NITNo 86 Upgradationof GPRAat Chanakyapuri

Download as pdf or txt
Download as pdf or txt
You are on page 1of 48

0

fo”k; lwph
INDEX
dk;Z dk uke
Name of work:- Upgaradation of GPRA flats at Vinay Marg, Satya Marg,
Chanakyapuri New Delhi dg 2023-24 (SH:- Providing and Fixing
Structural Steel Iron angle frame and replacement of damaged
jaffery etc.)
S. NO. CONTENTS PAGE No.
dze la0 fooj.k i`”B la0
1. Information and Instructions for Bidders of e-tendering 01-02
2. Notice Inviting e-Tender (Form CPWD-6) 03-05
3. Percentage Rate Bid for Works (Form CPWD -7) 06-07
4. Performa of Schedules 08-11
5. Modification in GCC 2023 12-27
6. General Conditions 28-29
7. Additional Specifications & Conditions and List of preferred makes 30-34
8. General Conditions for Supply and testing of Materials 35
9. Special Conditions for Procurement of Cement, Steel & Finishing work 36-43
10. Minimum Quality Assurance Plan 44
11. Proforma for Receipt of Earnest Money Deposit Declaration 45
12. Form of Earnest Money Deposit Bank Guarantee Bond 46
13. Schedule of Quantities 47

izekf.kr fd;k tkrk gS fd bl fu0vk0lw0 esa 1-47 i`’B gSA


Certified that this N.I.T. contains 1 to 47 pages Only.

fu0vk0lw0 la0 86/ईई/एस िडवीजन/2023-24 पये 27,00,624/- ds fy, vuqeksfnr dh tkrh gSA

NIT No. 86/EE/S Div/2023-24 is hereby approved for Rs. 27,00,624/-

Lkgk;d vfHk;Urk ¼;ks0½ dk;Zikyd vfHk;Urk


,l e.My] ds0yks0fu0fo0 ,l e.My] ds0yks0fu0fo0]
vkj0ds0 iqje] ubZ fnYyh vkj0ds0 iqje] ubZ fnYyh

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


1

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING PART OF


BID DOCUMENT

The Executive Engineer, “S” Division, CPWD, East Block-II, Level-2, R.K. Puram, New Delhi-110066 on
behalf of President of India invites online Percentage rate bids from approved and eligible contractors of Building
and Roads category of CPWD for the below mentioned work:

Earnest Money
Estimated cost
Last date & time of submission of

Completion
put to bid
NIT No.

Period of
S. No.

bid, EMD,e-tender processing fee Time & date of opening


Name of work & location
and other documents as specified in of bid
notice inviting tender

1 2 3 4 5 6 7 8
Upgaradation of GPRA flats
86/EE/S Div/2023-24

Rs. 27,00,624/-

02 (Two) Months
at Vinay Marg, Satya Marg,

Rs 54,012/-
Chanakyapuri New Delhi dg 22.02.2024 22.02.2024
1 2023-24 (SH:- Providing and Upto at
Fixing Structural Steel Iron 12:00 hrs 14:00 hrs
angle frame and replacement
of damaged jaffery etc.)

(-*- to be filled by EE )
1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only
submit his bid if he considers himself eligible and he is in possession of all the documents required.
2. Information and Instructions for bidders posted on website shall form of bid document.
3. The bid document consisting of plans, specifications, the Schedule of Quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and
other necessary documents can be seen and downloaded from website https://etender.cpwd.gov.in or
www.cpwd.gov.in free of cost.
4. But the bid can only be submitted after deposition of original EMD either in the office of Executive Engineer
inviting bids or division office of any Executive Engineer, CPWD within the period of bid submission and
uploading the mandatory scanned documents such as Insurance Surety Bonds, Account Payee Demand Draft,
Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee (for balance amount as prescribed) from any of
the Commercial Banks against EMD in favour of Executive Engineer, ‘‘S’’ Division, CPWD, R.K. Puram,
New Delhi, receipt for deposition of original EMD to division office of any Executive Engineer, CPWD and
other documents as specified.
5. Those contractors not registered on the website mentioned above, are required to get registered
beforehand. If needed they can be imparted training on online bidding process as per details
available on the website.
6. The intending bidder must have valid class-III digital signature to submit the bid.
7. On opening date, the contractor can login and see the bid opening process. After opening of bids he
will receive the competitor bid sheets.
8. Contractor can upload documents in the form of JPG format and PDF format.
9. Contractor must ensure to quote rate of each item. The column meant for quoting rate in figures appears in
pink colour and the moment rate is entered, it turns sky blue. In addition to this, while selecting any of the
cells a warning appears that if any cell is left blank the same shall be treated as “0” Therefore, if any cell is
left blank and no rate is quoted by the bidder, rate of such item shall be treated as “0” (ZERO).
10. SC/ST contractors enlisted under class V category are exempted from processing fee.

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


2

List of Documents to be scanned and uploaded within the period of bid submission:

1. PAN Card issued by Income Tax Department, GOVT OF INDIA.

2. Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque
or Bank Guarantee (for balance amount as prescribed) from any of the Commercial Banks
against EMD.

3. The copy of receipt for deposition of original EMD issued from Division Office of any Executive
Engineer CPWD (The EMD document shall be issued from the place in which the office of
receiving division office is situated).

4. Enlistment Order of the Contractor.

5. GST registration Certificate of 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 bidder shall scan and
upload following under taking along with other bid documents. “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 or GST
department in this regard.

6. Contractor should upload his/her Mobile number and his/her official E mail ID.

Lkgk;d vfHk;Urk ¼;ks0½ dk;Zikyd vfHk;Urk


,l e.My] ds0yks0fu0fo0 ,l e.My] ds0yks0fu0fo0]
vkj0ds0 iqje] ubZ fnYyh vkj0ds0 iqje] ubZ fnYyh

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


3

ds0yks0fu0fo0&6 bZ&fufonk gsrq


CPWD-6 FOR e-TENDERING
Percentage rate bids are invited on behalf of President of India from approved and eligible contractors of Buildings and
Roads category of CPWD for the work: Upgaradation of GPRA flats at Vinay Marg, Satya Marg, Chanakyapuri New
Delhi dg 2023-24 (SH:- Providing and Fixing Structural Steel Iron angle frame and replacement of damaged jaffery
etc.)
The work is estimated to cost Rs. 27,00,624/- However, this estimated cost is given merely as a rough guide.

1. Agreement shall be drawn with the successful bidder on prescribed Form No. CPWD 7 (or other Standard Form as mentioned)
which is available as a Govt. of India Publication and also available on website www.cpwd.gov.in. Bidder shall quote his rates
as per various terms and conditions of the said form which will form part of the agreement.

2. The enlistment of the contractors should be valid on the last date of submission of bids in Buildings and roads category. In case
the last date of submission of bid is extended, the enlistment of contractor should be valid on the original date of submission of
bids
3. The time allowed for carrying out the work shall be 02 (Two) 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 shall be made available in parts.
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 from website https://etender.cpwd.gov.in or www.cpwd.gov.in free of cost.
6. After submission of the bid the contractor can re-submit any number of times his revised bid, but before last time and date of
submission of bid as notified.
7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of times (he need not re-enter
rate of all the items) but before last time and date of submission of bid as notified.
8. When bids are invited in three stage system and if it is desired to submit revised financial bid then it shall be mandatory to submit
revised financial bid. If not submitted then the bid submitted earlier shall become invalid.
9. Earnest Money Rs. 54,012/- in the form of insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt,
Banker's Cheque or Bank Guarantee (for balance amount as prescribed) from any of the Commercial Banks (drawn in
favour of Executive Engineer, ‘‘S’’ Division, CPWD, R.K. Puram, New Delhi) shall be scanned and uploaded to the e-
Tendering website within the period of bid submission. The original EMD should be deposited either in the office of
Executive Engineer inviting bids or division office of any Executive Engineer, CPWD within the period of bid
submission (The EMD document shall only be issued from the place in which the office of receiving division office is
situated). The EMD receiving Executive Engineer shall issue a receipt of deposition of earnest money deposit to the
bidder in a prescribed format (enclosed) uploaded by tender inviting EE in the NIT.
This receipt shall also be uploaded to the e-Tendering website by the intending bidder upto the specified bid submission
date and time.
A part of earnest money is acceptable in the form of Bank Guarantee also. In such case, minimum 50% of earnest money
or Rs. 20 lac, whichever is less, shall have to be deposited in shape prescribed above, and balance may be deposited in
shape of Bank Guarantee of any Commercial Bank having validity of six months or more from the last date of receipt
of bids which is to be scanned and uploaded by the intending bidders.
The following undertaking in this regard shall also be uploaded by the intending bidders:-
Interested contractor who wish to participate in the bid has also to make following payments within the
period of bid submission:
(i) e-tender Processing Fee – Onetime payment for new registration or renewal of validity. https://etender.cpwd.gov.in
Copy of Enlistment Order, certificate of work experience, eligibility documents and other documents as specified in Press
notice/ Information and instructions for bidders/ CPWD-6 shall be scanned and uploaded to the e-tendering website within the
period of bid submission. However certified copy of all the scanned and uploaded documents as specified in press notice/
Information and instructions for bidders/ CPWD-6 shall have to be submitted by the lowest bidder only along with
physical EMD of the scanned copy of EMD uploaded within a week physically in the office of tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of those bidders, whose EMD deposited with any
division office of CPWD and other documents scanned and uploaded are found in order.
The bid submitted shall be opened at 2.00 PM On 22.02.2024.
10. The bid submitted shall become invalid and cost of e-tender processing fee shall not be refunded if:
(i) The bidder is found ineligible.
(ii) The bidder does not deposit original EMD with division office of any Executive Engineer, CPWD (The EMD
document shall only be issued from the place in which the office of receiving division office is situated).

