NIT No.: 61/2021-22/PaWD-III/AE-III/Delhi Name of work

40
-1- Addition ………..……………… Deletion …………………….… NIL Correction ………………….… . Over Writing ……………….… AE-III. INDEX NIT No.: 61/2021-22/PaWD-III/AE-III/Delhi Name of work : A/R & M/O 196 MP’s Flats at South Avenue under Sub.Div.-III of PaWD-III, New Delhi, dg. 2021-22. (SH: Providing & fixing wooden flooring in Flat no. 89, South Avenue). Estimated Cost : Rs. 2,06,929/- Earnest Money : Rs. NIL Security Deposit : 2.5% of the tendered value Performance Guarantee : 3% of the tendered value Time of execution : 21 Days Sl.No. Description Page 1. Index 1 2. Notice Inviting Tender (CPWD-6)&Instructions for contractor for e-tendering 2-7 3. Proforma for EMD Declaration 8 4. Integrity Pact 9-16 5. CPWD-7/8 17-23 6. BANK GUARANTEE BOND 24 7. List of Approved Makes 25-28 8. General specification 29-33 9. Additional Conditions 34-37 10 Worker id Card Performa 38-39 11 Schedule of quantity 40 Certified that this NIT contains 1 to 40 (One to Forty Only) pages excluding cover. This NIT is approved for Rs. 2,06,929/- only Assistant Engineer-III

Transcript of NIT No.: 61/2021-22/PaWD-III/AE-III/Delhi Name of work

-1-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

I N D E X

NIT No.: 61/2021-22/PaWD-III/AE-III/Delhi

Name of work : A/R & M/O 196 MP’s Flats at South Avenue under Sub.Div.-III

of PaWD-III, New Delhi, dg. 2021-22. (SH: Providing & fixing

wooden flooring in Flat no. 89, South Avenue).

Estimated Cost : Rs. 2,06,929/-

Earnest Money : Rs. NIL

Security Deposit : 2.5% of the tendered value

Performance Guarantee : 3% of the tendered value

Time of execution : 21 Days

Sl.No. Description Page

1. Index 1

2. Notice Inviting Tender (CPWD-6)&Instructions for contractor

for e-tendering

2-7

3. Proforma for EMD Declaration 8

4. Integrity Pact 9-16

5. CPWD-7/8 17-23

6. BANK GUARANTEE BOND 24

7. List of Approved Makes 25-28

8. General specification 29-33

9. Additional Conditions 34-37

10 Worker id Card Performa 38-39

11 Schedule of quantity 40

Certified that this NIT contains 1 to 40 (One to Forty Only) pages excluding cover.

This NIT is approved for Rs. 2,06,929/- only

Assistant Engineer-III

-2-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

CPWD CPWD-6 FOR e-TENDERING

1. Online Percentage/Item rate bids (CPWD-7/8) are invited on behalf of President of India on single bid

system from approved and eligible (Civil) contractors of CPWD for the following work:

Name of Work : A/R & M/O 196 MP’s Flats at South Avenue under Sub.Div.-III of PaWD-III, New

Delhi, dg. 2021-22. (SH: Providing & fixing wooden flooring in Flat no. 89, South Avenue). The enlistment of the contractors should be valid on the last date of submission of bids.

In case the last date of submission of bid is extended, the enlistment of contractor should be valid on the

original date of submission of bids.

1.1

The work is estimated to cost Rs. 2,06,929/- This estimate, however, is given merely as a rough guide.

2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 7/8 which is available as a Govt. of India Publication and also available on website www.cpwd.gov.in. Bidders shall

quote his rates as per various terms and conditions of the said form which will form part of the agreement.

3. The time allowed for carrying out the work will be 21 Days 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. (i) The site for the work is available or the site for the work shall be made available in parts as specified

below :-

-----------------------------------------------------------------------------------------------------------------------------

(ii) The architectural & structural drawing for the work is available or the architectural & structural drawing

shall be made available in phased manner, as per requirement of the same as per approved programme of

completion submitted by the contractor after award of the work.

5. The bid document consisting of plans, specifications, the schedule of quantities of various types of items to

be executed and the set of terms and conditions of the contract to be complied with and other necessary

documents except Standard General Conditions of Contract Form can be seen on website

www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.

6. After submission of the bid the contractor can re-submit revised bid any number of times but before last time

and date of submission of bid as notified.

7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of times

(he need not re-enter rate of all the items) but before last time and date of submission of bid as notified.

8.

9.

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.

Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker`s Cheque or

Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of Executive Engineer, PaWD-III,

CPWD, New Delhi) shall be scanned and uploaded to the e-tendering website within the period of bid

submission). The original EMD should be deposited either in the office of Executive Engineer inviting bids

or division office of any Executive Engineer, CPWD within the period of bid submission. The EMD receiving Executive Engineer (including NIT issuing EE/AE) shall issue a receipt of deposition of earnest

money deposit to the bidder in a prescribed format (enclosed) uploaded by tender inviting EE in the NIT.

-3-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

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, 50% of earnest

money or Rs 20 lakh, whichever is less, shall have to be deposited in shape prescribed above, and

balance may be deposited in shape of Bank Guarantee of any scheduled bank having validity for six

months or more from the last date of receipt of bids, which is to be scanned uploaded by the intending

bidders.

The bid submitted shall be opened at 06:00 PM on 27.09.2021

9A. The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD shall have to deposit tender

processing fee at existing rates, or they have option to switch over to the new registration system without

tender processing fee any time.

10. The bid submitted shall become invalid, if:

(i)

(ii)

The bidders is found ineligible

The bidder does not upload Performa for Earnest money Deposit declaration.

(iii) The bidders does not upload all the documents as stipulated in the bid document at page No.6 (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.

