pigment (strainer tubes) and
chalk mitti (whiting) etc. will be arranged by the contractor. For which no extra payment shall be
made.
11 All ceilings of main building and servant quarters shall be done in one or more coats unless and
until permitted for scrapping and two or more coats of wash. Nothing extra shall be paid for any
extra height.
12 Contractor shall be required to make arrangement for plastic/cotton sheets for use in building
during repairs to protect floors, furniture, carpets, shelves etc. from splashes, dust, dirt, mortars
dropping and damages etc. for which no extra payment shall be make.
13 Empty containers against the material issued departmentally shall have to be returned to the Junior
Engineer immediately on the same day after the use on work and the contractor will responsible for
the loss of containers failing which no further material will be issued, AE / JE may issue material if
feasible / suitable and retain empty container with them.
14 White oil bound distemper plastic emulsion paint synthetic enamel paint shall be issued to the
contractor. He will arrange for the strainer of required shade and nothing extra shall be paid for it.
15 Contractor and / or his duly authorized representative shall have to have contact with Engineer in-
charge AE / JE twice a day for obtaining the execution programme.
16 Acrylic smooth exterior painting/ plastic emulsion painting/ distempering over walls shall only be
carried out with application of roller.
17 The manufacturing date and batch No. will be inscribed or printed on packs/containers by
manufacturers are acceptable for all the above said materials. Fresh material shall be
brought at site as far as possible and materials more than 04 Months old from the date of
manufacturing will be rejected.
18 The contractor shall have to get the shades of all types of paints, distempers, water proofing
cement paint etc. approved from the Engineer-in-charge before procurement of materials.
19 The contractor shall be required to produce samples of all materials sufficiently in advance to
obtain approval of the Engineer-in-charge. Subsequently the materials to be used in the actual
execution of the work shall strictly conform to the quality of samples approved. In case of
variation, such materials shall be liable to rejection.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
54 | P a g e
SPECIAL CONDITIONS FOR CEMENT & STEEL

1. The contractor shall at his own expense procure and provided all materials including cement and steel
required for the work.

2. The contractor shall procure all the materials in advance so that there is sufficient time to testing and
approving of the materials and clearances of the same before use in work.

3. All the materials brought by the contractor for use in the work shall be got checked from Engineer-in-
charge or his authorized representative of the work on receipt the same at site before use.

4. Contractor has to produce manufacture’s test certificate for each of lot of cement and steel
procured at site.

1. CONDITION FOR CEMENT

(a) The contractor shall procure 43 grade (Conforming to IS:269, IS:8112 or IS:12269) ordinary Portland
cement required in the work from reputed manufactures of cement such as ACC, JP, Rewa, Vikram,
J.K. Cement, and Birla whose name shall be got approved from Engineer-in-charge. Supply of
cement shall be taken in 50kg bags bearing manufacture’s name and ISI making, along with
manufactures test certificate for each lot sample of cement arranged by the contractor shall be taken by
the Engineer-in-charge and got tested in accordance with provision of relevant BIS code. The cement
for such testing purpose shall be supplied by the contractor free of charge. In case results indicate that
the cement arranged by the contractor does not conform to the relevant BS Codes, the same shall stand
rejected and 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.

(b) Double lock provision shall be made to the door of the cement go-down. The keys of one lock shall
remain with the Engineer-in-charge or his authorized representative and the key of other lock shall
remain with the contractor. The contractor shall be responsible for the watch and ward and safety of
the cement go-down. The contractor shall facilities the inspection of the cement go-down by the
Engineer-in-charge at any time.

(c) The actual issued and consumption of cement of 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 the
conditions lain therein.

(d) If the quantity of cement actually used in the work is found to be more than the theoretical quantities of
cement including allowed variation, nothing extra shall be payable to the contractor on this account. In
the event of it being discovered that after the completion of the work the quantity of cement used is
less than the quantity ascertained as herein before provided (allowing variation on the minus side as
stipulated in Clause – 42), the cost of quantity of cement not so used, recovery shall be made in
accordance with condition of contract at schedule A to F (CPWD 7/8) without prejudice to action for
acceptance of work/item at reduce rate or rejection as the case may be. For non-scheduled items, the
decision of the Superintending Engineer, regarding theoretical quantity of the cement, which should
have been actually used, shall be final and binding on the contractor.

(e) Cement brought to the site and cement remaining unused the same shall be removed from the site after
completion if work by the contractor at his own cost after approval of the Engineer-in-charge.

(f) In the case contractor brings surplus quantity of cement the same shall be removed from the site after
completion of work by the contractor at his own cost after approval of the Engineer-in-charge.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
55 | P a g e
(g) The cement in bags shall be stacked by the contractor in two godown. One for fresh arrival of cement
to be tested for quality and another tested in. The godowns shall be having weather proof roof and
walls and on a proper floor consisting of two layers of dry bricks lain on well consolidated earth at a
level at least 30cm above the ground level. These stacks shall be in rows of two bags deep and 10 bags
high with a minimum of 60cm. Clear space all around. The bags should be place horizontally
continuous in each line as shown in the sketch given in CPWD Specification – 2009(Volume-I &
Volume-II). The sketch is only for guidance. Actual size/shape of go-downs shall be as per site
requirement and nothing extra shall be paid on this account.

(h) Cement register for the cement shall be maintained at site. The account of daily receipt and issue of
cement should be maintained in the register by the authorized representative of the Engineer-in-charge
and signed daily by contractor or his authorized agent.

(i) Cement that is not used with 90 days from its date of manufacture shall be tested at laboratory
approved by the Govt. until the result of such tests are found satisfactory, it shall not be used in any
work.

2. CONDITIONS FOR REINFORCEMENT STEEL.

(a) The contractor shall procure cold twisted steel reinforcement bars conforming to IS:432 or IS:1786 as
per specifications detailed hereunder from main producers/secondary producers as approved by
the Ministry of Steel. The contractor shall have to obtain original purchase invoice or mother
invoices accompanied with duly endorsed test certificates and furnish to the Engineer-in-charge
in respect of all the lots of steel brought by him from approved suppliers to the site of work. It is
to be ensured that the test certificates correlate and correspond to the site work with the details of
wagon or vehicle no. in the original purchase invoices. Samples shall also be taken and got tested by
the Engineer-in-charge as per the provisions contained in relevant BIS codes. In case the test result
indicates that the steel arranged by the contractor does not conform to BIS cods; the same shall stand
rejected and shall be removed from the site of work by the contractor at his cost within a week’s time
of written orders from the Engineer-in-charge to do so. Unless specified elsewhere in the contract
document, the testing shall be done as per sample taken given below:-

SIZE OF BAR FOR CONSIGNMENT BELOW 25 TONES

UNDER 10mm dia One sample for each 10 tonnes or part thereof.