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


4

(iii) The bidder does not upload all the documents including GST registration Certificate of 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 bidder shall scan and upload
following undertaking along with other bid documents. “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 or GST
department in this regard.
(iv) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard
copies as submitted physically by the lowest bidder in the office of tender opening authority.
(v) 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.
11. The contractor whose bid is accepted will be required to furnish Performance Guarantee at 5% (Five Percent) of the tendered
amount as mentioned in schedule E and within the period specified in Schedule F. This guarantee shall be in the form of
insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt or Bank Guarantee from any of the
Commercial Banks in accordance with the prescribed form (in case guarantee amount is less than Rs. 1,00,000/-) or
Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in
accordance with the prescribed Form. In case the Contractor fails to deposit the said Performance Guarantee within the period
as indicated in Schedule ‘F’, including the extended period, if any, the Earnest Money deposited by the contractor shall be
forfeited automatically without any notice to the contractor. The Earnest Money deposited along with tender shall be returned
after receiving the aforesaid Performance Guarantee.
The contractor whose bid is accepted will also be required to furnish either copy of applicable licenses/registrations or proof of
applying for obtaining labour liceses, registration with EPFO (Employee Provident Fund Organization), ESIC (Employee
State Insurance State Corporation) and BOCW (Building and Other Constructions Worker) Welfare Board including
Provident Fund Code No., if applicable and also ensure the compliance of aforesaid provisions by the sub contractors, if any
engaged by the contractor for the above said work and programme chart (Time and progress) within the period specified in
Schedule F.

12. NIT approving authority will determine the applicability of clause 7A relating to labour licenses and registration of contractor
with EPFO, ESIC and BOCW welfare board for the particular work. If same are required, then the condition for obtaining
labour licenses, registration of contractor with EPFT, ESIC and BOCW welfare board shall be incorporated in the NIT. The
letter of award shall be issued to the lowest contractor only on receipt of applicable labour licenses, registration with EPFO,
ESIC and BOCW welfare board or on submitting the proof of applying thereof.

13. No running account bill shall be paid for the work till the applicable labour licenses, registration with EPFO, ESIC and BOCW
welfare board, whatever applicable are received from the contractor by the Engineer in Charge.

14. The contractor shall submit programme chart (time and progress) along with performance guarantee and get it approved from
the department. The chart shall be prepared in direct relation to the time stated in the contract documents for completion of the
items of the work. It shall indicate the forecast of the dates of commencement and completion of various trades of sections of
the work and may be amended as necessary by agreement between the Engineer in Charge and the contractor within the
limitations of time imposed in the contract documents, and further to ensure good progress during the execution of the work.
The contractor shall in all cases in which time allowed for any work exceeds one month (save for special job for which a
separate program has been agreed upon) complete the work as per time given in Schedule “F”.
15. Intending bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting
their bids as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of
access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as
to risks, contingencies and other circumstances which may influence or affect their bids. A bidder shall be deemed to have
full knowledge of the site whether he inspects it or not and no extra charge consequent on any misunderstanding or
otherwise shall be allowed. The Bidder shall be responsible for arranging and maintaining at his own cost all materials,
tools & plants, water, electricity access, facilities for workers and all other services required for executing the work unless
otherwise specifically provided for in the contract documents. Submission of a bid by a bidder implies that he has read this
notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done
and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the Government and local
conditions and other factors having a bearing on the execution of the work.
16. 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
bidder shall be summarily rejected.
17. 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.
18. The Competent Authority on behalf of President of India reserves to himself the right of accepting the whole or any part of
the tender and the bidder shall be bound to perform the same at the quoted rate.

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


5

19. 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 Urban Development. Any breach of this condition by the contractor would render him liable to be removed
from the approved list of contractors of this Department.
20. No Engineer of gazetted rank or other gazetted officer employed in Engineering or Administrative duties in an Engineering
Department of the Government of India is allowed to work as a contractor for a period of one year after his retirement from
Government service, without the previous permission of the Government of India in writing. This contract is liable to be
cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the
permission of the Government of India as aforesaid before submission of the tender or engagement in the contractor’s
service.

21. The bid for the works shall remain open for acceptance for a period of Thirty Days (30) days from the date of opening of
bids. If any bidder withdraws his bid before the said period or issue of letter of acceptance, whichever is earlier, or makes
any modifications in the terms and conditions of the bid which are not acceptable to the department, then the Government
shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said Earnest Money as aforesaid.
Further the bidder shall not be allowed to participate in the rebidding process of the work.

22. This notice inviting bid shall form a part of the contract document. The successful bidder/contractor, on acceptance of his
bid by the Accepting Authority shall within 15 days from the stipulated date of start of the work, sign the contract
consisting of:
a. The Notice Inviting bid, all the documents including additional conditions, specifications and drawings, if any, forming
part of the bid as uploaded at the time of invitation of bid and the rates quoted online at the time of submission of bid and
acceptance thereof together with any correspondence leading thereto.
b. Standard C.P.W.D. Form- 7 or other Standard C.P.W.D. Form as mentioned.

23. The intending bidders are required to update their profile in CPWD e- tender portal and to upload their bids well in advance of
last date of submission of tender. Any issue related to updating profile / uploading tender can be resolved through the concerned
Executive Engineer/ Assistant Engineer (Phone no011-26182052, e- mail Id [email protected]) or ERP help line no.
18001803286 or e-mail Id [email protected]. The e- tendering bidders are also advised not to wait to raise any
issues till the last date of submission of bid in their own interest.
24. GST or any other tax applicable in respect of inputs procured by the contractor for this contract shall be payable by the
Contractor and Government will not entertain any claim whatsoever in respect of the same. However, component of GST at
time of supply of services (as provided in CGST Act 2017) provided by the contract shall be varied if different from that
applicable on the last date of receipt of tender including extension if any.

25. If there is any discrepancy in Hindi & English version, then English version shall prevail.

मं डल अिधकारी के ह ा र,
Signature of the Divisional Officer,
भारत के रा पित के िलए और उनकी ओर से
For and on behalf of the President of India

dk;Zikyd vfHk;Urk
,l e.My] ds0yks0fu0fo0
vkj0ds0 iqje] ubZ fnYyh

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


6

ds-yks-fu-fo- / C.P.W.D.- 7
Hkkjr ljdkj GOVERNMENT OF INDIA
dsUnzh; yksd fuekZ.k foHkkx CENTRAL PUBLIC WORKS DEPARTMENT
STATE : Delhi DIVISION : “S” Division
BRANCH : B&R ZONE : NDZ-III

Percentage Rate Bid & Contract for Works


Bid for the work of: Upgaradation of GPRA flats at Vinay Marg, Satya Marg, Chanakyapuri
New Delhi dg 2023-24 (SH:- Providing and Fixing Structural Steel
Iron angle frame and replacement of damaged jaffery etc.)
(i) To be submitted online by 12:00 hrs on 22.02.2024 to The Executive Engineer, “S” Division, CPWD, East
Block-II, Level-2, R.K. Puram, New Delhi

(ii) To be opened online in presence of Bidders who may be present at 14:00 hrs on 22.02.2024 in the office of The
Executive Engineer, “S” Division, CPWD, East Block-II, Level-2, R.K. Puram, New Delhi

Issued to .…xxx….. (Name of contractor)


Signature of officer issuing the documents .…xxx…..
Designation Executive Engineer, “S” Division,
Date of Issue …xxx…..
( xxx to be filled by EE)
BID
I/We have read and examined the notice inviting bid, schedule A, B, C, D, E & F Specifications applicable, Drawings
& Designs, General rules & directions, Conditions of contract, clauses of contract, special conditions, schedule of rates, other
documents and rules referred to in the conditions of contract and all other contents in the bid document for the work.

I/We hereby bid 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 respect with the specifications, designs, drawing 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 respect of accordance with, such conditions so far as applicable.

We agree to keep the tender open for Thirty (30) days from the date of opening of bids and not to make any modification
in its terms and conditions.

The said performance guarantee shall be guarantee to execute all the works referred to in the bid documents upon the terms
and conditions contained or referred to those in excess of that limit at the rates to be determined in accordance with the
provision contained in Clause 12.2 and 12.3 of the bid form. Further, I/We agree that in case of forfeiture of Performance
Guarantee as aforesaid. I/We shall be debarred/suspended for participation in the re-tendering process of the work for One year
and shall be not eligible to bid for CPWD tenders from date of issue of suspension order.

I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another contractor on
back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred for tendering
in CPWD in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the
Engineer-in-Charge shall be free to forfeit the entire amount of Performance Guarantee.

I/We hereby declare that I/We shall treat the bid 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: xxx Signature of Contractor xxx
Witness: xxx Postal Address xxx
Address: xxx
Occupation: xxx
(xxx to be filled by the contractor)

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


7

ACCEPTANCE

The above bid (as modified by you as provided in the letters mentioned hereunder) is accepted by me
for an on behalf of the President of India for a sum of Rs…… xxx …… (Rupees
…………………………… xxx ………………………………………………………….).

The letters referred to below shall form part of this contract agreement:-
(a) …… xxx ……
(b) …… xxx ……

For & on behalf of President of India

Signature …… xxx …….


Dated: Designation …… xxx ……

(xxx To be filled by Executive Engineer)

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


8

PROFORMA OF SCHEDULES

SCHEDULE ‘A
Schedule of quantities (as per CPWD-3) As per Enclosed at page 47

SCHEDULE ‘B’
Schedule of materials to be issued to the contractor:

S. Description of item Quantity Rates in figures & words at which the Place of issue
No. material will be charged to the
contractor
1 2 3 4 5
NIL

SCHEDULE ‘C’
Tools and plants to be hired to the contractor

S. No. Description Hire charges per day Place of issue


1 2 3 4
NIL

SCHEDULE ‘D’
Extra schedule for specific requirements/document for the work, if any. ---- NIL ----
SCHEDULE ‘E’
Reference to General Conditions of contract: GCC (Maintenance Work) - 2023 modified &
amended with upto date correction slips issued
up to the last date of online submission of
tender/bid.
Name of Work: Upgaradation of GPRA flats at Vinay Marg, Satya
Marg, Chanakyapuri New Delhi dg 2023-24 (SH:-
Providing and Fixing Structural Steel Iron angle
frame and replacement of damaged jaffery etc.)
Estimated cost of work : Rs. 27,00,624/-

ii) Earnest Money : Rs. 54,012/- (to be returned after receiving


Performance guarantee)
iii) Performance Guarantee : 5% of tendered value
iv) Security Deposit : 2.5% of tendered value
SCHEDULE ‘F’
GENERAL RULES & DIRECTIONS:
: Executive Engineer,
Officer inviting bid “S” Division, CPWD,
R.K. Puram, New Delhi
Maximum percentage for quantity of items of work
to be executed beyond which rates are to be
Determined in accordance with Clauses 12.2 & 12.3: See relevant clause
Definitions:
2(v) Engineer-in-Charge Executive Engineer,
“S” Division, CPWD,
R.K. Puram, New Delhi
2(vi) Accepting Authority Executive Engineer,
“S” Division, CPWD,
R.K. Puram, New Delhi

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


9

2(vii) Percentage on cost of materials and


Labour to cover all overheads and profits 15%

2(viii) Standard Schedule of Rates DSR 2023 modified &


corrected up to the date.