11. The contractor whose bid is accepted will be required to furnish performance guarantee of 3% (Three

Percent) of the bided amount within the period specified in Schedule F. This guarantee shall be in the form

of cash (in case guarantee amount is less than Rs. 10,000/-) or Deposit at Call receipt of any scheduled

bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any

Scheduled Bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed

Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with

the prescribed form. In case the contractor fails to deposit the said performance guarantee within the period

as indicated in Schedule ‘F’, including the extended period if any, the Earnest Money deposited by the

contractor shall be forfeited automatically without any notice to the contractor. The earnest money deposited

along with 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 licenses, registration with EPFO, ESIC and BOCW Welfare

Board including Provident Fund Code No. if applicable and also ensure the compliance of aforesaid

provisions by the contractor for the said work and Programme Chart (Time and Progress) within the

period specified in Schedule F

12. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves

before submitting their bids as to the nature of the ground and sub-soil (so far as is practicable), the form and

nature of the site, the means of access to the site, the accommodation they may require and in general shall

themselves obtain all necessary information as to risks, contingencies and other circumstances which may

influence or affect their bid. A bidders shall be deemed to have full knowledge of the site whether he

inspects it or not and no extra charge consequent on any misunderstanding or otherwise shall be allowed.

The bidders shall be responsible for arranging and maintaining at his own cost all materials, tools & plants,

water, electricity access, facilities for workers and all other services required for executing the work unless

otherwise specifically provided for in the contract documents. Submission of a bid by a bidders implies that

he has read this notice and all other contract documents and has made himself aware of the scope and

specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be

issued to him by the Government and local conditions and other factors having a bearing on the execution of

the work.

-4-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

13. The competent authority on behalf of the President of India does not bind itself to accept the lowest or any

other bid and reserves to itself the authority to reject any or all the bids received without the assignment of

any reason. All bids in which any of the prescribed condition is not fulfilled or any condition including that

of conditional rebate is put forth by the bidders shall be summarily rejected.

14. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids

submitted by the contractors who resort to canvassing will be liable for rejection. 15. The competent authority on behalf of President of India reserves to himself the right of accepting the whole

or any part of the bid and the bidders shall be bound to perform the same at the rate quoted. 16. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of contractors

of Horticulture/Nursery category) responsible for award and execution of contracts, in which his near

relative is posted a Divisional Accountant or as an officer in any capacity between the grades of

Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names of persons

who are working with him in any capacity or are subsequently employed by him and who are near relatives

to any gazette officer in the Central Public Works Department or in the Ministry of Urban Development.

Any breach of this condition by the contractor would render him liable to be removed from the approved list

of contractors of this Department.

17. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or Administrative duties

in an Engineering Department of the Government of India is allowed to work as a contractor for a period of

one year after his retirement from Government service, without the prior permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is

found any time to be such a person who had not obtained the permission of the Government of India as

aforesaid before submission of the bid or engagement in the contractor’s service.

18. The bid for the work shall remain open for acceptance for a period of 30 (Thirty) days from the date of

opening of bids in case of single bid system and 75 (Seventy five) days from the date of opening of technical

bids in case bids are invited in 2 or 3 bid system

19. This notice inviting Bid shall form a part of the contract document. The successful bidders/contractor, on

acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of start of the

work, sign the contract consisting of:-

a) The Notice Inviting Bid, all the documents including additional conditions, specifications and drawings, if

any, forming part of the bid as uploaded at the time of invitation of bid and the rates quoted online at the

time of submission of bid and acceptance thereof together with any correspondence leading thereto.

b)

c

)

Standard C.P.W.D. Form 7/8.

A new provision of Integrity Pact has been introduced in the GCC 2010. At the time of submission of

tender/bid, it shall be mandatory to sign the Pact by the bidder/contractor failing which the tenderer/bidder

will stand disqualified from the tendering process and the bid of the bidder would be summarily rejected.

-5-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING PART

OF BID DOCUMENT AND TO BE POSTED ON WEBSITE

The Assistant Engineer -III, Parliament Works Division-III, CPWD, South Avenue, New Delhi invites on

behalf of President of India Online Percentage/Item rate bids on CPWD-8 on (single bid system) from approved &

eligible registered contractors of CPWD of appropriate class for the following work: -

Sl.

No

NIT No. Name of work &

Location

Est

imate

d

cost

pu

t to

Bid

/Ten

der

Ear

nest

Mo

ney

Per

iod

of

com

ple

tio

n Last date &

time of

submission

of

Bid/Tender

Date &

Time

opening of

Bid/Tender

1. 61/2021-22 /

PaWD-III

/AE-III/

Delhi

A/R & M/O 196

MP’s Flats at South

Avenue under

Sub.Div.-III of

PaWD-III, New

Delhi, dg. 2021-22.

(SH: Providing &

fixing wooden

flooring in Flat no.

89, South Avenue).

Rs.

2,0

6,9

29

/-

Rs.

NIL

21

Day

s

27.09.2021

Up to

05:30 PM

27.09.2021

AT

06:00 PM

Note:- Relaxation for Earnest Money Deposit as per OM No. F-9/14/2020-PPD dated 12-11-2O20

issued by the Department of Expenditure or OM No. DG/ CON/Misc./13 dated 23.11.2020

1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his

bid if he consider himself eligible and he is in possession of all the documents required.

2. Information and Instructions for bidders posted on website shall form part of bid document.

3. The bid document consisting of plans, specifications, the schedule of quantities of various types of items to

be executed and the set of terms and conditions of the contract to be complied with and other necessary

documents can be seen and downloaded from website www.tenderwizard.com/CPWD or www.cpwd.gov.in

free of cost.

4. But the bid can only be submitted after depositing processing fee in favour of ITI Ltd. and uploading the

mandatory scanned Documents such as demand draft or pay order or bankers cheque or deposit at call

receipt or Fixed Deposit Receipts and bank guarantee of any scheduled bank towards EMD in favour of EE

/PaWD-III and other documents as specified.