OVER 10mm dia One sample for each 15 tonnes or part thereof.

(b) The steel reinforcement shall be brought in supply of 10 tons or more as decided by Engineer-in-
charge along with manufacture’s test certificate for each lot.

(c) The steel reinforcement shall be stored by the contractor at site of work about 30cm to 45cm above
ground. A coat of cement wash shall be given to steel bars which stored at site for long duration so as
to prevent corrosion. Nothing extra shall be paid for steel stored separately to facilities easy counting
and checking.

(d) The actual issue and consumption of steel on work shall be regulated and proper account maintained as
provided in clause 10 of the contractor. The theoretical consumption of steel shall be worked out as per
procedure prescribed in clause 42 of the contract and shall be governed by condition laid therein.

(e) The actual issue of steel shall be actual weight of total quantity of steel received at the site less actual
weight of balance quantity steel laying unutilized at the work site.

(f) Steel brought to site and steel remaining unused shall not be removed from site without the written
permission of the Engineer-in-charge.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
56 | P a g e
(g) In case the contractor brings surplus quantity of steel, the same will be removed from the site by the
contractor after completion of work at his own cost by approval of the Engineer-in-charge.

(h) The mild steel and medium tensile steel bars to be used shall conform to latest version of IS: 432 and
cold twister bars shall conform to the latest version of IS: 1786.

(i) Reinforcement including authorized spacer bars and overlapping shall be measured in length of
different diameters as actually (not more than as specified in the drawings) used in the work nearest to
a centimeter. Wastage and unauthorized overlaps shall not be measured.

(ii) The standard sectional weights referred to as in Table in para 5.3.4 in CPWD specifications 2009 for
work will be considered for conversion of length of various size of M.S. Bars, Tor steel Bars in to
Standard weight.

(iii) Records of actual sectional weight shall also be kept dia-wise and lot wise. The average sectional
weight for each diameter shall be arrived at from samples from each lot of steel received at site. The
decision of the Engineer-in-charge shall be final for the procedure to be followed for determining the
average sectional weight if each lot. Quantity of each diameter of steel received at site of work each
day will constitute one single lot for the purpose. The weight of steel by conversion of length of
various sizes of bars based on the actual weighed average sectional weight shall be termed as.

DERIVED ACTUAL WEIGHT:-

If the Derived Actual Weight as in sub-para (iii) above is lesser than the standard weight as in
sub-para (ii) above then the Derived Actual Weight shall be taken for payment.

If the Derived Actual Weight is found more than the standard weight the standard weight as
worked out in sub-para (ii) above shall be taken for payment. In such case nothing extra shall be paid
for the difference between the Derived Actual Weight and the standard weight.

3. a) The contractor shall deposit along with cash memos, the materials like Dry distemper,
O.B.D. Varnishes, synthetic enamel paint, plastic emulsion, water proofing cement paint, primer,
exterior paint etc. in 50% quantity before start of the work.

b) The material shall be supplied at the concerned office with Junior Engineer-in-charge of work and
will be issued to the contractor for work from Enquiry office wise.

c) The material is to be purchased from the authorized dealer and cash memos to this effect is to be
produced along with material. It should be ensured that the material is taken from authorized
dealers and supported with challans of the manufacture.

4. Nothing extra shall be paid to the contractor for excess consumption of materials in case of the
materials arranged by him.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
57 | P a g e
GENERAL SPECIFICATIONS:-

1.1 The work shall be executed and measured as per metric dimensions given in the Schedule of
Quantities, Drawings etc. (F.P.S. units wherever indicated are for guidance).

1.2 The following modifications to the above specifications and some additional specifications shall
however apply.

(i) All stone aggregate and stone ballast shall be of hard stone variety to be obtained from
approved quarries at or any other source to be got approved by the Engineer in charge.

(ii) Sand to be used for cement concrete work, mortar for masonry and plaster work shall be of
standard quality. Sand shall be obtained from other source to be got approved from the
Engineer-in-charge and screened as required. The same shall consist of hard siliceous
material. It shall be clean sand.

2. 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 revisions thereof, if
any, up to the date of receipt of tenders.

3. Unless otherwise specified in the Schedule of Quantities the rates for all items of the work shall be
considered as inclusive of pumping out or bailing out water if required for which no extra payment
will be made. This will include water encountered from any source, such as rains, floods, and sub-
soil water table being high due to any other cause whatsoever.

4. R.C.C. Work:- In respect of projected balconies, projected slabs at roof level and projected
verandah, the payment for the R.C.C work shall be made under the item, of R.C.C. slab. The
payment for centering and shuttering of such items shall similarly be paid under the item of
centering and shuttering of RCC slab. Nothing extra shall be paid for the side shuttering at the
edges of these projected balconies and projected balconies and projected verandah. All the exposed
edge shall however, be finished as per specifications and nothing extra shall be paid for this.

5. Flooring:-

(i) The rate of items of flooring is inclusive of providing sunk flooring in bathrooms, kitchen etc.
and nothing extra on this account is admissible.

(ii) The size proportion and colour of marble chips in marble, chips flooring/skirting shall be
decided by the Engineer-in-charge and nothing extra shall be payable to the contractor on this
account.

(iii) The flooring work using combination of different stone shall be as per drawing and as per
direction of the Engineer-in-charge. The contractor has to ensure the shade of the stone before
quoting the rates in respective items, nothing extra shall be payable on this account.

6. Wood Work: - The sample of species of timber to be used shall be deposited by the contractor
with the E.E. before commencement of the work. The contractor shall produce cash vouchers and
certificates from standard kiln seasoning plant operator about the timber section to be used on the
work have been kiln seasoned by them; failing which it would not be so accepted as kiln seasoned.

6.1 Factory made shutter as specified shall be obtained from factories to be approved by the Engineer-
in-charge and shall confirm to IS: 2202 (Part-1) 1977 (or revised). The contractor shall inform well
in advance to the Engineer-in-charge the names and address of the factory where from 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, the contractor is

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
58 | P a g e
bound to abide by the direction of Engineer-in-charge and recommended 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 by the
Engineer-in-charge or his authorized representative. Contractor will have no claim if the shutters
brought at site are rejected by Engineer-in-charge in part or in full lot due to bad workman
ship/quality.

Such shutters will not be measured and paid and the contractor shall remove the same from the site
of work within 7 days after the written instruction in this regard are issued by Engineer-in-charge or
his authorized representative.