2(ix) Department Central Public Works Department

9 (ii) Standard CPWD Contract Form GCC 2023 CPWD Form -7


modified & corrected up date
Clause 1
(i) Time allowed for submission of 07 days
Performance Guarantee, Programme
Chart (Time & Progress) and applicable
Labour Licenses, registration with EPFO,
ESIC and BOCW Welfare Board or proof
of applying thereof from the date of issue
of letter of acceptance.
(ii) Maximum allowable extension with 03 days
late fee @ 0.1% per day of performance
guarantee amount beyond the period
provided in (i) above

Clause 2
Authority for fixing compensation under clause- 2 Chief Engineer,
NDZ-III, CPWD,
Sewa Bhawan, R.K. Puram
Clause 2A
Whether Clause 2A shall be applicable No

Clause 5
Number of days from the date of issue of letter
of acceptance for reckoning date of start 10 days

Time allowed for execution of work 02 (Two) Months

Clause 6 Electronic Measurement Book (EMB)


Mode of measurement EMB

Clause 7
Gross work to be done together with net payment /adjustment
of advances for material collected, if any, since the last such Rs. 13.50 lacs (+/-) Contractor’s
payment for being eligible to interim payment. Enhancement or Rebate

Clause 7A
Whether Clause 7A shall be applicable Yes
Clause 10A
List of testing equipment to be provided by the contractor at site lab: As per requirement of work at site

Clause 10B (ii) Whether Clause 10 B (ii) shall be applicable N.A.

Clause 10C Components of labour expressed as percent of value of work 25%.

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


10

Clause 10CC
Clause 10 CC to be applicable in contracts with stipulated period
of completion exceeding the period shown in next column .......
Schedule of component of other Materials, Labour, POL etc.
for price escalation.
Component of civil (except materials covered under
clause 10CA) /Electrical construction Materials Not Applicable.
expressed as percent of total value of work. - Xm ..........%
Component of Labour –
expressed as percent of total value of work. Y ..........%
Component of P.O.L. –
expressed as percent of total value of work. Z ..........%

Clause 11
Specifications to be followed for CPWD specification 2019, Volume-I & II modified &
execution of work: corrected up to date.
Clause 12
Limit on Completion Cost 1.25 times the tendered amount with the prior
approval of the Engineer-in-Charge.
Type of work Maintenance Work
12.3 (i) Deviation Limit beyond which clauses
12.2 & 12.3 shall apply for building work No Limit

12.5 (i) Deviation Limit beyond which clauses


12.2 & 12.3 shall apply for foundation work
(Except earth work) No Limit
(ii) Deviation Limit for items in earth work
subhead of DSR or related items No Limit
Clause 16
Competent Authority for Chief Engineer, NDZ-III, CPWD, R.K.
deciding reduced rates Puram, New Delhi

Clause 18
List of mandatory machinery, tools & plants to be As per requirement at site.
deployed by the contractor at site:
Clause 25
The constitution of Dispute Redressal Committee is as under:
Chairman - Chief Engineer, NDZ-II
Member Secretary - Chief Engineer, NDZ-III
Member - SE (W & TLQA) Region Delhi
Member - SE, DELHI CIRCLE-3

Clause 32 (i)
Requirement of Technical Representative(s) and recovery Rate
Rate per month at which recovery
Qualification

Experience
Minimum

(in Years)
Discipline

Designation
Minimum

shall be made from the contractor


Number

in the event of not fulfilling


Sl. provision of clause 32(i)
No. Figures Words
1 Graduate Principal Technical Rupees Twenty
Representative
2 1 Rs.25,000/-
Engineer Five thousand only.
or Civil (Project
Diploma Planning/Site/billing Rupees Fifteen
Engineer) 5 1 Rs. 15,000/-
Engineer thousand only.

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


11

Clause 38
(i) Schedule/statement for determining theoretical DSR 2023 modified & corrected
quantity of cement & bitumen on the basis of up to date.
Delhi Schedule of Rates
(ii) Variations permissible on theoretical quantities:
a. Cement
For works with estimated cost put to
bid not more than Rs.25 lakh. 3% plus/minus.
For works with estimated cost put to
bid more than Rs.25 lakh. 2% plus/minus.

b. Bitumen All Works 2.5% plus only & nil on minus side

c. Steel Reinforcement and structural steel sections for


each diameter, section and category 2% plus/minus

d. All other materials Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Rates in figures and words at which recovery shall be made


from the Contractor
S.No.
Description of Item (Rate in schedule ‘B’ plus 10% in case materials issued by
Department)
Excess beyond Less use beyond permissible
permissible variation variation
1. Cement in bags NIL *Rs. 9000/- (Rs. Nine thousand only)
per tonne
2. Steel Reinforcement NIL * Rs. 75,000/- (Rs. Seventy Five
thousand only) per tonne
3. Structural Sections --- ---
4. Bitumen issued free --- ---

*Subject to acceptance of quality of work by the Competent Authority.

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


12

MODIFICATION IN GCC 2023

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


13

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


14

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


15

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


16

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


17

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


18

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


19

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


20

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


21

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


22

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


23

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


24

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


25

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


26

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


27

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


28

GENERAL CONDITIONS
1. The work shall be carried out according to CPWD Specification 2019 Volume I & Volume II,
including upto date correction slips on last date of submission of bid and as per additional conditions
given below.

2. The contractors shall quote their rates inclusive of all sorts of taxes, cartage, royalties etc, complete.

3. Unless otherwise specified, the agreement rates for all items of work of the Schedule of Quantities are
for all heights, depths, leads and lifts involved in the execution of work.

4. The contractor shall make his own arrangement of water required for the work as per Clause 31 of the
General Conditions of the Contract (GCC) for CPWD works. However, 1% (one percent) water
charges shall be recovered on the gross amount of bill from the contractor, if government water is
used.

5. The contractor shall make his own arrangements for obtaining electric connection for carrying out any
maintenance activity and make necessary payment directly to the concerned Department. In the
absence of electric connection or failure of power supply, the contractor shall make his own
arrangement of generators.

6. Other agencies working at site will also simultaneously execute the work entrusted to them and the
contractor shall offer necessary co-operation to other agencies wherever required.

7. On account of security consideration, there could be some restrictions on the working hours,
movement of vehicles for transportation of materials. The contractor shall be bound to follow all such
restrictions and adjust the programme for execution accordingly.

8. The work shall be carried out in a manner complying in all respects with the requirements of relevant
Bye Laws of the Local Bodies, Labour Laws, Minimum Wages Act, Workmen Compensation Act and
other Statutory Laws enacted by Central Government as well as State Government.

9. All malba/rubbish/silt/waste/garbage etc. generated due to operation of any item of the work from
houses, office building and other open spaces whatsoever shall be disposed off on daily basis by the
contractor to the specified common disposal point and nothing extra shall be paid on this account.
After the collection of full truck load of the said malba (approx 4.5 cubic meters), the same shall be
disposed off by the contractor to the Authorized Municipal dhalao /dumping ground within Seven (7)
days. In case of non-removal/disposal within seven days period from the specified common disposal
point in colony, a Penalty of Rs. One Thousand per day shall be recovered from the contractor.

(b) All the malba or rubbish obtained from dismantling or otherwise during the execution of work
shall be collected in the mobile container arranged by contractor free of cost of suitable size placed
near the working place. The malba or building rubbish so collected shall be disposed off to the
specified common disposal point in the campus.

10. No claims of the labour shall be entertained by the Department including that of providing
employment, regularization of services etc.

11. The engineers who are present at the site from 9:00 AM to 5:00 PM on all working days or as working
hours allowed by Engineer-in-charge shall carry mobile telephone(s) to enable the Engineer-in-charge
to have easy and quick communication. Nothing extra shall be paid to the contractor on this account
and his quoted rates for various items under this contract will be inclusive of this obligation.

12. The staff employed by the contractor should be well behaved, Polite & courteous. Any complaint
against staff on behavior should be taken very seriously and such should be removed by the contractor
immediately from the site.

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


29

13. The contractor shall make all safety arrangement required for the labour engaged by him at his own
cost. All consequences due to negligence or due to lapse of security/safety or otherwise shall remain
with the contractor. The Department shall not be responsible for any mishap, injury, accident or death
of the contractor’s staff. No claim in this regard shall be entertained /accepted by the Department.

14. Contractor shall be fully responsible for any damages caused to Govt. Property or allotee’s property
by his labour/staff in carrying out the work and shall be rectified by the contractor at his own cost.

15. GST/Income Tax/other taxes as applicable shall be recovered from the contractor’s bill.

16. Chases, holes & drilling works etc. shall be done using power operated tools.

17. Dismantling of cement concrete slabs, floors etc. inside the quarters/building shall be done with the
help of mechanized vibratory hammer, drills etc. The work shall be carried out in such a way that
there should be least disturbance to the nearby/ adjoining allottees /occupants. The work should be
completed within least possible time. The contractor must ensure that there should be no damaged to
the supporting RCC/structural member of the buildings.

18. For non-compliance or partial compliance of satisfactory execution of items, the Engineer-in-charge
reserves his rights to levy compensation in accordance with the scale of non-conformity and the period
for which this non-conformity continues. However, the total amount of this compensation for the
whole contract shall not exceed 10% of the tendered value of this contract. This shall be without
prejudice to other remedies available to Engineer-in-charge under this contract to take action against
the contractor.

19. The contractor shall take all necessary safety precautionary measures to prevent any incident or
accident-causing injury /injuries to official/occupants of the area where work is being executed.

20. Vacant quarters will be locked by the contractor at his cost and quarters will not be allowed to be
occupied or used by him/his staff/his workers. In case any quarters has been found to be occupied
unauthorized, a compensation @ Rs 1000/- (Rupees One Thousand Only) per day per quarter shall be
levied and the contractor will also be liable for action loss caused due to theft or any other causes,
shall be made good by the contractor at this own cost.

21. Any Qtr which will be handed over to the contractor for up-gradation will have to be completed within
a period if applicable as under: -

Type of Quarter Total time for each Qtr.