The contractors already registered on the e-tendering portal will have option to continue by paying

tender processing fee upto one year from the date of registration, or to switch over to (new)

registration without tender processing fee any time. All new registrations from 01.04.2015 will be

without tender processing fee.

5. Those contractors 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-V 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.

-6-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

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 payable to ITI.

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

i) Proforma for Earnest Money Deposit Declaration.

ii) Enlistment Order of the Contractor.

iii) Copy of G.S.T Registration Certificate.

-7-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

20A. 13 Information and Instruction for Contractors for e-tendering

forming part of NIT and to be posted on website.

1. Information and instruction for Contractor will form part of NIT and to be uploaded

on ITI website.

2. The intending bidder must have Class-III digital signature to submit the bid.

3. The contractor can deposit 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.

(The EMD document shall only be issued from the place in which the office of receiving division office

is situated). The contractor shall obtain the receipt of EMD from the concerned Executive Engineer

in the prescribed format uploaded by NIT issuing Executive Engineer. The bid document as uploaded

can be viewed and downloaded free of cost by anyone including intending bidder. But the bid can

only be submitted after uploading the mandatory scanned documents such as Demand Draft/Pay

order or Banker’s Cheque/Bank Guarantee of any scheduled bank towards EMD in favour of

respective Executive Engineer, copy of receipt of original EMD and other documents specified in the

press notice.

-8-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

Proforma for Earnest Money Deposit Declaration

Whereas, I / we……………………………………………………….…(Name of agency) have

submitted bids for A/R & M/O 196 MP’s Flats at South Avenue under Sub.Div.-III of

PaWD-III, New Delhi, dg. 2021-22. (SH: Providing & fixing wooden flooring in Flat no.

89, South Avenue).

I/We hereby submit following declaration in lieu of submitting Earnest Money Deposit.

(1) If after the opening of tender, I/we withdraw or modify my/our bid during the

period of validity of tender (including extended validity of tender) specified in the

tender documents,

or

(2) If, after the award of work, I/we fail to sign the contract, or to submit performance

guarantee before the deadline defined in the tender documents,

I/we shall be suspended for one year and shall not be eligible to bid for CPWD

tenders from date of issue of suspension order.

Signature of the contractor (s)

-9-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

INTEGRITY PACT CPWD

To,

………………………..,

………………………..,

………………………..

Sub: NIT No. 61/2021-22 / PaWD-III /AE-III/ Delhi for the work : A/R & M/O 196 MP’s Flats at

South Avenue under Sub.Div.-III of PaWD-III, New Delhi, dg. 2021-22. (SH: Providing & fixing

wooden flooring in Flat no. 89, South Avenue).

Dear Sir,

It is here by declared that CPWD is committed to follow the principle of transparency, equity and

competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the

Bidder will sign the integrity Agreement, which is an integral part of tender/bid documents, failing which

the tenderer/bidder will stand disqualified from the tendering process and the bid of the bidder would be

summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of the same

shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the CPWD.

Yours faithfully

Executive Engineer

-10-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

INTEGRITY PACT CPWD

To,

Assistant Engineer-III,

PaWD-III, CPWD,

New Delhi.

Sub: Submission of Tender for the work of: A/R & M/O 196 MP’s Flats at South Avenue under

Sub.Div.-III of PaWD-III, New Delhi, dg. 2021-22. (SH: Providing & fixing wooden flooring in Flat

no. 89, South Avenue).

Dear Sir,

I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated in the

Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition

that I/We will sign the enclosed integrity Agreement, which is an integral part of tender documents, failing

which I/We will stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF

THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of

this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and

further agree that execution of the said Integrity Agreement shall be separate and distinct from the main

contract, which will come into existence when tender/bid is finally accepted by CPWD. I/We

acknowledge and accept the duration of the Integrity Agreement, which shall be in the line with Article 1

of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement,

while submitting the tender/bid, CPWD shall have unqualified, absolute and unfettered right to disqualify

the tenderer/bidder and reject the tender/bid is accordance with terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

-11-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

INTEGRITY PACT CPWD

To be signed by the bidder and same signatory competent / authorized to sign the relevant

contract on behalf of CPWD.

INTEGRITY AGREEMENT

This Integrity Agreement is made at ............... on this ...........day of ......... 20......

BETWEEN President of India represented through Assistant Engineer-III, PaWD-III, CPWD, South Avenue, New

Delhi (Hereinafter referred as the ‘Principal/Owner’, which expression shall unless repugnant to the

meaning or context hereof include its successors and permitted assigns)

AND ...........................................................................................................................................

(Name and Address of the Individual/firm/Company)

through .................................................................... (Hereinafter referred to as the

(Details of duly authorized signatory)

“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context hereof

include its successors and permitted assigns)

Preamble

WHEREAS the Principal / Owner has floated the Tender (NIT No. ................................) (hereinafter

referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract for

............................................................................................................................................

(Name of work)

hereinafter referred to as the “Contract”.

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules,

regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s) and

Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity

Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall

also be read as integral part and parcel of the Tender/Bid documents and Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby

agree as follows and this Pact witnesses as under:

-12-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

INTEGRITY PACT CPWD Article 1: Commitment of the Principal/Owner

1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to

observe the following principles:

(a) No employee of the Principal/Owner, personally or through any of his/her family members,

will in connection with the Tender, or the execution of the Contract, demand, take a promise

for or accept, for self or third person, any material or immaterial benefit which the person is not

legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and

reason. The Principal/Owner will, in particular, before and during the Tender process, provide

to all Bidder(s) the same information and will not provide to any Bidder(s) confidential /

additional information through which the Bidder(s) could obtain an advantage in relation to the

Tender process or the Contract execution.