7. Steel Work:-

The rates of Tee/angle iron frame shall include the following:-

(a) M.S. sill/tie of 16mm dia bar welded to T-iron frames keep the frames vertical in correct position.
The sill/tie shall be embedded in floor concrete, no tie is necessary for window frames.

(b) Each T-iron frame for doors shall have 2 Nos. M.S. lugs 15x3mm, 10cm long welded to each
vertical member of the frame.

(c) M.S. Plate 8x25mm. 10mm long having threaded holes (No. of flats shall correspond to the No. of
butt hinges to be fixed to door/ window shutter) shall be welded at appropriate places at the back
of the T-iron frames for fixing the required butt hinges to the frame with machine screws M.S. flats
8x25mm, 50mm long with threaded holes, shall be welded to the back of the T-sections to receive
the butt hinges for cleats.

The M.S. plate cramps 15x6mm thick for holding arrangement are to be provided and added as per
site conditions. The rate is inclusive of the cost of such cramps.

All welded steel work shall be tested for quality of welded laid down in IS:822-1970 before actual
erection.

8. WATER SUPPLY SANITARY INSTALLATION:

8.1 The S.C.I. pipe and G.I. pipe wherever necessary shall be fixed to R.C.C. columns, beams etc,
with rawl plugs and nothing extra shall be paid for this.

8.2 The contractor shall be responsible of the protection of the sanitary and water supply fittings
and other fittings and fixtures against pilferages and breakage during the period of installation
and thereafter until the building is handed over.

9. VARIATION CONSUMPTION OF MATERIALS:- The variation consumption of material


shall be governed as per CPWD specification and clauses of the contractor to the extend
applicable. The following specific clause shall govern the variation in consumption of pig lead.

10. VARIATION IN CONSUMPTION OF PIG LEAD:-

10.1 The pig lead for caulking of joints of SCI pipes shall be issued as per theoretical consumption
for SCI pipes of size 102mm, 75mm, 50mm at 0.98 Kg., 0.88 Kg. and 0.77 Kg. per joints
respectively. Over and above the theoretical quantities of lead as marked out, variation of 5%
shall be allowed for wastage etc. Any difference between the actual consumption of pig lead
and theoretical consumption worked out on the above basis including the authorized variation
shall be recovered at double the issue rate. Where the pig lead is arranged by the contractor,
variation 5% will be allowed. In case variation is on higher side 5% will be allowed. In case

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
59 | P a g e
variation is on lower side, the quantity of pig lead used shall be recovered from the contractor
at market rate to be determined by Engineer-in-charge whose decision in the matter will be
final.

10.2 The theoretical quantity of cement to be utilized in item of concrete involving use of single
aggregate and mixed by volume batching shall be computed on the basis of the co-efficient for
cement to be used in different items of the work provided in DSR reducing each of the co-
efficient by 5%. However where the concrete is mixed by weight batching no such reduction
shall be made from theoretical co-efficient given in DSR-2023 for concrete with crushed stone
aggregate.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
60 | P a g e
Special Condition on Air Pollution from Construction & Demolition Activities
1. The contractor shall not store/ dump construction material or debris on metalled road.

2. The contractor shall get prior approval from Engineer in charge for the area where the construction
material or debris can be stored beyond the metalled road. This area shall not cause any obstruction to
the free flow of traffic/inconvenience to the pedestrians. It should be ensured by the contractor that no
accidents occur on account of such permissible storage.

3. The contractor shall take appropriate protection measures like raising wind breakers of appropriate
height on all sides of the plot/area using CGI sheets or plastic and/ or other similar material to ensure that
no construction material dust fly outside the plot area. The contactor shall ensure that the
construction activity does not cause any air pollution during course of construction and/or storage
of material or construction activity. The agency should quote his rates after considering the cost
involved in this regard. Nothing extra shall be paid on this account. No claim in this regard shall
be entertained.
4. The contractor shall ensure that all the trucks or vehicles of any kind which are used for construction
purposes/ or are carrying construction material like cement, sand and other allied material are fully
covered. The contractor shall take every necessary precautions that the vehicles are properly cleaned and
dust free to ensure that enroute their destination, the dust, sand or any other particles are not released in
air/ contaminate air.
5. The contractor shall provide mask to every worker working on the construction site and involved in
loading, unloading and carriage of construction material and construction debris to prevent inhalation of
dust particles.
6. The contractor shall provide all medical help, investigation and treatment to the workers involved in the
construction of building and carry of construction material and debris relatable to dust emission.
7. The contractor shall ensure that C& D waste is transported to the C& D waste site only and due record
shall be maintained by the contractor.
8. The contractor shall compulsory use of wet jet in grinding and stone cutting.
9. The contractor shall comply all the preventive and protective environmental steps as stated in the MoEF
guidelines, 2010.
10. The contractor shall carry out on-Road-Inspection for black smoke generating machinery. The contractor
shall use cleaner fuel.
11. The contactor shall ensure that all DG sets comply emission norms notified by MoEF.
12. The contactor shall use vehicles having pollution under control certificate. The emissions can be reduced
by a large extent by reducing the speed of a vehicle to 20 kmph. Speed bumps shall be used to ensure
speed reduction. In cases where speed reduction cannot effectively reduce fugitive dust, the contractor
shall divert traffic to nearby paved areas.
13. The contactor shall ensure that the construction material is covered by tarpaulin. The contactor shall take
all other precaution to ensure that no dust particles are permitted to pollute air quality as a result of such
storage.
14. The paving of the path for plying of vehicles carrying construction material is more permanent solution
to dust control and suitable for longer duration projects. If for construction activity paving path in
required it shall be constructed by the agency at his own cost. The agency should quote his rates after
considering this effect, as nothing extra shall be paid on this account. No claim in this regard shall be
entertained.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
61 | P a g e

LIST OF APPROVED MAKE OF MATERIALS


(FOR CIVIL WORKS)
Specification/brands names of materials (Refer materials, whichever are applicable for the scope of work) and
finishes approved by the Architect/Engineer-in-Charge are listed below. However approved equivalent materials
and finishes of any other specialized firms may be used, in case it is established that the brands specified below are
not available in the market and subject to approval of the alternate brand by the Architect/Engineer-in-Charge,
(See also conditions of contract)