Type-I/II 30 days
Type-III 45 days
Type-IV 45 days

In case of failure to complete work within time as mentioned above, the liquidity damage charges @
Rs. 1,000/- (Rs. One Thousand only) per quarter per day will be recovered by Engineer in Charge
from the contractor for delay in completion of work in addition to the levy of compensation under
clause-2

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


30

ADDITIONAL SPECIFICATIONS AND CODITIONS

1. No claim for idle labors on any account shall be entertained. The contractor shall depute his
representative daily to the site of work. His name and signature shall be attested by the contractor for
record in the Department.
2. The quarters/flats and portions of quarters/flats where the work is required to be executed on any day
shall be got approved from the representative of Engineer-in-charge at the site of work in writing. No
work shall be carried out in any quarters/flats without the approval of the representative of the
Engineer-in-charge.
3. Any work carried out without the approval of the representative of the Engineer-in-charge at the site
of work shall be rejected and will not be measured and paid for.
4. Before the start of execution of work, 100% materials shall be brought at site and deposited with the
Department in the containers/packaging to be decided by the Engineer-In Charge or his authorized
representative. If it is not feasible to deposit 100% material then the quantity of material to be
bought at site shall be decided by the Engineer-In-Charge.
5. The manufacturing date and batch No. inscribed or printed on packs/containers by manufacturers are
only acceptable for all the materials to be used on work. Fresh material shall be brought at site as far
as possible and material more than Six Months old from the date of manufacturing will be rejected.
6. The contractor shall have to get the approval of the shades of all types of paints, distemper, water
proofing cement paint etc. from the Engineer-in-charge before procurement of materials at site.
7. The paints/other material shall be issued by the Junior Engineer/Assistant Engineer to the contractors
after breaking the seal of the containers/packing and quantity to be issued shall be as per the daily
requirement at the site. After days use balance quantity of paints etc., if any left, shall be returned by
the contractor to the Department. After use the empty container shall have to be returned to the
Department and shall be preserved by JE In charge and will not be returned back to agencies till the
finalization of the work. Genuinely/originality of Painting materials like distemper, synthetic
enamel paint, primer, emulsion etc. shall also be got verified from manufacturer before it use
and in this regard a certificate from manufacturer shall be obtained and kept in the record.
8. The site for the collection and stacking of the material shall be got approved from the Engineer-in-
Charge.
9. Nothing extra shall be paid to the contractor for excess consumption of material.
10. The contractor shall prepare one sample of item which shall be got approved from the Engineer-in-
Charge. Only on acceptance of sample work, contractor will be allowed to commence the work and
sample is to be preserved by the JE-in-charge of work till the whole work is completed. The quality of
entire work should confirm to the approved samples.
11. The contractor and/or his authorized representative should see the site order book every day and get
the compliance noted by the junior Engineer/Assistant Engineer/Engineer-in-charge.
12. All the items of work in a quarter/flat shall have to be taken up-sequentially i.e. after the patch repairs
are carried out in one quarter, white/colour washing will be taken in the same quarter and thereafter
painting shall have to be got completed.

13. All the malba or rubbish obtained from dismantling or otherwise during the execution of the work
shall be brought down through the staircase and shall not be thrown to the ground directly from first
floor or second floor etc. This shall be carried and stacked properly to the specified common disposal
point on the same day and site shall be left clear as per the instructions of the Engineer-in-charge. A
compensation of Rs.100/- shall be recovered from the contractor for each complaint/default.
14. The contractor will not pitch up tents for labors, material and his stores etc, except cement godown if
required which will be covered as per relevant agreement clause.

15. No temporary huts/structures will be constructed by the contractor at the site of work or at any
government land within the jurisdiction of Division. Such structures, if any, found at the site or at
Government land will be demolished and removed without any notice.

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


31

16. Any damage to the building structure, fitting or any other articles etc. done by the contractor or his
workman during the execution of the work shall be made good by the contractor at his own cost.
17. The contractor shall clear the site properly after the completion of the work.
18. For each residential quarter, the measurements as recorded in S.M.B./M.B. will be paid. Any portion
of the quarters such as store rooms, inside almirahs/cupboards, etc. in which white/colour wash, could
not be done for any reasons, suitable deduction will be made.
19. The theoretical consumption of materials like, satna lime, distemper, paint, water proof cement paint
etc. shall be computed, as per the consumption given in the schedule of Theoretical consumption of
materials. If there is variation between the actual and the theoretical calculations action shall be taken
as below:-
a) In case the materials used are less than theoretical requirements, the cost for the materials used less
shall be recovered from the contractor, subject to acceptance of quality of work accepted by the
competent authority as below:-
i) If quoted rates of agency are above the estimated rates :-
Recovery shall be made at 2 times of basic rate as given in D.S.R. 2023/ market rate for items not
available in DSR 2023 plus carriage, plus 1% W.C., plus 18% GST, plus 15% contractor profit and
over heads, plus 1% Labour Cess plus contractors enhancement as per the clause 12 of the agreement.
ii) If quoted rates of agency are below the estimated rates :-
Recovery shall be at 2 times of basic rate as given in D.S.R. 2023/ market rate for items not available
in DSR 2023 plus carriage, plus 1% W.C., plus 18% GST, plus 15% contractor profit and over heads,
plus 1% Labour Cess.
b) For all excess use of materials over the theoretical consumption no extra payment shall be made to the
contractor.
20. All doors, windows, floors, furniture, Electrical and other fitting shall be cleaned from all splashes,
dust, dirt and mortars etc. The rate for the white washing/colour washing/distempering/painting etc.
Include the cost of removal of splashes and paint marks. In the event of failure on the part of
contractor to remove the splashes and the paint marks the recoveries will be made at the following
rates:

Type of Rates of Recoveries per Quarter in Rupees for splashes of


Quarter
Internal colour wash, Paint, Paint External colour wash, W.P.C.
Distemper etc. marks etc. paint etc.
Type-I 500 600 600
Type-II 500 600 600
Type-III 600 800 800
Type-IV 700 900 900
Type-V 800 1000 1000
Type-VI 900 1000 1000

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


32

21. The material such as sanitary items / water supply items / Aluminum fittings etc. as required shall be
of brand and manufacture as under :-
S.NO. MATERIAL APPROVED MAKES
1 STRUCTURAL STEEL SECTIONS SAIL, TISCO, RINL, JINDAL
2 CEMENT ACC, L&T, ULTRATECH, SHREE CEMENT, BIRLA,
AMBUJA, CCI, BINANI, J.K., LAFARGE BRAND
CEMENT
3 POLY-SULPHIDE/SILICON SEALENT PIDILITE,TUFFSEAL,CHOKSEY, FOSROC, CHEMICALS,
MAKPHALT
4 WHITE CEMENT J.K. WHITE, BIRLA WHITE,
5 WATER PROOFING COMPOUND ACCOPROOF,IMPERMO,PIDILITE,CICO,FOSROC,
CHOKSEY, ASIAN PAINT SMART CARE, MAKPHALT
6 BITUMEN INDIAN OIL, HINDUSTAN PETROLEUM, BHARAT
PETROLEUM
7 NON METALIC SURFACE HARDNER MC DERITOP F.H, ARMSTRONG, NITOFLOR HARDTOP,
FOSROC, , SIKAFLOOR® – 2 SYNLTOP, IRONITE
COMPANY OF INDIA LTD,
8 LOCKS/LATCH GODREJ, HARRISION, PLAZA, GOLDEN, DORMA,
YALE
9 WIRE MESH HAVER STANDARD INDIA PVT LTD, GRAND METAL
CORPORATIONS, STERLING ENTERPRISES,TRIMURTY
WELDED MESH,TIGER, SELECTED PRODUCT CO.
10 PRELAMINATED PARTICLE BOARD CENTURY PLY, ECO BOARD, BHUTAN TUFF,
ACTION TESA, ASSOCIATE DECORE LTD., NOVOPAN,
KITLAM, DURO,KITPLY,NATIONAL
11 TILE ADHESIVE PIDILITE, SIKA, THERMOSHIELD, DUNLOP,
VAMORGANIC, TILE MATE & HOME PRIDE,
MAKPHALT
12 DASH FASTNERS HILTI, FISCHER,BOSCH,CANON, AXEL
13 HYDRAULIC DOOR CLOSER/FLOOR SPRING HARDWYN,GODREJ,YALE
14 S.S. RAILING JINDAL STAINLESS STEEL LTD., ICICH INDUSTRIES,
ESSAL, DORMA, AXEL
15 FLOAT GLASS PANES MODI, SAINT GOBAIN, ASAHI,
16 NUTS,BOLTS AND SCREWS,STEEL KUNDAN,PRIYA,ATUL,PUJA, AXEL
17 EPDM GASKET HANU/ANAND/LESCUYER
18 PREMIUM ACRYLIC SMOOTH EXTERIOR ASIAN PAINTS(APEX ULTIMA),BERGER(WEATHER
PAINT COAT ALL GUARD),I.C.I. DULUX(WEATHER SHIELD
MAX)
19 ACRYLIC SMOOTH EXTERIOR PAINT M/S ASIAN PAINTS LTD (APEX ULTIMA), M/S SHALIMAR
PAINTS LTD (XTRA MAXIMA), M/S ICI INDIA LRD
AKZONOBEL (DULUX WEATHER SHIELD MAX),
20 CERAMIC GLAZED TILES JOHNSON, KAJARIA, ORIENT BELL, SOMANY, RAK,
NITCO
21 VITRIFIED / DIGITAL /DOUBLE CHARGE KAJARIA, JOHANSON, ORIENT BELL, SOMANY,
FLOOR TILES NITCO, RAK
22 CHEQUARED TILE NITCO,MODERN,ULTRA,UNISTONE
23 PRECAST C.C. INTERLOCKING TILES/ NITCO,BHARAT REGENCY,HINDUSTAN,ULTRA, KJS
C.C. PAVERS CONCRETE, DURACRETE, K.K., DALAL TILES
INDUSTRIES, PAVERS INDIA
24 GRASS PAVER BLOCK UNISTONE, ULTRA, HINDUSTAN, K.K. KJS CONCRETE,
25 WATER PROOFING CEMENT PAINT ASIAN, SUPPER SNOWCEM
26 SYNTHETIC ENAMEL PAINT (FIRST (I) M/S ASIAN PAINTS LTD (APCOLITE GLOSS
QUALITY) ENAMEL),
(II) M/S BERGER PAINTS INDIA LTD (LUXOL HI-
GLOSS ENAMEL)
(III) M/S SHALIMAR PAINTS LTD (SUPERLAC HI-
GLOSS ENAMEL)
(IV) M/S ICI INDIA LTD AKZONOBEL (DULUX HI
GLOSS ENAMEL)
(V) M/S JOHNSON & NICHOLSON LTD ( BOROLAC )
27 OIL BOUND DISTEMPER M/S ASIAN PAINTS LTD (TRACTOR / PROFESSIONAL
ACRYLIC DISTEMPER). M/S BERGER PAINTS INDIA LTD (
BISON ACRYLIC DISTEMPER ), M/S SHALIMAR PAINTS