(c) The Principal/Owner shall endeavour to exclude from the Tender process any person, whose

conduct in the past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its employees which is a

criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or

is in violation of the principles herein mentioned or if there be a substantive suspicion in this regard,

the Principal/Owner will inform the Chief Vigilance Officer and in addition can also initiate

disciplinary actions as per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s)

1) It is required that each Bidder/Contractor (including their respective officers, employees and agents)

adhere to the highest ethical standards, and report to the Government / Department all suspected acts

of fraud or corruption or Coercion or Collusion of which it has knowledge or becomes aware,

during the tendering process and throughout the negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent corruption.

He commits himself to observe the following principles during his participation in the Tender

process and during the Contract execution:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer,

promise or give to any of the Principal/Owner’s employees involved in the Tender process or

execution of the Contract or to any third person any material or other benefit which he/she is

not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever

during the Tender process or during the execution of the Contract.

-13-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

INTEGRITY PACT CPWD

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement

or understanding, whether formal or informal. This applies in particular to prices,

specifications, certifications, subsidiary contracts, submission or non-submission of bids or any

other actions to restrict competitiveness or to cartelize in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act.

Further the Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or

personal gain), or pass on to others, any information or documents provided by the

Principal/Owner as part of the business relationship, regarding plans, technical proposals and

business details, including information contained or transmitted electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of

agents/representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality

shall disclose names and addresses of foreign agents/representatives, if any. Either the Indian

agent on behalf of the foreign principal or the foreign principal directly could bid in a tender

but not both. Further, in cases where an agent participate in a tender on behalf of one

manufacturer, he shall not be allowed to quote on behalf of another manufacturer along with

the first manufacturer in a subsequent/parallel tender for the same item.

d) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has

made, is committed to or intends to make to agents, brokers or any other intermediaries in

connection with the award of the Contract.

3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be

an accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in

fraudulent practice means a willful misrepresentation or omission of facts or submission of

obtaining unjust advantage by or causing damage to justified interest of others and/or to

influence the procurement process to the detriment of the Government interests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive

Practices (means the act of obtaining something, compelling an action or influencing a decision

through intimidation, threat or the use of force directly or indirectly, where potential or actual injury

may befall upon a person, his/ her reputation or property to influence their participation in the

tendering process).

-14-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

INTEGRITY PACT CPWD

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract or

its established policies and laid down procedures, the Principal/Owner shall have the following rights in

case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/ Contractor accepts and

undertakes to respect and uphold the Principal/Owner’s absolute right:

1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed a

transgression through a violation of Article 2 above or in any other form, such as to put his reliability

or credibility in question, the Principal/Owner after giving 14 days notice to the contractor shall have

powers to disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate/determine the

Contract, if already executed or exclude the Bidder/Contractor from future contract award processes.

The imposition and duration of the exclusion will be determined by the severity of transgression and

determined by the Principal/Owner. Such exclusion may be forever or for a limited period as

decided by the Principal/Owner.

2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has

disqualified the Bidder(s) from the Tender process prior to the award of the Contract or

terminated/determined the Contract or has accrued the right to terminate/determine the Contract

according to Article 3(1), the Principal/Owner apart from exercising any legal rights that may have

accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of Earnest

Money Deposit, Performance Guarantee and Security Deposit of the Bidder/Contractor.

3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor,

or of an employee or a representative or an associate of a bidder or Contractor which constitutes

corruption within the meaning of IPC Act, or if the Principal/Owner has substantive suspicion in this

regard, the Principal/Owner will inform the same to law enforcing agencies for further investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other

Company in any country confirming to the anticorruption approach or with Central Government or

State Government or any other Central/State Public Sector Enterprises in India that could justify his

exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender

process or action can be taken for banning of business dealings/ holiday listing of the

Bidder/Contractor as deemed fit by the Principal/ Owner.

3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by him and has

installed a suitable corruption prevention system, the Principal/Owner may, at its own discretion,

revoke the exclusion prematurely.

-15-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

INTEGRITY PACT CPWD Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in

conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s)

of the principles laid down in this agreement/Pact by any of its Subcontractors/ sub-vendors.

2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and

Contractors.

3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between the

Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the

Tender process, from the Tender process.

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 12

months after the completion of work under the contract or till the continuation of defect liability period,

whichever is more and for all other bidders, till the Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite the

lapse of this Pacts as specified above, unless it is discharged/determined by the Competent Authority,

CPWD.

Article 7- Other Provisions

1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head quarters of

the Division of the Principal/Owner, who has floated the Tender.

2) Changes and supplements need to be made in writing. Side agreements have not been made.

3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by

one or more partner holding power of attorney signed by all partners and consortium members. In

case of a Company, the Pact must be signed by a representative duly authorized by board resolution.

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact

remains valid. In this case, the parties will strive to come to an agreement to their original intensions.

5) It is agreed term and condition that any dispute or difference arising between the parties with regard

to the terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal in

accordance with this Integrity Agreement/ Pact or interpretation thereof shall not be subject to

arbitration.

-16-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

INTEGRITY PACT CPWD Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies

belonging to such parties under the Contract and/or law and the same shall be deemed to be cumulative

and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the Parties

agree that this Integrity Pact will have precedence over the Tender/Contact documents with regard any of

the provisions covered under this Integrity Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and date

first above mentioned in the presence of following witnesses:

...............................................................

(For and on behalf of Principal/Owner)

.................................................................

(For and on behalf of Bidder/Contractor)

WITNESSES:

1. ..............................................

(signature, name and address)

2. ...............................................

(signature, name and address)

Place:

Dated:

-17-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

CPWD –7/8

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

STATE : DELHI CIRCLE :

BRANCH : Civil DIVISION : PaWD-III

ZONE : NDZ-II SUB –DIVN. : III

Percentage/Item RateBid/Tender & Contract for works

Tender for the work of:- A/R & M/O 196 MP’s Flats at South Avenue under Sub.Div.-III of PaWD-

III, New Delhi, dg. 2021-22. (SH: Providing & fixing wooden flooring in Flat

no. 89, South Avenue).