Sl. No. Materials Approved make


1 Cement
OPC/PPC Gray ACC, JP, Rewa, Vikram, J.K. Cement, Ambuja, Shri Ultra.
White Cement J.K. White, Birla White
2 Steel (a) Reinforcement Tata, SAIL, RINL, JSW, Shyam Steel
(b) Structural Steel Tata, SAIL, RINL, Jindal, Prakash Steel Tubes. RANA
CAPITAL,
(c) Stainless steel pipe and Jindal Stainless Steel Ltd. , Connect Architectural Products
fittings pvt. ltd, ICICH Industries,
3 Aluminium Sections Jindal, Hindaloc, Indalco
Andodised Aluninium Hardware Hardima, Everite, Sigma, Argent, GEALAN
(Heavy Dutty)
4 Wood work
Board & Plywood/Venner Duro, National, Kit ply, Bhutan tuff, Greenlam CENTURY
PLY, Merino
Flush Door Shutters (Decorative/ Non Kitlam, National, Kitply. Prima Jayna. Century ply board,
Decorative) green ply, Duro Door, MERINO.
Fire Check Door Romat, Kutty Door
Prelaminated Particle Board Action TESA, Kitply, Kitlam, Bhutan Board.
Door Fittings
a. MS Fittings B & R Dorma, Kich, Godrej, Harrison, Hettich, Hafelle,
b. Aluminium Fittings Ozone
c. Brass Fittings
d. SS Fittings
e. Sliding door bolt
Automatic sliding door System and Ozone, Dorma, Godrej,
Fittings
Stainless Steel Telescopic draw Ozone, Dorma, Godrej, Harrison,
channel
uPVC window Wintech Fenesta, Rehau, GEALAN, KAKA
5 Finishing work
Acrylic Emulsion Paint i) Bison acrylic washable oil bound distemper of Berger,
Asian, Nerolac, Berger
ii) Nerolac premium washable oil bound distemper of
Godless Nerolac make.
iii) Acrylic washable distemper of Asian paints.

Acrylic exterior paint Snowcryl XT of Snowcem paint, Wheathercoat smooth of


Berger paints, Apex of Asian paints. Berger (Weather coat all
guard), Nerolac (Excel Rain guard), Asian Paints (Apex
Ultima)
Exterior WALL PUTTY BIRLA, J.K, BERGER
Plastic Emulsion Paint i) Luxol silk emulsion of Berger paint make. royal Brand
of Asian Paints Nerolack, Good Luck Nerolac Paints.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
62 | P a g e
ii) Allscape of Kansai Nerolac paint Ltd.
Make.
iii) Royal of Asian paint make. Ultra tech
POP J.K. Laxmi, Sri Ram Nirman & Aadhar Shree
Synthetic Enamel Paint i) Luxol Hi-Gloss synthetic enamel snowhite of Berger
make, Nerolac, Asian,
Water-Proof Cement Paint Snowcem, Kilicknixon, Durocem, Berger,
Weather Silicone Dow Corning/Wacker
Melamine Dulux, Berger, Nerolac, Asian
6 Flooring
Wooden Flooring / LVT Flooring VISTA, Greenlam (mikasg), Action Tesa, Merino
Terrazzo Tiles (Precast)/Plain/ NITCO, HINDUSTAN, MODERN, Ultra, Unistone.
Chequerred
Glazed Vitrified Tiles/ Double Charge KAJARIA, Somany, Nitco, RAK
tile/ Polished tile
Cement Concrete Tiles/Hardonite Tiles NITCO, NTC, HINDUSTAN
Glazed Ceramic Tiles JOHNSON, SOMANY, KAJARIA, RAK
C.C. Pavers NITCO-(ROCKARD), TUFTEK, K.K, ESS&ESS,
MODERN
FRP Manhole/Trench cover/ FRP Dudhi (Dudhi Industries Pvt. Ltd.), NECO (Jayaswal Neco
Gully Grating cover Industries Limited, SKF (Surya kiran Fiber Industries PVT.
LTD.)
Engineering quartz Johnson, Kalinga, Corian quartz
Flooring / wall lining
7 Roofing
7A G.I. Metallic Tiles of False Ceiling
Hi-Steel, Armstrong , Saint Gobain (Gyproc), Diamond
Gypsum board alongwith frame
GRG tile alongwith frame
Calcium Silicate False Ceiling System
7B Aerolite, NCL, Ultralite, Armstrong (Newtone)
Along with supporting
Baffle False Ceiling Hi-Steel, Armstrong, Hunter Douglas.
8 Water Supply Fittings
G.I. Pipes Tata, Jindal – Hissar, Parkash Steel Tubes,
G.I. Fittings (Malleable Cast Iron) Unik, ICS, UK, sury, Ks, AMCO, AVR, NVR, RR. KM
C.P. Brass Fittings Jaquar, Marc, Parko,
Centrifugal Cast Iron Neco, RIF, Babulal Bajaj Iron Foundry Mathura (HIF) or any
other BIS marked product, SRIF, RPMF
Upvc Pipe Supreme, Prince, Finolex, Astral
PE-AL-PE PIPES & FITTINGS JINDAL, SUPREME
PVC/SINTHETIC WATER TANK SINTEX, UNIPLAST, Storax, Unitank, Uniplast, Astral
PTMT Fittings Prayag, Shakti
Gunmetal Valves Leader, Sant, Zoloto, Kilburn, CIM Valvers, Annapurna.
Ball Valves Zoloto, IBP, Arco, Link, Leader
Butterfly Valves Audco
SELF CLOSING PILLAR TAPS Jaquar, Marc, Parko,