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


33

LTD ( NO. 1 PREMIUM ACRYLIC DISTEMPER), M/S ICI


INDIA LTD AKZONOBEL (MAXILITE ACRYLIC
DISTEMPER),
28 PLASTIC EMULSION PAINT ASIAN, BERGER, NAROLAC, M/S ICI INDIA

29 WC/WASH BASIN & OTHER VITREOUS JAQUAR, GROHE, ROCA, CERA, KOHLER,HINDWARE,
CHINA SAINITARYWARE PARRYWARE
30 STAINLESS STEEL SINKS NILKANTH, NIRALI, COBRA, ALEX, JAYNA, PLATO
MILLENNIUM. IDOOS, CENTURY, DELPHIS (ISI), SHAKTI
ENTERPRISES, SELECTED PRODUCT CO., NAVKAR (ISI
MARKED)
31 C.P.BRASS BATH FITTINGS & ACCESSORIES JAQUAR, GROHE, ROCA, KOHLER, PRIMA,
HINDWARE, PARRYWARE
32 SOIL,WASTE & VENT PIPES & FITTINGS NECO, HEPCO, KAPILANSH, SKF,CICO, HIF(BABU LAL
A) CENTRFUGAL CAST IRON BAJAJ IRON FOUNDRY) BENGAL IRON CORPORATION,
RPMF (ISI MARKED)
33 LA (CI) PIPES RIF, NEECO
34 G.I. SHEET / PROFILE SHEET SAIL, TATA, JINDAL
35 FIBRE GLASS SHEET SIMCRYL, SIMBA, FIBER TECH BUILDING PRIVATE
LIMITED
36 G.I. PIPES TATA, JINDAL (HISSAR),
37 G.I. FITTINGS (MALLAEABLE CAST IRON) UNIK, ICS,AMCO,KS,NVR
38 GUNMETAL VALVES LEADER,SANT,ZOLOTO, PRIMA
39 STONEWARE PIPE & GULLY TRAPES PERFECT,PARRY
40 R.C.C. PIPES (NP-2) LAKSHMI,SOOD & SOOD,JAIN & CO, DIWAN SPUN PIPES

41 C.I. DOUBLE FLANGER SLUICE VALVES KIRLOSKAR, IVC, BURN


42 C.I. DOUBLE FLANGED NON-RETURN KIRLOSKAR, SANT,KARTAR
VALVES
43 C.I. MANHOLES COVERS AND FRAME B.C.M RIF,NEECO, BENGAL IRON CORPORATION, RPMF
(ISI MARKED)
44 UPVC PIPE SUPREME, PRINCE,FINOLEX, PRAKASH, SFMC
45 BALL VALES ZOLOTO, IBP, ARCO
46 BEVELLED EDGE MIRROR MODI, ATUL, SAINT GOBAIN
47 READY MIX CONCRETE (RMC) ULTRATECH, ACC, LAFARGE, V.K. RMC, NDCON CONST.,
SHRIRAM READYMIX CONCRETE PVT LTD.
48 UPVC WINDOW/DOORS FENESTA,ALUPLAST,DUROPLAST,
ENCRAFT,WEATHERSEAL, APARNA
49 PPR PIPES SFMC,SAFE,POINEER INDUSTRIES
50 FIRE GLASS FOR VISION PANNELS SAINT GOBAIN, ASHAI INDIA,MODI
51 TEXTURE FINISH (i) SPECTRUM, ACRO,SANDTEX,REVLONTEX
(ii) M/S KAMDHENU PAINTS (FINE/RUSTIC/STONE
FINISHES TEXTURE PAINT)
52 ALUMINIUM EXTRUDED PROFILES HINDALCO/JINDAL/NALCO/MHAHVIR
53 PTMT BIBCOCK/PILLAR COCK/ BOLLCOCK PRYAG, POLYTUP, POLYPLAST (ISI), MILLENNIUM,
& OTHER PTMT FITTINGS/ ACCESSORIES SANITUF (ISI), SHAKTI (ISI), CENTURY (ISI), STEEL BIRD
(ISI), IDOOSM(ISI), PRIMA
54 ROLLING SHUTTER RAMA ROLLING SHUTTER, JYOTI ROLLING SHUTTER,
ANAND INDUSTRIES, SHRI RAM ROLLING SHUTTER
55 CPVC PIPE & FITTINGS SUPREME, PRINCE, FINOLEX, ASTRAL, ASHIRWAD

56 POP (PLASTER OF PARIS) J K. LAXMI, SRIRAM NIRMAN, SAKARNI, TRIMURTI

57 BLOCK BOARD CENTURY PLY BOARD, DURO, ALPRO GREEN PLY,


NATIONAL PLYWOOD,KITPLY,JAYNA, BHUTAN TUFF,
ALPRO GREEN PLY, ORION
58 FLUSH DOOR CENTURY PLY BOARD, DURO, ALPRO GREEN PLY,
DOOR KING,KANCHAN PREMIA, M.P.WOOD, JAYNA
DOORS, BHUTAN TUFF,ORION DOORS
59 Fiberglass Reinforced Plastic (FRP) Panelled/ FIBREWAYS TECHNOLOGY, SHIV SHAKTI FIBRE
Flush Door Shutter & Frame & FRP CHAJJA. UDYOG, SIMBA FRPT PVT. LTD., ADVANCE TECH.,
JAYNA DOORS, ASHOO MODEL ARTS, FIBRE ENINGEER,
FIBRE TECHNO PRODUCTS, JAIN DOORS PVT.LTD.
60 PVC DOORS RAJSHREE, FINOLEX PLASTICS, M/S JAYNA DOOR IND.
61 SFRC/PRECAST C.C. COVERS K.K. MANHOLE, NITCO, DALAL

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


34

62 PVC WATER STORAGE TANK SINTEX, POLYCON, SHEETAL, SPL

63 KITCHEN LOFT TANK SINTEX, TIRUPATI STRUCTURALS LIMITED, K.M.S.


PLAST WORLD PRIVATE LIMITED, PLANET PLASTICS,
SRI KAMAKSHI TRADERS, SREYAH NOVEL INC.
64 PRECAST CC KERB STONE DALAL,PAVER INDIA, K.K.,NITCO,HINDUSTAN, KJS
CONCRETE
65 WHITE CEMENT BASED PUTTY BIRLA, J.K.

66 DUCTILE IRON PIPE (WATER SUPPLY) ELECTRO STEEL, KESSO, KDUPL, ELECTRO, SPUN &
HEPCO
67 FACTORY MADE SECTION WINDOW ISI MARK PRODUCT ONLY,

68 WC SEAT COVER JAQUAR, GROHE, ROCA, CERA, KOHLER, HINDWARE,


PARRYWARE
69 FLUSHING CISTERN JAQUAR, GROHE, ROCA, CERA, KOHLER, HINDWARE,
PARRYWARE
70 M.S. DOOR FITTINGS ASHISH,OXFORD,GARG,ADARSH
71 ALUMINIUM DOOR FITTINGS CLASSIC, EVEREST, ARGENT

72 FIRE PROOF DOORS VIPER,SUKURI,SIGNUM,GODREJ,NAVAIR, JAIN DOORS


PVT.LTD, SHAKTI, JAYNA DOORS, PACIFIC
73 REPAIR/ REHABILITATION CHEMICALS PIDILITE, CHOKSEY, FOSROC, CICO, ASIAN PAINT
SMART CARE
74 CEMENT PRIMER (I) M/S ASIAN PAINTS LTD
(II) M/S SHALIMAR PAINTS LTD
(III) M/S ICI INDIA LTD AKZONOBEL
75 FLY ASH BRICKS M/S KJS CONCRETE(P) LTD.
76
STONE CLADDING CLAMPS AXEL, ADITYA
77 PANELLED/ WIRE MESH DOOR SHUTTER
(Wooden) JAIN DOORS PVT.LTD
78 TORCHTAR, APEX, PIDILITE. ASIAN PAINT, IWL INDIA
APP WATR PROOFING TREATMENT LTD., MAKPHALT
79 PRE CAST RCC BOUNDARY WALL POSTS KONKRETE PRODUCT COMPANY, RAJASTHAN PRE CAST
AND PANELS CONCRETE PRODUCTS,KK MANHOLE & GRATINGS
COMPANY PVT.LTD.
80 READY MIX CEMENT MORTAR FOR
JINDAL, ULTRATECH, BIRLA, AMBUJA , RAMCO, NCL
PLASTERING
81 CURING COMPOUND FOSROC, BASF, SIKA
82 WOODEN FLOORING PERGO, ACTION TESA, VISTA
83 LAMINATED BWP GRADE MARINE PLY CENTURY, DURO, KITPLY, GREEN PLY
84 FALSE CEILING M/S DIMOND INTERNATIONAL PVT LTD., GYPTECH,
KINGSTONE
85 ACOUSTIC WALL PANNELING GYPTECH, ARMSTRONG, SAINT GOBAIN

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


35

GERENAL CONDITIONS FOR SUPPLY OF MATERIALS

1. The sample of all the items shall have to be got approved by the Contractor from the
Engineer-in-charge before the supply commences and shall be without prejudice to the right
of Engineer-in-Charge to get random samples tested out of the actual lot received.

2. The contractor shall if required furnish the Manufacturer’s Test Certificate that the material
supplied satisfy the requirements of the relevant specifications.

3. The Engineer-in-charge shall be at liberty to test respective sample (s) of each item of
schedule of quantity in any approved laboratory as decided by him. The samples for testing
shall be provided by the contractor free of cost. All other expenditure required to be incurred
for taking sample, conveyances and packing etc. shall be borne by the contractor himself. In
case any sample of particular lot fails in testing the contractor shall be bound to replace the
entire lot with fresh material of prescribed specification and the rejected lot shall be returned
to the contractor only after fresh lot is supplied.

4. Rejected materials shall have to be removed by the contractor at his own cost immediately of
the instructions of doing so.

5. In case of any dispute regarding rejection of quality of materials, the decision of the Engineer-
in-charge shall be final and binding upon the contractor.

6. Royalty octroi terminal, tax etc. at prevalent rates shall have to paid by the contractor himself
and the rates quoted by him shall include these duties and nothing extra on, this account shall
be payable.