(i) To be submitted by 05.30 PM on 27.09.2021 to Assistant Engineer-III, PaWD-III, CPWD, New Delhi.

(ii) To be opened in presence of tenderers who may be present at 6.00 PM on 27.09.2021 in the office of The

Assistant Engineer-III, PaWD-III, CPWD, New Delhi.

Issued to …#….._________________________________________________________

(Contractor)

Signature of officer issuing the documents …#…..______________________________

Designation __________ Executive Engineer …#…..______________________________

Date of issue: #

TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F Specifications applicable,

Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions,

Schedule of Rate & other documents and Rules referred to in the conditions of contract and allother contents in the

tender document for the work.

I/We hereby tender for the execution of the work specified for the President of India within the time specified in

Schedule ‘F’ viz., schedule of quantities and in accordance in all 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/ forty fIIe / sixty/ ninety (30/ 45 /60/90) days from the due

date of its opening in case of single bid system / Ninety(90) days from the date of opening of technical bid

in case tenders are invited on 2 bid/envelop system/ One hundred twenty(120) days from the date of

opening of technical bid in case bids are invited on 3 bid/envelop system for specialized work (strike out

as the case may be) and not to make any modification in its terms and conditions.

A sum of Rs. Nil/- is hereby forwarded in cash/receipt treasury challan/deposit at call receipt of a

scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank

guarantee issued by a scheduled bank as earnest money. Copy of receipt for deposition of original EMD

issued from division office of any Executive Engineer, CPWD is scanned and uploaded within the period of

-18-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

bid submission (The EMD document shall be issued from the place in which the office of receiving division

office is situated). If I/We, fail to furnish the prescribed performance guarantee within prescribed period,

I/We agree that the said President of India or his successors, in office shall without prejudice to any other

right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to

commence work as specified, I/ We agree that President of India or the successors in office shall without

prejudice to any other right or remedy available in law, be at liberty to forfeit the said performance

guarantee absolutely. The said Performance Guarantee shall be a guarantee to execute all the works

referred to in the tender documents upon the terms and conditions contained or referred to those in excess

of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and

12.3 of the tender form.

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/Weshall be

debarred for tendering in CPWD in future forever. Also, if such a violation comes to the notice of Department

before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money

Deposit/Performance Guarantee.

I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with the work

as secret/confidential documents and shall not communicate information/derived therefrom to any

person other than a person to whom I/We am/are authorized to communicate the same or use the information in any

manner prejudicial to the safety of the State.

*

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

*

Postal Address

Witness : *

Address :* (* To be filled in by the Contractor.)

Occupation : *

ACCEPTANCE The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on

behalf of the President of India for a sum of Rs.#______________ (Rupees

___________________________________________________________________)

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

a) #

b) #

c) #

For & on behalf of President of India.

Signature # ………………………………………..

Dated # …………………………… Designation : Executive Engineer

* To be filled in by EE

# To be filled by the contractor

-19-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

SCHEDULES

SCHEDULE ‘A’

Schedule of quantities (Enclosed)

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

S.NO. Description of item Quantity Rates in figures & words at

which the material will be

charged to the contractor

Place of issue

1 2 3 4 5

---------------------------------NIL-------------------------------

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

Sl.No Description Hire charges per day Place of Issue

1 2 3 4

---------------------------------NIL-------------------------------

SCHEDULE ‘D’ Extra schedule for specific requirements/documents for the work, if any

General Conditions,Additional Conditions, Additional Specifications, List of approved make etc. Enclosed

SCHEDULE ‘E’

Reference to General Conditions of contract

Name of work: A/R & M/O 196 MP’s Flats at South Avenue under Sub.Div.-III of PaWD-III,

New Delhi, dg. 2021-22. (SH: Providing & fixing wooden flooring in Flat no. 89,

South Avenue).

Estimated Cost of work: Rs. 2,06,929/-

(i) Earnest Money : Rs. NIL (To be returned after receiving performance guarantee)

(ii) Performance Guarantee: 3% of tendered value.

(iii) Security Deposit: 2.5% of tendered value.

SCHEDULE ‘F’ General Rules & Directions: Officer Inviting tender Assistant Engineer-III, PaWD- III ,

CPWD, New Delhi Maximum percentage for quantity of items of work to be

executed beyond which rates are to be determined in

accordance with clauses 12.2 & 12.3.

See below

-20-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

2 (v)

Definitions:

Engineer-in-charge

Assistant Engineer-III, PaWD-III,

CPWD, New Delhi

2 (viii) Accepting Authority Assistant Engineer-III, PaWD-III,

CPWD, New Delhi 2 (x) Percentage on cost of material and labour to

cover all overheads and profits :- 15 %

2 (xi)

Standard Schedule of Rates

DSR 2021 with upto date correction

slips+ Market Rate(s)

2 (xii) Department CPWD

9(ii) Standard CPWD contract form GCC-2020, Maintenance works CPWD

Form-7 as amended/ modified up to last

date of receipt of bids.

Clause 1:

(i) Time allowed for submission of Performance guarantee, Programme chart (Time and

Progress) and applicable labour licenses,

registration with EPFO, ESIC and BOCW

Welfare Board or proof of applying thereof from the date of issue of letter of acceptance

:- 7 Days

(ii) Maximum allowable extension with late fee @ 0.1% per day of Performance Guarantee amount

beyond the period provided in (i) above

:-

3 Days

Clause 2:

Authority for fixing compensation under clause 2

:- SE/CE as applicable

.