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
63 | P a g e
Fully Hygiene hand dryer. Jaquar(optima), Marc, Parko,
9 Sanitary
Sanitary Fixture (Chinaware) Jaquar, Cera, Hindware
Soil, Waste & Vents Pipes & Fittings Neco, RIF
Stone Ware Pipe & Gully Traps Perfect, Parry, Hind, MAZZA AC PIPES
R.C.C. Pipes-(NP-2) Lakshmi, Sood & Sood, Jain & Co.
C.I. Double Flanged Sluice Valves Kirloskar, IVS, Burn, Annapurna
C.I. Double Flanged Non Return Kirloskar
Valves
C.I. Manholes Covers B.C. RIF, Nico, Kajeco, Dudhi Industries
LA (CI) Pipes RIF, Neco
Stainless Steel Sinks Nilkanth, AMC, Cobra, Jayana, Marc of 1st quality, Allex,
Salem Steel,
10 Misc. Item
Admixture Forsroc, MC, Sika , MBT, Asian, Choksey, MAKPHALT.
Adhesive Pidilite, Dunlop, Latticrete, Endura, Choskey, Durabuild,
Dudhi, MAKPHALT.
Adhesive Tape Norton
APP Roflex, STP, Dermabit, Bitumen Co. Ltd., Apex, M/s IWL
India Limited.
Bitumen Indian Oil, Hindustan Petroleum
BEVELLED EDGE MIRROR ATUL/SAINT GOBAIN/ Modiguard, Golden fish.
Copper Tubes/Pipes Rajco, Max Flow ABC
Copper Fittings Yorkshine, IBP, Bconex
Damp Proof Material Impermo, Duraseal, Acco-Proof, MAKPHALT.
Dash Fasteners Hilti, Ficher, Canon, Howorth
Door Closer Lock Dorma, Hardwyn, Hafelle
DRAPERY ROD, VENETIAN MAC, VISTA,
BLINDS
Roller Blinds VISTA, Hunter Douglens, Blackout Fabric,
ELASTOMERIC SLEEVE UP TWIGA / ROCKLLOYD
Epoxy Mortar Fosroc, Dura Build, sika BASF Choksey, Asian
EPDM Gasket Hanu/Anand
Fire Check Accessories Calcium Fromtect
Silicon Board
Friction Stay Hinges Earl-Bihari/Hettich / Dorma
Grass Paver Unistone, Ultra, Shree, Supertile, Modern
HOT WATER INSULATION GLASS WOOL/ MINERAL WOOL
Hydraulic Door Closer/Floor Spring Hardwyn, Godrej, Doorset, Dorma Hafelle
Injection Grouting Pidilite (Dr Fixit), Durabuild/ Choksey, Endura, MAKPHALT
Locks/Mortice lock/Latch/ Cupboard Godrej, Harrison, doorset, Hafelle
lock,
Laminates Merino, Greenlam

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
64 | P a g e
MS Pipe Kesoram, Electro Steel, Parkash Steel Tubes.
Nuts, Bolts and Screws, Steel Kundan, Priya, Atul, GKW
Nonmetalic Surface Hardner MC Deritop F.H.
Poly-Sulphide Sealent Pidilite, Tuffseal, Choksey, DURABUILD, MAKPHALT
Panic Exit Device Ingerrsoll, Hardwyn, Everest
Polyster Powder Coating Shades Nerolac, Berger, J & N
ROLLING SHUTTERS RAMA ROLLING SHUTTERS / JOYTI ROLLING
SHUTTERS / ANAND INDUSTRIES
Smoke Seal Strip Imported Promat/Astro Flame
Structural Silicone Dow Corning/Wacker
i) Nerolac full gloss hard drying synthetic enamel ultra-
white of Goodlass Nerolac make.
Enamel Paint
iii) Apcolite lusture finish white synthetic enamel paint of
Asian paints make.
iii) Dulux gloss synthetic enamel paint of ICI make.
Spider Fittings Dorma, Sevax
S.S. Pipe Jindal, j-press
Tile Adhesive70 CICO, PIDLITE FERROUS, Ferrous, Somay (Easy fix),
laticrete, Pidelete, Coco Bal Endura
Tempered Glass Modi Float & Saint Gobain, ASAHI, Glaverbel
Clay Tiles on Roof KENZAI, JOHNSON
Water Proofing Compound Tap Crete, CICO, Accoproof, Fosroc, Pidlite, Choksey,
MAKPHALT.
Wire Mesh Sterling Enterprises, Trimurty Welded Mesh, Tiger Brand
CPVC Pipe Prince, Finolex, Astral, Supreme.
11. polycarbonate sheet IS Code 14443- GE/MACROLUX/POLYTECHNO/DANPALON,
1997 LEXAN
12. Glass Film 3M
13. FRP Door & Chajja FIBERWAYS, FIBER ENGINEER, SELECTED DOOR
Co., FIBER TECHNO PRODUCTS

Note:- 1. Contractor has to bring samples as per above preferred brands only and Engineer in
Charge shall approve one sample out of the samples brought by the contractor. The
contractor has to use material of that approved sample only. No claim in this regard shall
be entertained.
2. Which item not included in the list but required at site, brand will be approved before
used from the Engineer-in-charge.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
65 | P a g e
ANNEXURE-I
GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS
AFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS.
The Agreement made this _______________day of ___________________one thousand nine
hundred and_____________ between ___________________son of____________________ of
_____________________ (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 buildings and
structures in the said contract recited completely water and leak-proof.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said
structures will remain water and leak-proof for five years from the date of giving of water proofing
treatment.
NOW THE GUARANTOR hereby guarantees that water proofing treatment given by him will
render the structures completely leak-proof and the minimum life of such water proofing treatment shall
be five years to be reckoned from the date after the maintenance period prescribed in the contract.
Providing that the Guarantor will not be responsible for leakage caused by earthquake or structural
defects or misuse of roof or alteration and for such purpose.
a) Misuse of roof shall mean any operation which will damage proofing treatment, like chopping of
firewood and things of the same nature which might cause damage to the roof.
b) Alteration shall mean construction of an additional storey or a part of the roof or construction
adjoining to existing roof whereby proofing treatment is removed in parts.
c) The decision of the Engineer-in-charge with regard to cause of leakage shall be final.
During this period of guarantee, the guarantor shall make good all defects and in case of any
defect being found render the building water proof to the satisfaction of the Engineer-in-charge at his cost
and shall commence the work for such rectification within seven days from the date of issue of the notice
from the Engineer-in-charge calling upon him to rectify the defects failing which the work shall be got
done by the Department by some other Contractor at the GUARANTOR’S cost and risk. The decision of
the Engineer-in-charge as to the cost, payable by the Guarantor shall be final and binding.
That if the Guarantor fails to execute the water proofing or commits breach thereunder, then the
Guarantor will indemnify the Principal and his successors against all loss, damage, cost, expense or
otherwise which may be incurred by him by reason of any default 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 the parties.
IN WITNESS WHEREOF these presents have been executed by the Obligor________________________
and by __________________________________ and for and on behalf of the PRESIDENT OF INDIA
on the day, month and year first above written.
Signed, sealed and delivered by Obligor in the presence of –
1.____________________________________
2.____________________________________
Signed for and on behalf of the President of India by ____________________________
In the presence of –
1.____________________________________2._____________________

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
66 | P a g e
ANNEXURE-II
GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS
AFTER COMPLETION IN RESPECT OF ANTI-TERMITE TREATMENT WORKS.

The Agreement made this _______________day of ___________________one thousand nine


hundred and _____________ between ___________________ son of____________________ of
_____________________ (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 buildings and
structures in the said contract recited completely termite proof.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said
structures will remain termite proof for five years from the date of giving of termite proof treatment.