7. The contractor shall have to produce the Cash Memo/Vouchers/Invoice to satisfy Department
that the material has been purchased from the authorized dealer and GST has been paid. The
Cash Memo/Vouchers/Invoice shall be returned to the contractor after making necessary
endorsement.

Condition for testing of materials


The contractor shall also assist inspection and collection of samples by Engineer in charge or his
authorized representative for testing. The samples of materials/items of work required for testing by
Engineer in Charge or his representative shall be provided free of charge by the contractor. The cost
incurred in collection of samples and its packing and transportation to the approved lab/field
laboratory including testing charges shall be borne by the contractor.

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


36

Special conditions for procurement of cement

(1) The contractor shall procure 43 grade (conforming to IS: 8112) ordinary Portland cement, as required
in the work, from reputed manufactures of cement having a production capacity not less than one
million tonnes or more per annum, such as ACC, UltraTech, Vikram, Shree Cement, Ambuja, JAYPEE
Cement, Century Cement and J.K. Cement or from any other reputed cement manufacturer having a
production capacity not less than one million tonnes per annum as approved by ADG for that sub-
region. The bidders may also submit as list of names of cement manufacturers which they propose to
use in the work. The tender accepting authority reserves right to accept or reject name (s) of cement
manufacturer(s) which the bidder proposes to use in the work. No change in the tendered rates will be
accepted if the tender accepting authority does not accept the list of cement manufacturers, given by the
bidder, fully or partially.
The supply of cement shall be taken in 50 kg. bags bearing manufacturer’s name and ISI marking.
Samples of cement arranged by the contractor shall be taken by the Engineer-in-charge and got tested
in accordance with provisions of relevant BIS codes. In case the test results indicate that the cement
arranged by the contractor does not conform to the relevant BIS codes, the same shall stand rejected,
and it shall be removed from the site by the contractor at his own cost within a week’s time of written
order from the Engineer-in-charge to do so.

(2) The cement shall be brought at site in bulk supply of approximately 9 tonnes or as decided by the
Engineer-in-charge.
The cement godown or store of the capacity to store a minimum of 500 bags of cement shall be
constructed by the contractor at site of work for which no extra payment shall be made.

(3) Double lock provision shall be made to the door of the cement godown/store. The keys of one lock
shall remain with CPWD Engineer-in-charge or his authorized representative and the keys of the other
lock shall remain with the contractor. The contractor shall be responsible for the watch and ward and
safety of the cement godown/store. The contractor shall facilitate the inspection of the cement
godown/store by the Engineer-in-charge at any time.
(4) The cement shall be got tested by the Engineer-in-charge and shall be used on the work only after
satisfactory test results have been received. The contractor shall supply free of cost, the cement
required for testing including its transportation cost to testing laboratories. The cost of tests shall be
borne by the Contractor.
(5) The actual issued and consumption of cement on work shall be regulated and proper accounts
maintained as provided in clause 10 of the contract. The theoretical consumption of cement shall be
worked out as per procedure prescribed in clause 42 of the contract and shall be governed by conditions
laid therein. In case the cement consumption is less than theoretical consumption including permissible
variation, recovery at the rate so prescribed in Schedule-F shall be made. In case of excess consumption
no adjustment need to made.
(6) The cement brought to be site and the cement remaining unused after completion of the work shall not
be removed from site without the written permission of the Engineer-in-charge.
(7) The damaged cement shall be removed from the site immediately by the contractor on receipt of a
notice in writing from the Engineer-in-charge. If he does not do so within 3 days of receipt of such
notice the Engineer-in-charge shall get it removed at the cost of the contractor.

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


37

Special conditions for procurement of steel


(i) (a) The CPWD/Contractor shall procure IS marked TMT bars of various grades from the steel
manufacturers or their authorized dealers {as per following selection criteria) having valid BIS
license for IS:1786-2008(Amendment -1 November 2012)
The procured steel should have following qualities:-
i. Excellent ductility, bend ability and elongation of finished product due to possible refining technology.
ii. Consumption of steel should be accurate as per design.
iii. Steel should have no brittleness problem in finished product.
iv. Steel should carry the quality of corrosion and earthquake resistance.
v. Quality steel with achievement of proper level of sulphur and phosphorus as per 1S:1786-2008

(b) Selection Criteria of steel manufacturers


The supply of reinforcement steel for all CPWD works should have following selection criteria of steel
manufacturers:-
Steel producers of any capacity using iron ore/ processed iron ore as the basic raw material adopting
advanced refining technologies as given hereunder,

(i) DRI-EAF = Direct Reduced iron - Electric arc furnace.


Or
(ii) BF-BOF = Blast furnace - Basic oxygen furnace
Or
(iii) COREX-BOF = COREX - Basic oxygen furnace

for production of liquid steel to finish product at single/multiple locations with NABL or any other similarly
placed accrediting Government body which operates in accordance with IS0/IEC17011 and accredits labs as per
ISO/IEC 17025 conforming to IS:1786-2008 (Amendment -1 November 2012). The check list for incorporation
any quality steel producer is enclosed for technical assessment is given in Annexure-1.
Chief Engineer / CPM / PM shall approve the steel manufactures for projects under their jurisdiction. NIT
approving authority shall specify the manufacturers in the tender document.
The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge in respect of all supplies
of steel brought by him to the site of work

(ii) Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in the CPWD Specifications
in the relevant BIS codes. In case the test results indicate that the steel arranged by the contractor does not conform
the specifications, the same shall stand rejected, and it shall be removed from the site of work by the contractor at
his own cost within a week time on written orders from the Engineer-in-Charge to do so.

(iii) The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes or more, or as decided by the
Engineer-in-charge

(iv) The Steel reinforcement bars shall be stored by the contractor at site of work in such a way as to prevent their
distortion and corrosion and nothing extra shall be paid on this account. Bars on this account. Bars of different sizes
and lengths shall be stored separately to facilitate easy counting and checking.

(v) For checking nominal mass, tensile strength bend test, re-bend test etc. specimens of sufficient length shall be cut
from each size of the bar at random and a frequency not less than that specified below:-
Size of bar For consignment below 100tones For consignment above 100 tonnes
Under 10 mm dia bars One sample for each 25 tonnes or part thereof One sample for each 40 tonnes part thereof
10 mm to 16mm dia bars One sample for each 35 tonnes or part thereof One sample for each 45 tonnes part thereof
Over 16mm dia bars One sample for each 45 tonnes or part thereof One sample for each 50 tonnes part thereof

(vi) The contractor shall supply free of cost the steel required for testing including its transportation of testing
laboratories. The cost of test shall be bone by the contractor.

(vii) The actual issue and consumption of steel on work shall be regulated and proper accounts maintained as
provided in clause 10 of the contract. The theoretical consumption of steel shall be worked out as per
procedure prescribed in clause 42 of the contract and shall be governed by condition laid therein. In case the
consumption is less than theoretical consumption including permissible variations recovery at the rate so
prescribed in Schedule-F shall be made. In case of excess consumption no adjustment need to be made.

(viii) The steel brought at site and the steel remaining unused shall no be removed from site without the written
permission of the Engineer-in-Charge.

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


38

SCHEDULE OF THEORETICAL CONSUMPTION OF MATERIALS


S. Description of item Theoretical consumption co-efficient
No.
1 Satna Lime Wash on walls one coat 0.01 Quintal per 10 sqm
2 White washing with lime to give and even shade
(a) Old work (One or more coats) 0.01 Quintal per 10 sqm
(b) Old work (Two or more coats) 0.02 Quintal per 10 sqm
(c ) New work (Three or more coats) 0.03 Quintal per 10 sqm
3 Colour washing such as green, blue or buff to give an even shade:
(a) Old work (One or more coats) 0.01 Quintal per 10 sqm
(b) Old work (Two or more coats) 0.02 Quintal per 10 sqm
4 Finishing walls with water proofing cement paint
(a) Old work (Two or more coats) 2.20 Kilogram per 10 sqm
(b) New work (Two or more coats) 3.84 Kilogram per 10 sqm
5 Painting with ready mixed paint
(a) Old work (Two or more coats) 0.75 Litre per 10 sqm
(b) New work (Two or more coats) 1.25 Litre per 10 sqm
6 Painting with synthetic enamel paint
(a) Old work (Two or more coats) 0.70 Litre per 10 sqm
(b) New work (Two or more coats) 1.16 Litre per 10 sqm
7 Lettering with black Japan paint 0.56 Litre per 100 letters 15 cm height
8 Re-letting with black Japan paint 0.37 Litre per 100 letters 15 cm height
9 Applying priming coat with
(a) Ready mixed pink or grey primer on wood work (hard and soft
wood) 0.75 Litre per 10 sqm
(b) Ready mixed aluminium primer on resinous wood and ply wood. 0.75 Litre per 10 sqm
(c )Ready mixed Zinc chromate yellow primer on steel galvanized
iron/steel works. 0.54 Litre per 10 sqm
(d) Ready mix red oxide Zinc chromate primer on steel work(second
Coat) 0.36 Litre per 10 sqm
10 Repainting sand cast iron/centrifugally cast (spun) iron, soil, waste,
vent pipes and fittings with paint of any colour such as chocolate, grey
of buff etc.
(a) 50mm diameter pipe 1.20 Litre per 100 metre
(b) 75mm diameter pipe 1.80 Litre per 100 metre
(c ) 100 mm diameter pipe 2.40 Litre per 100 metre
11 Painting with black anti-corrosive bitumastic paint
(a) One or more coat on old work. 0.57 Litre per 10 sqm
12 Painting with black anti-corrosive bitumastic paint.
(a) Old work (Two or more coats) 0.57 Litre per 10 sqm
(b) New work (Two or more coats) 0.95 Litre per 10 sqm
13 Painting(One or more coats) (on old work) on rain water, soil waste,
vent pipes and fittings with black anti-corrosive bitumen.
(a) 75mm diameter pipe 0.43 Litre per 30 metre
(b ) 100 mm diameter pipe 0.57 Litre per 30 metre
(c) 150mm diameter pipe 0.85 Litre per 30 metre
14 Painting GI pipes and fittings with white paint of approved quality
(a) 15mm diameter pipe 0.78 Litre per 100 metre
(b) 20mm diameter pipe 0.98 Litre per 100 metre
(c ) 25mm diameter pipe 1.23 Litre per 100 metre
(d) 32mm diameter pipe 1.54 Litre per 100 metre
(e) 40mm diameter pipe 1.76 Litre per 100 metre
(f) 50mm diameter pipe 2.19 Litre per 100 metre
15 Repainting GI pipes and fittings with white paint of approved
quality
(a) 15mm diameter pipe 0.47 Litre per 100 metre
(b) 20mm diameter pipe 0.59 Litre per 100 metre
(c ) 25mm diameter pipe 0.74 Litre per 100 metre
(d) 32mm diameter pipe 0.93 Litre per 100 metre