Clause 2 A:

Whether Clause 2A shall be applicable :- No

Clause 5:

Clause

5.1 :

Number of days from the issue of letter of

acceptance for reckoning date of start

Not Applicable

:-

10 Days

Mile stone(s) as per table given below:-Not Aplicable

Time allowed for execution of work :- 21 Days

-21-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

Authority to decide: (i) Extension of time

: Assistant Engineer-III, PaWD-III,

CPWD, New Delhi

(ii) Rescheduling of mile stones

(iii) Shifting of date of start in case of delay in handing over

of site

:

:

Not applicable

Assistant Engineer-III, PaWD-III, CPWD,

New Delhi

Clause 6, 6A :- Clause Applicable

(i) For works having estimated cost more

than Rs. 15 lacs – Clause 6A

(ii) For works having estimated cost Rs. 15

lacs or less – Contractor’s option either of

Clause 6 or Clause 6A (to be exercised at

Tender submission)

Clause applicable (6 or 6A) :- Clause 7: Gross work to be done together with net

payment/adjustment of advances for material collected, if

any, since the last such payment for being eligible to

interim payment.

Clause 7A :

No Running Account Bill shall be paid for the work till

the applicable labour licenses, registration with EPFO,

ESIC and BOCW Welfare Board, whatever applicable

are submitted by the contractor to the Engineer-in-

charge

:- Rs. 2,06,929/-

Whether Clause 7A shall be applicable

Yes/No

Clause 10 A List of testing equipment to be provided by the contractor at site lab.

Clause 10 B (ii)

Whether Clauses 10 B (ii) shall be applicable : No

Clause 10 C

Component of labour expressed as percent of value of work

:

Clause 10 CA

Not Applicable

Sl.No

. Material covered

under this clause

Nearest Materials (other than cement,

reinforcement bars and the structural steel)

for which All India Wholesale Price Index to

be followed

Base Price of all

Materials covered

under clause 10 CA*

---Not Applicable---

* Base price of all the materials covered under clause 10 CA is to be mentioned at the time of approval of NIT.

-----------As per requirement----------

-22-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

Clause 10 CC Not Applicable

Clause 10 CC to be applicable in contracts with stipulated

period of completion exceeding the period shown in the

next column

:-

Schedule of component of other materials, labour, P.O.L.for price escalation.

Component of Civil (except materials covered :- Xm

under clause 10 CA)/Electrical construction

materials expressed as percent of total value ……..%

of work.

Component of Labour:- Y

expressed as percent of total value of work. ……..%

Component of P.O.L:- Z

expressed as percent of total value of work. ……..%

Clause 11:

Specifications to be followed for execution of work :- CPWD specification 2019 Vol. I & II with upto date correction slips

Clause 12: Type of Work :- Maintenance work

12.2 & 12.3 Deviation limit beyond which clause 12.2 &

12.3 shall apply for building work

:- 50 %

12.5 (i) Deviation limit beyond which clause 12.2 &

12.3 shall apply for foundation work. (except

earth work

:- 50%

12.5 (ii) Deviation limit for items in earth work subhead

of DSR or related items 100%

Clause 16:

Competent Authority for deciding reduced rates :- SE/CE as applicable

Clause 18 List of mandatory, tools & plants to be deployed by the

contractor at site.

:- As required for execution of work.

Clause 19

The contractor shall obtain a valid license under the Contract Labour (R&A) Act, 1970 and the Contract Labour

(Regulation and Abolition) Central Rules, 1971 before the commencement of the work, and continue to have a valid

license until the completion of the work.

The contractor shall also comply with provisions of the Inter-State Migrant Workmen (Regulation of Employment and Conditions of Service) Act, 1979.

Clause 25

Constitution of Dispute Redressal

Committee (DRC)

Competent Authority to appoint DRC

DRC shall constitute one Chairman and two

members Chief Engineer or Additional Director

General if there is no Chief Engineer

Clause 36 (i): “General requirement of Technical Representative(s) and Recovery Rate”

-23-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

Cost of work (Rs. In

Crores)

Requirement of Technical Minimum Experience (Years)

Designation Technical Staff

Rate at which recovery shall be made from the contractor in the event of not fulfilling

Qualification Number (of Major +

Minor component)

More than 15 lac to 1.5

Crore

Graduate Engineer or

Diploma Engineer

1 of Major component

2 or 5 respectively

Project Manager cum planning/quality/Site/billing

Engineer

Rs.15,000/- per month per

person

Assistant Engineers retired from Government services that are holding Diploma will be treated at par with Graduate

Engineers.

Clause 42 :

i) Schedule/statement for determining theoretical

quantity of cement & bitumen

:- Delhi Schedule of Rates 2021

With upto date correction slips

ii) Variations permissible of theoretical quantities

a) Cement

For works with estimated cost put to tender not

more than Rs. 5 lakh

:- 3% plus/minus.

For works with estimated cost put to tender more

than Rs. 5 lakh

:- 2% plus/minus.

b) Bitumen for 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

Sl.No. Description of item Rates in figures and words at which recovery shall be made from the contractorRates in schedule “B’ Plus 10% in case of

materials issued by department

Excess beyond

permissiblevariation

Less use beyond

The permissible variation

1.

Cement

N.A.

N.A.

2.

Steel reinforcement

N.A.

N.A.

3.

Structural Sections

N.A.

N.A.

-24-

Addition ………..………………

Deletion …………………….…

NIL

Form of Earnest Money Deposit

WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the contractor") has submitted

his tender dated ............. (date) for the construction of .............................................. (name of work)

(hereinafter called "the Tender")

KNOW ALL PEOPLE by these presents that we ......................................... (name of bank) having our

registered office at ................................... (hereinafter called "the Bank") are bound unto

................................................... (Name and division of Executive Engineer) (hereinafter called "the Engineer-

in-Charge") in the sum of Rs. ......................... (Rs. in words .................................................) for which

payment well and truly to be made to the said Engineer-in-Charge the Bank binds itself, his successors and

assigns by these presents.