NOW THE GUARANTOR hereby guarantees that anti-termite treatment given by him will render
the structures completely termite proof and the minimum life of such treatment shall be five years to be
reckoned from the date after the maintenance period prescribed in the contract.
During this period of guarantee, the guarantor shall make good all defects and in case of any
defect being found render the building termite proof to the satisfaction of the Engineer-in-charge at his
cost and shall commence the work for such rectification within seven days from the date of issue of the
notice from the Engineer-in-charge calling upon him to rectify the defects failing which the work shall be
got done by the Department by some other Contractor at the GUARANTOR’S cost and risk. The decision
of the Engineer-in-charge as to the cost, payable by the Guarantor shall be final and binding.

That if the Guarantor fails to execute the termite proofing or commits breach thereunder, then the
Guarantor will indemnify the Principal and his successors against all loss, damage, cost, expense or
otherwise which may be incurred by him by reason of any default 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 the parties.

IN WITNESS WHEREOF these presents have been executed by the


Obligor________________________ and by __________________________________ and for and on
behalf of the PRESIDENT OF INDIA on the day, month and year first above written.
Signed, sealed and delivered by Obligor in the presence of –
1.____________________________________
2.____________________________________
Signed for and on behalf of the President of India by ____________________________
In the presence of –
1.____________________________________2._____________________

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
67 | P a g e
On non-judicial stamp paper of minimum Rs. 100
(Guarantee offered by Bank to CPWD in connection with the execution of contracts)
Form of Bank Guarantee for Earnest Money Deposit / performance Guarantee / Security
Deposit
1. Whereas the Executive Engineer ………………… (name of division) , CPWD on behalf of the
President of India(hereinafter called "The Government”) has invited bids under
........................ (NIT number)...................... dated or................................................... (name of
work) ………………………... The Government has further agreed to accept irrevocable Bank
Guarantee for Rs........................ (Rupees ......................only) valid upto ............
(date)*................... as Earnest Money Deposit from (name and address of contractor)
.................. (hereinafter called "the contractor") for compliance of his obligations in accordance
with the terms and conditions of the said NIT.
or**
*Whereas the Executive Engineer (C-Division) CPWD, New Delhi on behalf of the President of
India (hereinafter called “The Government”) has entered into an agreement bearing number with
...................... (name and address of the contractor). (hereinafter called “the Contractor”)
for execution of work............. ... (name of work) .......... The Government has further agreed to
accept an irrevocable Bank Guarantee for Rs. ....................... (Rupees ....only) valid upto ........
(date)........ as Performance Guarantee / security Deposit from the said Contractor for compliance
of his obligations in accordance with the terms and conditions of the agreement.
2. We, ............... (indicate the name of the bank) (herein after referred to as “the Bank”), hereby
undertake to pay to the Government an amount not exceeding Rs...........................(Rupees
only) on demand by the Government within 10 days of the demand.
3. We, ........................ (indicate the name of the Bank) do here by undertake to pay the amount due
and payable under this guarantee without any demur, merely on a demand from the Government
stating that the amount claimed is required to meet the recoveries due or likely to be due from the
said contractor. Any such demand made on the Bank shall, be conclusive as regards the amount
due and payable by the Bank under this Guarantee. However, our liability under this guarantee
shall be restricted to an amount not exceeding Rs......... (Rupees only)
4. We, .................. (indicate the name of the Bank) , further undertake to pay the Government
any money so demanded notwithstanding any dispute or disputes raised by the contractor in any
suit or proceeding pending before any court or Tribunal, our liability under this Bank Guarantee
being absolute and unequivocal. The payment so made by us under this Bank Guarantee shall be a
valid discharge of our liability for payment there under and the contractor shall have no claim
against us for making such payment.
5. We, ......................... (indicate the name of the Bank) further agree that the Government shall have
the fullest liberty without our consent and without affecting in any manner our obligation here
under to vary any of the terms and conditions of the said agreement to extend time of performance
by the said contractor from time to time or to postpone for any time or from time to time any of
the powers exercisable by the Government against the said contractor and to forbear or enforce
any of the terms and conditions relating to the said agreement and we shall not be relieved from
our liability by reason of any such variation or extension being granted to the said contractor or
for any forbearance, act of omission on the part of the Government or any indulgence by the
Government to the said contractor or by any such matter or thing whatsoever which under the law
relating to sureties would, but for this provision, have effect of so relieving us.
6. We,.................... (indicate the name of the Bank) further agree that the Government at its option
shall be entitled to enforce this Guarantee against the Bank as a principal debtor at the first
instance without proceeding against the contractor and notwithstanding any security or other
guarantee the Government may have in relation to the Contractor’s liabilities.
7. This guarantee will not be discharged due to the change in the constitution of the Bank or the

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
68 | P a g e
contractor.
We, ...................... (indicate the name of the Bank)...................undertake not to revoke this
guarantee except with the consent of the Government in writing.

8. This Bank Guarantee shall be valid up to ................ unless extended on demand by the
Government. Notwithstanding anything mentioned above, our liability against this guarantee is
restricted to Rs............................ (Rupees only) and unless a claim in writing is lodged with
us within the date of expiry or extended date of expiry of this guarantee, all our liabilities under
this guarantee shall stand discharged.
Date..............

Witnesses:

Signature..................
Authorized signatory Name and address
Name Designation Staff code no.

Signature…………….
Bank seal
Name and address

* Date to be worked out on the basis of validity period of 90 days where only financial
bids are invited and 180 days for two / three bid system from the date of submission of
tender / bid.
** ln paragraph 1, strike out the portion not applicable. Bank Guarantee will be made
either for earnest money or for performance guarantee / security deposit as the case
may be.

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
69 | P a g e
FORM OF PERFORMANCE SECURITY (GUARANTEE)
BANK GUARANTEE BOND

In consideration of the President of India (hereinafter called "The Government") having offered to
accept the terms and conditions of the proposed agreement between………………………………..and
…………………………………… (hereinafter called “the said Contractor(s)”) for the
work…………………………………………………………………………………………………………
………(hereafter called “the said agreement”) having agreed to production of a irrevocable Bank
Guarantee for
Rs………………………………(Rupees…………………………………………………………only) as a
security/guarantee from the contractor(s) for compliance of this obligations in accordance with the terms
and conditions in the said agreement.

We…………………………………………….hereinafter referred to as “the Bank”) hereby (Indicate the


name of the Bank) undertake to pay to the Government in amount not exceeding
Rs……………(Rupees………………………….Only) on demand by the Government.

2) We ……………………………………. do hereby undertake to pay the amounts due and payable


(indicate the name of the Bank) under this Guarantee without any demure, merely on a demand
from the Government stating that the amount claimed is required to meet the recoveries due or
likely to be due from the said contractor(s). Any such demand made on the Bank shall be
conclusive as regards the amount due and payable by the bank under this Guarantee. However, our
liability under this guarantee shall be restricted to an amount not exceeding Rs.
……………….(Rupees……………………………………………only).