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


39

(e) 40mm diameter pipe 1.06 Litre per 100 metre


(f) 50mm diameter pipe 1.33 Litre per 100 metre
16 Finishing walls with acrylic smooth exterior paint
(a) New work(Two or more coats) 1.67 Litre per 10 sqm
(b) Old work (Two or more coats) 1.67 Litre per 10 sqm
(c ) Old work (One or more coats) 0.90 Litre per 10 sqm
17 Finishing walls with Premium Acrylic smooth exterior paint
(a) New work(Two or more coats) 1.43 Litre per 10 sqm
(b) Old work (Two or more coats) 1.43 Litre per 10 sqm
(c ) Old work (One or more coats) 0.83 Litre per 10 sqm
18 Distempering with oil bound washable distemper
(a) New work(Two or more coats) 1.25 kg. per 10 sqm
(b) Old work (Two or more coats) 1.50 kg. per 10 sqm
(c ) Old work (One or more coats) 0.62 kg. per 10 sqm

19 All other non schedule items As per description of item

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


40

SPEICAL CONDITION FOR FINISHING WORK


1. CEMENT PLASTER

1.1 Preparation of Surface

The joints shall be raked out properly. Dust and loose mortar shall be brushed out. Efflorescence
if any shall be removed by brushing and scrapping. The surface shall then be thoroughly washed
with water, cleaned and kept wet before plastering is commenced. In case of concrete surface if a
chemical retarder has been applied to the form work, the surface shall be roughened by wire
brushing and all the resulting dust and loose particles cleaned off and care shall be taken that
none of the retarders is left on the surface.

1.2 Mortar

The mortar of the specified mix using the type of sand described in the item shall be used. It
shall be as specified in Subhead 3.0. For external work and under coat work, the fine aggregate
shall conform to grading IV. For finishing coat work the fine aggregate conforming to grading
zone V shall be used.

1.3 Application of Plaster

Plastering shall be started from the top and worked down towards the floor. All putlog holes
shall be properly filled in advance of the plastering as the scaffolding is being taken down. To
ensure even thickness and a true surface, plaster about 15 × 15 cm shall be first applied,
horizontally and vertically, at not more than 2 metres intervals over the entire surface to serve as
gauges. The surfaces of these gauged areas shall be truly in the plane of the finished plaster
surface. The mortar shall then be laid on the wall, between the gauges with trowel. The mortar
shall be applied in a uniform surface slightly more than the specified thickness. This shall be
brought to a true surface, by working a wooden straight edge reaching across the gauges, with
small upward and side ways movements at a time. Finally the surface shall be finished off true
with trowel or wooden float according as a smooth or a sandy granular texture is required.
Excessive troweling or over working the float shall be avoided.

All corners, arrises, angles and junctions shall be truly vertical or horizontal as the case may be
and shall be carefully finished. Rounding or chamfering corners, arrises, provision of grooves at
junctions etc. where required shall be done without any extra payment. Such rounding,
chamfering or grooving shall be carried out with proper templates or battens to the sizes
required. When suspending work at the end of the day, the plaster shall be left, cut clean to line
both horizontally and vertically. When recommencing the plastering, the edge of the old work
shall be scrapped cleaned and wetted with cement slurry before plaster is applied to the adjacent
areas, to enable the two to properly join together. Plastering work shall be closed at the end of
the day on the body of wall and not nearer than 15 cm to any corners or arrises. It shall not be
closed on the body of the features such as plasters, bands and cornices, nor at the corners of
arrises. Horizontal joints in plaster work shall not also occur on parapet tops and copings as these
invariably lead to leakages. The plastering and finishing shall be completed within half an hour
of adding water to the dry mortar. No portion of the surface shall be left out initially to be
patched up later on. The plastering and finishing shall be completed within half an hour of
adding water to the dry mortar.

Thickness Where the thickness required as per description of the item is 20 mm the average
thickness of the plaster shall not be less than 20 mm whether the wall treated is of brick or stone.
In the case of brick work, the minimum thickness over any portion of the surface shall be not less
than 15 mm while in case of stone work the minimum thickness over the bushings shall be not
less than 12 mm.

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


41

1.4 Curing

Curing shall be started as soon as the plaster has hardened sufficiently not to be damaged when
watered. Water jet pump with sprinkler nozzle shall be used for Curing. The plaster shall be
kept wet for a period of at least 7 days. During this period, it shall be suitably protected from all
damages at the contractor’s expense by such means as the Engineer-in-Charge may approve. The
dates on which the plastering is done shall be legibly marked on the various sections plastered so
that curing for the specified period thereafter can be watched.

1.5 Finish

The plaster shall be finished to a true and plumb surface and to the proper degree of smoothness
as required. The work shall be tested frequently as the work proceeds with a true straight edge
not less than 2.5 m long and with plumb bobs. All horizontal lines and surfaces shall be tested
with a level and all jambs and corners with a plumb bob as the work proceeds.

1.6 Precaution

Any cracks which appear in the surface and all portions which sound hollow when tapped, or
are found to be soft or otherwise defective, shall be cut out in rectangular shape and redone as
directed by the Engineer-in-Charge. (i) When ceiling plaster is done, it shall be finished to
chamfered edge at an angle at its junction with a suitable tool when plaster is being done.
Similarly when the wall plaster is being done, it shall be kept separate from the ceiling plaster by
a thin straight groove not deeper than 6 mm drawn with any suitable method with the wall while
the plaster is green. (ii) To prevent surface cracks appearing between junctions of column/beam
and walls, 150 mm wide chicken wire mesh should be fixed with U nails 150 mm centre to
centre before plastering the junction. The plastering of walls and beam/column in one vertical
plane should be carried out in one go. For providing and fixing chicken wire mesh with U nails
payment shall be made separately

2. REPAIRS TO PLASTER

2.1 Cutting

The mortar of the patch, where the existing plaster has cracked, crumbled or sounds hollow when
gently tapped on the surface, shall be removed. The patch shall be cut out to a square or
rectangular shape at position marked on the wall as directed by the Engineer-in-Charge or his
authorized representative. The edges shall be slightly under cut to provide a neat joint.

2.2 Preparation of Surface

The masonry joints which become exposed after removal of old plaster shall be raked out to a
minimum depth of 10 mm in the case of brick work and 20 mm in the case of stone work. The
raking shall be carried out uniformly with a raking tool and not with a basuli, and loose mortar
dusted off. The surface shall then be thoroughly washed with water, and kept wet till plastering
is commenced. In case of concrete surfaces, the same shall be thoroughly scrubbed with wire
brushes after the plaster had been cut out and pock marked. The surface shall be washed and cleaned and
kept wet till plastering is commenced.

2.3Application of Plaster

Mortar of specified mix with the specified sand shall be used. The surface shall be finished even and
flush and matching with the old surrounding plaster. All roundings necessary at junctions of walls,
ceilings etc. shall be carried out in a tidy manner. All dismantled mortar & rubbish etc. shall be
disposed off within 24 hours from its dismantling promptly as directed by the Engineer-in-Charge.

2.4Protective Measure

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


42

Doors, windows, floors, articles of furniture etc. and such other parts of the building shall be
protected from being splashed upon. Splashing and droppings, if any, shall be removed by the
contractor at his own cost and the surface cleaned. Damages, if any, to furniture or fittings and
fixtures shall be recoverable from the contractor.

2.5Curing

Curing shall be started as soon as the plaster has hardened sufficiently not to be damaged when
watered. Water jet pump with sprinkler nozzle shall be used for Curing. The plaster shall be kept
wet for a period of at least 7 days. During this period, it shall be suitably protected from all damages
at the contractor’s expense by such means as the Engineer-in-Charge may approve. The dates on
which the plastering is done shall be legibly marked on the various sections plastered so that curing
for the specified period thereafter can be watched.

3. PAINTING

Materials Paints, oils, varnishes etc. of approved brand and manufacture shall be used. Only ready
mixed Paint (Exterior grade) as received from the manufacturer without any admixture shall be used.
If for any reason, thinning is necessary in case of ready mixed Paint, the brand of thinner
recommended by the manufacturer or as instructed by the Engineer-in-Charge shall be used.
Approved Paints, oil or varnishes shall be brought to the site of work by the contractor in their
original containers in sealed condition. The material shall be brought in at a time in adequate
quantities to suffice for the whole work or at least a fortnight’s work. The materials shall be kept in
the joint custody of the contractor and the Engineer-in -Charge. The empties shall not be removed
from the site of work, till the relevant item of work has been completed and permission obtained
from the Engineer-in-Charge.

3.1 Commencing Work

Painting shall not be started until the Engineer -in-Charge has inspected the items of work to be
painted, satisfied himself about their proper quality and given his approval to commence the painting
work. Painting of external surface should not be done in adverse weather condition like hail storm
and dust storm. Painting, except the priming coat, shall generally be taken in hand after practically
finishing all other building work. The rooms should be thoroughly swept out and the entire building
cleaned up, at least one day in advance of the Paint work being started.

3.2 Preparation of Surface

The surface shall be thoroughly cleaned and dusted off. All rust, dirt, scales, smoke splashes, mortar
droppings and grease shall be thoroughly removed before painting is started. The prepared surface
shall have received the approval of the Engineer-in-Charge after inspection, before painting is
commenced.

3.3 Application

Before pouring into smaller containers for use, the Paint shall be stirred thoroughly in its containers,
when applying also, the Paint shall be continuously stirred in the smaller containers so that its
consistency is kept uniform. The painting shall be laid on evenly and smoothly by means of crossing
and laying off, thelatter in the direction of the grains of wood. The crossing and laying off consists of
covering the area over with Paint, brushing the surface hard for the first time over and then brushing
alternately in opposite direction, two or three times and then finally brushing lightly in a direction at
right angles to the same. In this process, no brush marks shall be left after the laying off is finished.
The full process of crossing and laying off will constitute one coat.

Where so stipulated, the painting shall be done by spraying. Spray machine used may be (a) high
pressure (small air aperture) type, or (b) a low pressure (large air gap) type, depending on the nature
and location of work to be carried out. Skilled and experienced workmen shall be employed for this
class of work. Paints used shall be brought to the requisite consistency by adding a suitable thinner.