SEALED with the Common Seal of the said Bank this .................day of ..............20….....

THE CONDITIONS of this obligation are:

(1) If after tender opening the Contractor withdraws, his tender during the period of validity of tender

(including extended validity of tender) specified in the Form of Tender;

(2) If the contractor having been notified of the acceptance of his tender by the Engineer-in-harge:

(a) Fails or refuses to execute the Form of Agreement in accordance with the Instructions to contractor,

if required;

OR

(b) Fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of tender

document and Instructions to contractor,

We undertake to pay to the Engineer-in-Charge either up to the above amount or part thereof upon receipt

of his first written demand, without the Engineer-in-Charge having to substantiates his demand, provided

that in his demand the Engineer in- Charge will note that the amount claimed by his is due to him owing to

the occurrence of one or any of the above conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date* ............. after the deadline for submission

of tender as such deadline is stated in the Instructions to contractor or as it may be extended by the Engineer-in- Charge, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of

this Guarantee should reach the Bank not later than the above date.

DATE ............. SIGNATURE OF THE BANK

WITNESS ..................

SEAL

(SIGNATURE, NAME AND ADDRESS)

*Date to be worked out on the basis of validity period of 6 months from last date of receipt of tender.

-25-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

List of Approved Makes (Subject to satisfying the parameters specified in CPWD specification 2009 and ISI Code)

(All material to be 1st quality)

SL.

NO.

MATERIAL MANUFACTURER

1. CERAMIC GLAZED TILES JOHNSON, KAJARIA, BELL CERAMICS, SOMANY

2. CHEQUERED TILES NITCO, ULTRA, UNISTONE, MODERN,

3. CP BATHROOM FITTINGS JAQUAR (CONTINENTRAL), KINGSTON(ELTA), PARKO(ECO),

MARC

4. KITCHEN SINK (FIRE CLAY) PARRY, SANFIRE(DELUXE)

5. KITCHEN SINK (S.S.) NILKANTH, NIRALI, COBRA, ALEX

6. PVC TANK SINTEX, POLYCON, SHEETAL

7. VITREOUS CHINA

SAINITARYWARE

PARRYWARE, HINDWARE, CERA, NYCER

8. PVC EUROPEAN WC SEAT

COVER

COMMANDER, JINDAL, ADMIRAL, CUCKOO,

9. TILE ADHESIVE CICO, PIDILITE, UNITILE, JK PRIMAX X, JK SUPER GRIP

10. PRECAST CEMENT

CONCRETE SLABS

K.K MANHOLE & GRATING CO PVT. LTD, KONKRET

PRODUCTS CO. & N.T.C, ACCURATE BUILDCON (ABC),

ADVENT CONCRETOVISION

11. VITRIFIED/GVT TILES KAJARIA, JOHANSON, ASIAN, ANTIQUE, GRANITO, BELL

CERAMICS, RAK & RESTILE,

12. G.I. SHEET SAIL, TATA

13. G.I. PIPE TATA, JINIDAL (HISSAR), PRAKASH

14. STRUCTURAL M.S. SECTIONS

I & CHANNELS

SAIL, TISCO, RINL, JINDAL

15. STRUCTURAL EXTRUDED

SECTIONS TEE IRON, ANGLE

IRON, FLATS ETC.

SAIL, TISCO, RINL, JINDAL

16. STRUCTURAL STEEL

SECTIONS UPTO 12 MM &

ABOVE 12MM

SAIL, TISCO, RINL, JINDAL

17. STEEL TUBES HOT FINISHED

WELDED TYPE

ITC, JINDAL & BST

18. BLOCK BOARD & PLY WOOD CENTURY PLY BOARD, DURO, ALPRO GREEN PLY

19. INTERLOCKING PAVER

BLOCK, PRECAST CC

KERBSTONE

K.K. MANHOLE & GRATING CO. PVT. LTD., HINDUSTAN,

PAVER INDIA

20. PORCELAIN TILES JOHNSON, ASIAN, CENTURY, RAK

21. STEEL FIBRE REINFORCED

CONCRETE, MANHOLE

COVERS WITH FRAME AND

GRATING

K.K. MANHOLES & GRATINGS, NITCO,

22. OIL BOUND WASHABLE

DISTEMPER/ ACRYLIC

DISTEMPER

M/S ASIAN PAINTS LTD (TRACTOR/PROFESSIONAL ACRYLIC

DISTEMPER)

M/S BERGER PAINTS INDIA LTD ( BISON ACRYLIC DISTEMPER

)

M/S SHALIMAR PAINTS LTD (NO. 1 PREMIUM ACRYLIC

DISTEMPER)

M/S ICI INDIA LTD AKZONOBEL (MAXILITE ACRYLIC

DISTEMPER )

M/S GODAVARI PAINTS PVT LTD (GODAVARI ACRYLIC

DISTEMPER)

NEROLAC PREMIUM WASHABLE OF KNPL.