3) We, the said bank further undertake to pay to the Government any money so demanded
notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding
pending before any court or Tribunal relating thereto, our liability under this present being
absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for payment
there under and the contractor(s) shall have no claim against us for making such payment.

4). We …………………………………………………….… further agree that the guarantee herein


contained (indicate the name of the Bank)shall remain in full force and effect during the period
that would be taken for the performance of the said agreement and that it shall continue to be
enforceable till all the dues of the Government under or by virtue of the said agreement have been
fully paid and its claims satisfied or discharged or till Engineer-in-Charge on behalf of the
government certified that the terms and conditions of the said agreement have been fully and
properly carried out by the said contractor(s) and accordingly discharges this guarantee.
5) We …………………………………………………………………. further agree with the
Government that (indicate the name of the Bank) the Government shall have the fullest
liberty without our consent and without effecting in any manner our obligations hereunder to vary
any of the terms and conditions of the said agreement or to extend time of performance by the said
contractor(s) from time to time or to postpone for any time or from time to time any of the powers
exercisable by the Government against the said contractor (s) and to for bear or enforce any of the
terms and conditions relating to the said agreement and we shall not be relieved from our liability
by reason of any such variation, or extension being granted to the said contractor(s) or for any
forbearance, act of omission on the part of the Government or any indulgence by the Government
to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to
sureties would, but for this provision, have effect of so relieving us.

6) This guarantee will not be discharged due to the change in the constitution of the Bank or the
contractor(s).

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
70 | P a g e

7) We ………………………………………….……………………………… lastly undertake not to


revoke this (indicate the name of the Bank) guarantee except with the previous consent of the
Government in writing.

8) This guarantee shall be valid upto _______________ . Unless extended on demand by


Government. Notwithstanding anything mentioned above, our liability against this guarantee is
restricted to Rs. _______________ (Rs. ________________________only) and unless a claim in
writing is lodged with us within six months of the date of expiry or the extended date of expiry of
this guarantee all our liabilities under this guarantee shall stand discharged.
Dated the ___________________________ day of ________________________________for
__________________________________________ (indicate the name of bank)

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
71 | P a g e

Schedule of Quantity
NAME OF WORK:- A/R & M/O to Sena Bhawan, New Delhi dg. 2024-25 (SH: Repairing/ Strengthening
of ceiling & water proofing of roof of F-wing & other Miscellaneous works at Sena Bhawan).
REF.
S.
DESCRIPTION OF ITEMS QTY UNIT RATE AMOUNT DSR
No.
2023
1 Steel reinforcement for R.C.C. work including
straightening, cutting, bending, placing in
position and binding all complete above plinth
level. 5.22A
1.1 Thermo-Mechanically Treated bars of grade Fe-
500D or more. 200.00 kg 107.85 21570 5.22A.6

2 Providing gola 75x75 mm in cement concrete


1:2:4 (1 cement : 2 coarse sand : 4 stone
aggregate 10 mm and down gauge), including
finishing with cement mortar 1:3 (1 cement : 3
fine sand) as per standard design :
(a) In 75x75 mm deep chase 204.00 Mtr 305.15 62251 12.21.1

3 Distempering with 1st quality acrylic distemper


(ready mixed) having VOC content less than 50
gram/litre, of approved manufacturer and of
required shade and colour all complete to
achieve even shade and colour : 13.41
3.1 New work (two or more coats) over and
including water thinnable priming coat with
cement primer having VOC content less than 50
gram/litre 443.00 sqm 185.65 82243 13.41.1

4 Finishing walls with Acrylic Smooth exterior


paint of required shade : 13.46
4.1 New work (Two or more coat applied @ 1.67
Itr/10 sqm over and including priming coat of
exterior primer applied @ 0.90 litre/10 sqm)
398.00 sqm 160.60 63919 13.46.1

5 Providing and applying white cement based


putty of average thickness 1 mm, of approved
brand and manufacturer, over the plastered wall
surface to prepare the surface even and smooth
complete. 589.00 sqm 156.05 91913 13.80

6 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, all
complete as per direction of Engineer-in-
Charge. 14.1
6.1 With cement mortar 1:4 (1 cement : 4 fine sand) 300.00 sqm 547.40 164220 14.1.1

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
72 | P a g e
7 Dismantling aluminium/ Gypsum partitions,
doors, windows, fixed glazing and false ceiling
including disposal of unserviceable material and
stacking of serviceable material within 50
meters lead as directed by Engineer-in-charge. 326.00 sqm 56.35 18370 15.57

8 Grading roof for water proofing treatment with


(a) Cement mortar 1:4 (1cement: 4 coarse sand). 20.00 cum 15155.60 303112 22.14.3

9 Providing and applying fibre reinforced


elastomeric liquid water proofing membrane
with resilient acrylic polymers having Sun
Reflectivity Index (SRI) of 105 on top of
concrete roof in three coats @10.76 litre/ 10
sqm. One coat of self-priming of elastomeric
waterproofing liquid dilution with water in the
ratio of 3:1) and two coats of undiluted
elastomeric waterproofing liquid (dry film
thickness of complete application/system not
less than 500 microns). The operation shall be
carried out after scrapping and properly
cleaning the surface to remove loose particles
with wire brushes, complete in all respect as per
the direction of Engineer-in- Charge. 650.00 sqm 563.10 366015 22.22A

10 Chipping of unsound/weak concrete material


from slabs, beams, columns etc. with manual
Chisel and/ or by standard power driven
percussion type or of approved make including
tapering of all edges, making square shoulders
of cavities including cleaning the exposed
concrete surface and reinforcement with wire
brushes etc. and disposal of debris for all lead
and lifts all complete as per direction of
Engineer-In-Charge 26.28
10.1 50 mm average thickness 172.00 sqm 256.35 44092 26.28.2
10.2 25 mm average thickness 172.00 sqm 126.75 21801 26.28.3

11 Cleaning of reinforcement from rust from the


reinforcing bars to give it a total rust free steel
surface by using alkaline chemical rust remover
of approved make with paint brush and
removing loose particles after 24 hours of its
application with wire brush and thoroughly
washing with water and allowing it to dry, all
complete as per direction of Engineer-In-
Charge. 26.29
11.1 Bars upto 12 mm diameter 3612.00 mtr 8.25 29799 26.29.1
11.2 Bars above 12 mm diameter 1201.00 meter 16.45 19756 26.29.2