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


43

Spraying should be done only when dry condition prevails. Each coat shall be allowed to dry out
thoroughly and rubbed smooth before the next coat is applied. This should be facilitated by thorough
ventilation. Each coat except the last coat, shall be lightly rubbed down with sand paper or fine
pumice stone and cleaned off dust before the next coat is laid.

No left over Paint shall be put back into the stock tins. When not in use, the containers shall bekept
properly closed.

No hair marks from the brush or clogging of Paint puddles in the corners of panels, angles of
mouldings etc. shall be left on the work.

In painting doors and windows, the putty round the glass panes must also be painted but care must be
taken to see that no Paint stains etc. are left on the glass. Tops of shutters and surfaces in similar
hidden locations shall not be left out in painting. However, bottom edge of the shutters where the
painting is not practically possible, need not be done nor any deduction on this account will be done
but two coats of primer of approved make shall be done on the bottom edge before fixing the
shutters.

On painting steel work, special care shall be taken while painting over bolts, nuts, rivets overlaps etc.

The additional specifications for primer and other coats of Paints shall be as according to the detailed
CPWD specifications under the respective headings.

3.4 Brushes and Containers

After work, the brushes shall be completely cleaned of Paint and linseed oil by rinsing with
turpentine. A brush in which Paint has dried up is ruined and shall on no account be used for painting
work. The containers when not in use, shall be kept closed and free from air so that Paint does not
thicken and also shall be kept safe from dust. When the Paint has been used, the containers shall be
washed with turpentine and wiped dry with soft clean cloth, so that they are clean, and can be used
again.

3.5 Precautions

All furniture’s, fixtures, glazing, floors etc. shall be protected by covering and stains, smears,
splashing, if any shall be removed and any damages done shall be made good by the contractor at his
cost.

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


44

Minimum Quality Assurance Plan

1. Tests which are mandatory as per CPWD Specification 2019 Volume-I & II, amended up to date are to be
carried out by the contractor. While deciding these criteria CPWD Specifications & Provisions of BIS Code and
Standard Practices may be referred.

2. All the necessary Machinery and other Tools & Plants required at site to be deployed by the contractor as per
requirement. Entire Machinery and T&P may not be required at the start of work, therefore, a proper time
schedule by which each Machinery & T&P is to be brought at site should be submitted by the contractor to the
site staff before start of the work.

3. If field laboratory is required at site for this work, then all testing equipment’s i/c required chemical etc. to be
arranged by the contractor. If field lab is to be setup by the Department, then contractor may be allowed for
conducting the test there.

4. Maintenance of Register of Tests -

(i) All the registers of tests carried out either in field laboratory at Construction Site or in outside approved
laboratories shall be maintained by the contractor which shall be issued to the contractor by Engineer-in-charge
at the time of issue of award letter.

(ii) All Samples of materials including Cement Concrete Cubes shall be taken by Contractor jointly with JE
in charge of work and out of these samples, at least 50% samples shall be taken in presence of AE in
charge. If there is no JE, all Samples of materials including Cement Concrete Cubes shall be taken by
contractor in presence of AE in charge of work. All the necessary assistance shall be provided by the
contractor. Cost of sample materials is to be borne by the contractor and he shall be responsible for safe
custody i/c its transportation from site to the laboratory where samples are to be tested.

(iii) All the test in field lab setup at Construction Site shall be carried out by the Engineering Staff deployed by the
contractor in presence of JE-in-charge out of which at least 50% of tests shall be carried out in the presence AE-
in-charge. At least 10% of tests shall be carried out in the presence of the Executive Engineer.

(iv) All the entries in the registers shall be made by the designated Engineering Staff of the contractor and same
should be presented before JE/AE/Divisional Engineer for their review.

(v) Contractor shall be responsible for safe custody of all the test registers.

5. It is mandatory to the contractor to submit either copy of all test registers, Material at Site Register and
hindrance register duly certified by the AE-in-Charge or in original along with each alternate Running Account
Bill and Final Bill. These registers shall further be checked by AE(P) in Division Office and receipts of registers
should also be acknowledged by Accounts Officer by signing the copies and register to confirm receipt in
Division office.

If all the test registers and hindrance register is not submitted by contractor along with each alternate
R/A Bill & Final Bill, no payment shall be released to the contractor.

6. Maintenance of Material at Site (MAS) Register -

(i) All the MAS Registers including Cement and Steel Registers shall be maintained by Contractor which
shall be issued to the contractor by Engineer-in-charge along with the award letter.

(ii) The contractor shall get 100% test checked by JE and AE after each entry of receipt of material at site
in MAS register. If there is no JE then this exercise to be carried out by the AE-in-Charge after each
entry of receipt of material at site in MAS register.

(iii) The contractor shall get MAS Register test checked by JE at least twice a week and at least once a week
by AE. If there is no JE is available then MAS register must be checked by AE at least twice a week.
All the material issued at site shall be got test checked by JE 100%.

(iv) Cement register shall be got reviewed by Divisional Engineer at least once in a month by the contractor.

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


45

Receipt of deposition of original EMD


Receipt No. ……………… Date ………………..

1. Name of work: Upgaradation of GPRA flats at Vinay Marg, Satya Marg,


Chanakyapuri New Delhi dg 2023-24 (SH:- Providing and
Fixing Structural Steel Iron angle frame and replacement of
damaged jaffery etc.)

2. NIT No. :- 86/EE/S Div/2023-24

3. Estimated Cost:- Rs. 27,00,624/-

4. Amount of Earnest Money Deposit :- Rs. 54,012/-

5. Last date of submission of bid :- 22.02.2024

(*To be filled by NIT approving authority/EE at the time of issue of NIT and
uploaded along with NIT)

1. Name of the 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 (EE/AE(P)/AE/AAO) along
with office stamp

(**To be filled by EMD receiving EE)

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


46

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/Mobilization Advance

1. Whereas the Executive Engineer ………………… (name of division) ………………….., CPWD on behalf of the President of India
(hereinafter called “The Government”)has invited bids under ……………………(NIT number)…………………. dated
……………… for …………………………………………… (name of work) …………………………………………………… The
Government has further agreed to accept irrevocable Bank Guarantee for Rs. …………….……. (Rupees ……………………………
only) valid upto ……… (date)*……… as Earnest Money Deposit from ……………………. (name and address of contractor)
…………………..(hereinafter called “the contractor”) for compliance of his obligations in accordance with the terms and conditions
of the said NIT.
OR**
Whereas the Executive Engineer …………….. (name of division) ………………………., CPWD 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/Mobilization Advance 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 or to extend time of performance by the said Contractor from time to time or to postpone for any time or from time
to time any of the powers exercisable by the Government against the said contractor and to forbear or enforce any of the terms and
conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension
being granted to the said Contractor or for any forbearance, act of omission on the part of the Government or any indulgence by the
Government to the said Contractor or by any such matter or thing whatsoever which under the law relating to sureties would, but for
this provision, have effect of so relieving us.
6. We, ………………… (indicate the name of the Bank) …………………….., further agree that the Government at its option shall be
entitled to enforce this Guarantee against the Bank as a principal debtor at the first instance without proceeding against the Contractor
and 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 Contractor.
8. We, …………………. (indicate the name of the Bank) ………………………., undertake not to revoke this guarantee except with the
consent of the Government in writing.
9. This Bank Guarantee shall be valid up to …………………………. unless extended on demand by the Government. 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:
1. Signature……………… Authorized signatory
Name and address Name
Designation

Staff code no.


2. 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.

**In paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for earnest money or for performance
guarantee/security deposit/mobilization advance, as the case may be.

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0


47

Schedule of Quantity
Name of Work:- Upgaradation of GPRA flats at Vinay Marg, Satya Marg, Chanakyapuri New
Delhi dg 2023-24 (SH:- Providing and Fixing Structural Steel Iron angle frame
and replacement of damaged jaffery etc.)
SLNo Description Qty Unit Rate Amount
1 Providing and laying in position excluding cement concrete of
level: specified grade the cost of centering and shuttering - All
work up to plinth
(a) 1:2:4 (1 cement : 2 coarse sand (zone-Ill) derived from natural
sources : 4 graded stone aggregate 20 mm nominal size derived
from natural sources)
1.75 cum 7878.50 13787.00
2 Providing and fixing Bamboo jaffery/ fencing consisting of
superior quality 25 mm dia (Average) half cut bamboo placed
vertically and fixed together with three numbers horizontal running
members of hollock wood in scantling of section 50X25 mm, fixed
with nails and G.I wire on existing support complete as per
direction of Engineer-in-charge. 1441 sqm 689.40 993425.00
3 Structural steel work riveted, bolted or welded in built up sections,
trusses and framed work, including cutting, hoisting, fixing in
position and applying a priming coat of approved steel primer all
complete. 4730 kg 133.70 632401.00
4 Applying priming coat:
(a) With ready mixed aluminium primer of approved brand and
manufacture on resinous wood and plywood 3977 sqm 74.65 296883.00
5 Painting with synthetic enamel paint of approved brand and
manufacture to give an even shade :
(a) Two or more coats on new work 3977 sqm 155.90 620014.00
6 Demolishing thatch roofing including mats, bamboo, jaffari etc.
complete including stacking of serviceable material and disposal of
unserviceable material within 50 metres lead.
1441 sqm 57.70 83146.00
7 Disposal of building rubbish / malba / similar unserviceable,
dismantled or waste materials by mechanical means including
loading, transporting and unloading the same at C & D Waste
Management Site near Jahangir Puri Safai Karmchari Quarters at
Burari Plant, including weighing at plant etc. complete as per
direction of Engineer-in-charge. Weighing and unloading at the
plant shall be as per procedures/rules of the Plant Management. The
rates are inclusive of all operations, labours, leads and lifts from
site of work to the C & D Waste plant. (Processing fees at
prescribed rate of C & D waste Management plant at will be
deposited by the agency and shall be reimbursed by the department
on production of only original cash receipts). 150 MT 406.45 60968.00
Total 2700624.00

Lkgk;d vfHk;Urk ¼;ks0½ dk;Zikyd vfHk;Urk


,l e.My] ds0yks0fu0fo0 ,l e.My] ds0yks0fu0fo0]
vkj0ds0 iqje] ubZ fnYyh vkj0ds0 iqje] ubZ fnYyh

चूक: शू िवलोपन: शू सु धार: शू स लन: शू lgk-vfHk¼;ks0½ dk-vfHk- ,l ea0

You might also like