12 Providing, mixing and applying bonding coat of


approved adhesive on chipped portion of RCC
as per specifications and direction of Engineer-
In-charge complete in all respect. 26.31

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
73 | P a g e
12.1 Epoxy bonding adhesive having coverage 2.20
sqm/kg of approved make 344.00 sqm 285.20 98109 26.31.2

13 Shotcreting R.C.C. columns, beams and slabs


etc. in layers with approved design mix concrete
having the specified minimum characteristic
compressive strength [with ordinary portland
cement, coarse sand and graded stone aggregate
of 10 mm maximum size in proportion as per
design criteria] including the cost of centering
and shuttering at edges and corners etc. as
directed by Engineer- in-Charge Note: Rates
shall include the providing necessary ground
wires etc. The levelling gauges, if used, shall be
paid for separately. Payment under this item
shall be made only after proper wet curing has
been done and surface has been satisfactorily
evaluated by sounding/tapping with a blunt
metal instrument. 26.38
13.1 25 mm thick in Grade M25 with cement content
not less than 330 kg per cum 172.00 sqm 746.90 128467 26.38.1
13.2 50 mm thick in Grade M25 with cement content
not less than 330 kg per cum 172.00 sqm 1151.05 197981 26.38.2

14 Providing and fixing hard drawn steel wire


fabric of size 75 x25 mm mesh or other suitable
size wire mesh to be fixed & firmly anchored to
the concrete surface by means of “L” shaped
mild steel shear key welded with existing
reinforcement including the cost of materials,
labour, tool & plants as approved by Engineer-
in-charge. 343.00 sqm 902.55 309575 26.40

Total 2023193.00
Modified Estimated Cost after using Correction factor on DSR 2023 on
1968567.00
account of GST @ 0.973

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
74 | P a g e
15 Providing & fixing false ceiling at all heights
with GRG (Glass Fibre Reinforced Gypsum)
false ceiling tiles of Size 595x595 mm of
approved texture, design and patterns having
moisture content less than 2%, humidity
resistance of 99%, NRC0.50 to 0.75 as per IS
8225:1987, Non combustible as per BS 476
(part 4)-1970 and light reflectance of 85%
(minimum) to be laid in true horizontal level
suspended on interlocking metal powder coated
T-Grid of hot dipped galvanised iron section of
0.40 mm thick on Silhouette profile,rotary
stiched double webbed white with 6mm reveal
profile (white/black),comprising of main-T
runners of size 15x42mm of length 3000 mm,
cross - T of size 15x42 mm of length 1200 mm
and secondary intermediate cross- T of size
15x42 mm of length 600mm to form grid
module of size 600 x 600 mm, suspended from
ceiling using galvanised mild steel items
(galvanizing @ 80 grams per sqm) i.e. 50 mm
long, 8 mm outer diameter M-6 dash fasteners,
6 mm dia fully threaded hanger rod upto 1000
mm length and L-shape level adjuster of size
85x25x2 mm. Galvanised iron perimeter wall
angle of size 22x19x0.40 mm of length 3000
mm to be fixed on periphery wall / partition
with the help of plastic rawl plugs at 450 mm
center to center and 40 mm long dry wall wood
screws. The work shall be carried out as per
specifications, drawing and as per directions of
the Engineer-in-Charge.
15.1 With semi perforated 12 mm thick micro tegular
edged GRG false ceiling tiles. 326.00 sqm. 2059.45 671381 NS

16 Providing and laying Vitrified tiles in floor in


different sizes (thickness to be specified by the
manufacturer) with water absorption less than
0.08% and conforming to IS:15622, of approved
brand & manufacturer, in all colours and shade,
laid with cement based high polymer modified
quick set tile adhesive (water based) conforming
to IS : 15477, in average 6 mm thickness,
including grouting of joints with white cement
and matching pigments etc. The tiles must be
cut with the zero chipping diamond cutter only .
Laying of tiles will be done with the notch
trowel, plier, wedge, clips of required thickness,
leveling system and rubber mallet for placing
the tiles gently and easily. NS
16.1 Double charge vitrified tile polished finish of
size
16.1.1 Size of Tile 600 x 600 mm 30.00 sqm 1573.85 47216
Total 2687164.00
Add @ 3% Cost Index 80615.00
Total 2767779.00

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.
75 | P a g e
17 Providing and applying over existing
reinforcement bars zinc antirust agent of
approved quality such as pidilite, sika, Fosroc,
BASF etc. as per specification and direction of
Engineer-in-charge (Dosage/ coverage as per
recommendation of manufactures). Chipping
area shall be measured for payment. 4802.00 mtr 7.50 36015 M/R

18 Wet curing of plastered or R.C.C. work by


keeping it continuously wet for desired period
of 7 days as per direction of Engineer-in-charge.
M/R
18.1 Using forsroc curing compound @ 3.50 to
5.00sqm/ltr 343.00 sqm. 75.70 25965

19 Providing and placing in position micro-


concrete, which shall be cement based
prepacked single cement, chloride free, non-
shrink, free flow, self compacting, ready to use
after mixing water in specified position obtained
from approved manufacturer as per
specification and directions of Engineer-in-
charge (Payment of this item shall be made only
after proper wet curing has been done and
surface has been satisfactorily treated by
sounding/tapping with a blunt metal instrument)
Grade M-25 as per direction of Engineer-in-
charge. Primer used to have a minimum solid
polymer content of 6% by weight of cement. (a)
Upto floor V level 1.00 cum. 37827.45 37827 M/R
Total ₹ 28,67,586

Note :-
1. Sena Bhawan is very sensitive building to the security point of view. In this building the working hours
for execution of work will be very limited and depend upon the client department and nature of work.
So contractor should quote their rates in tender as per this restriction of execution of work nothing shall
be paid extra on this account to the agency.
2. For getting entry passes for material as well as labour to enter in the said building for carried out the
work is also the responsibility of the agency. Nothing shall be paid extra on this account.
3. For Entry in the building required police verification before start the work and its submitted to the
client department for issuing entry pass etc. nothing shall be paid extra on this account to the agency.
4. All the malba generated by dismantling shall be removed by contractor from Sena Bhawan on its own
risk and cost and malba will disposed to approved MCD Dumping Yard. No Extra Payment for this will
be paid.

Assistant Engineer (P) Executive Engineer


C-Division, CPWD C-Division, CPWD
Vidyut Bhawan, New Delhi Vidyut Bhawan, New Delhi

CORRECTION : NIL,
INSERTION : NIL,
OVERWRITING : NIL,
DELETION : NIL, AE(P) EE, C-DIV.

You might also like