23. SENTHETIC ENAMEL PAINT M/S ASIAN PAINTS LTD (APCOLITE GLOSS ENAMEL), M/S

BERGER PAINTS INDIA LTD (LUXOL HI-GLOSS ENAMEL) M/S

SHALIMAR PAINTS LTD(SUPERLAC HI-GLOSS ENAMEL) M/S

-26-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

ICI INDIA LTD AKZONOBEL (DULUX HI GLOSS ENAMEL) M/S

JHENSON & NIKELSON LTD ( BOROLAC )

24. CEMENT PRIMER M/S ASIAN PAINTS LTD

M/S BERGER PAINTS INDIA LTD

M/S SHALIMAR PAINTS LTD

M/S ICI INDIA LTD AKZONOBEL

M/S GODAVARI PAINTS PVT LTD ( GODAVARI WATER BASED

EXTERIOR PRIMER / INTERIOR PRIMER / PROFESSIONAL

PRIMER)

M/S JHENSON AND NICKELSON LTD

M/S SHERWIN WILLIAM PAINTS INDIA LTD

25. WATER PROOFING CEMENT

PAINT

M/S ASIAN PAINTS LTD ( UATSAVCEM )

M/S BERGER PAINTS INDIA LTD ( DUROCEM )

M/S SHALIMAR PAINTS LTD ( MAHA CEMKOTE )

M/S JAYANT COLOUR & CHEMICAL INDUSTRIES ( SUPERCEM

)

M/S SHERWIN WILLIAMS PAINTS INDIA LTD ( NITCOCEM )

26. PLASTIC/ACRYLIC

EMULSION PAINT

SILK OF BERGER PAINT,VELVET TOUCH OF ICI, ALLSCAPE OF

KANSAI NEROLAC PAINT, ROYAL OF ASIAN PAINT MAKE,

JENSON & NICHOLSON SPECIAL EFFECTS LUXURY SHEEN

EMULSION.

27. ACRYLIC EXTERIOR PAINT

WITH SILICONE ADDITIVES

SNOWCRYL XT OF SNOWCEM PAINT, WHEATHERCOAT

SMOOTH OF BERGER PAINTS, WHETHERSHIELD OF ICI

PAINTS, ULTIMA OF ASIAN PAINTS

28. ACRYLIC EXTERIOR PAINT M/S ASIAN PAINTS LTD ( APEX ULTIMA )

M/S BERGER PAINTS INDIA LTD ( WEATHERCOAT ALL GUARD

)

M/S SHALIMAR PAINTS LTD ( XTRA MAXIMA)

M/S ICI INDIA LTD AKZONOBEL (DULUX WEATHERSHEILD

MAX )

M/S GODAVARI PAINTS PVT LTD ( PEARL ULTIMA )

M/S SHERWIN WILLIAM PAINTS ( OUTSHINE KAAMAL)

29. POP J K. LAXMI, SRIRAM NIRMAN

30. WHITE CEMENT BASED

PUTTY

BIRLA WALL CARE, JK WALL CARE

31. CEMENT ACC, L&T, ULTRATECH, SHREE CEMENT, BIRLA, AMBUJA ,

CCI, BINANI, J.K., LAFARGE BRAND CEMENT

32. STEEL REINFORCEMENT

BARS

RINL, TISCO, SAIL & JINDAL

33. FLOAT GLASS MODI FLOAT, SAINT GOBAIN, ASAHI,

34. APP WATER PROOFING

TREATMENT

BITUMAT, APEX & STP LTD., TORCH TAR & M/S IWL INDIA

LIMITED

35. RMC LAFARGE, ALCHON/ACC/L&T/GRASIM/ULTRA TECH, RMC

READY MIX, NS CONCRETE

36. LAMINATED WOODEN

FLOORING

LAMIWOOD, PERGO, ACTION TESA, VISTA & GREEN PLY

37. LAMINATION SHEET GREENLAM, MARINO & ACTION TESA

38. ALUMINIUM SECTIONS HINDALCO/JINDAL/NALCO

39. ALUMINIUM DOOR &

WINDOW FITTINGS

CLASSIC, EVEREST, ARGENT

40. DRAPERY RODS & VERTICAL

BLINDS

MAC, VISTA & LEVLOR

41. MODULAR KITCHEN

ACCESSORIES

STALLION, HATTICH, KAFF & OZONE

42. WATER PROOFING

COMPOUND

PIDILITE, CICO, FOSROC ACCOPROOF, IMPERMO, M/S IWL

INDIA LIMITED

43. G.I. FITTINGS (MALLAEABLE

CAST IRON)

UNIK, ICS, AMCO, KS, NVR

44. GUN METAL VALVE LEADER, SANT, ZOLOTO

-27-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

45. CENTRIFUGALLY CAST IRON

PIPES &

ACCESSORIES/FITTINGS

NECO, HEPCO, SKF, BEC & RIF

46. STONEWARE PIPES & GULLY

TRAPS

PERFECT, PARRY

47. PTMT FITTINGS PRYAG, POLYTUF

48. ACRYLIC SHELF ADMIRAL & ALPINA

49. HYDRAULIC DOOR CLOSER

TUBULAR TYPE ALUMINUM

DIE CAST BODY/FLOOR

SPRING & FRAMES

HARDWYN, GODREJ, YALE

50. C.I. MANHOLES COVERS RIF, BCM, NECO

51. UPVC PIPE SURREME, PRINCE,FINOLEX, PRAKASH

52. WHITE CEMENT J.K. WHITE, BIRLA WHITE,

53. SCI TRAP NECO, HEPCO, SKF, BEC & RIF

54. LOW VISCOSITY HIGH

MOLECULAR WEIGHT

THERMOSETTING POLYMER

CBEX 100 OF FOSROC OR EQUIVALENT

55. REINFORCEMENT CLEANING

AGENTS

(REEBAKLENS R.R.) OF FOSROC OR EQUIVALENT

56. ANTI-CORROSIVE EPOXY

COATING

(NITOZINC PRIMER) OF FOSROC OR EQUIVALENT

57. NON-RE-EMULSIFYING

LATEX BONDING

NITOBOND SBR (LATEX) OF FOSROC OR EQUIVALENT

58. MONKEY DETERRENT

SPIKES

MAKE- PARRY MOULDING, INDOLITE DEVICES, VISION

ENGINEERING, MONKEY KING

59. FROSTED DECORATIVE

SPARKLE FILM

LLUMAR, 3M OR EQUIVALENT.

60. BITUMEN INDIAN OIL, HINDUSTAN PETROLEUM, BHARAT PETROLEUM

61. NON METALIC SURFACE

HARDNER

ARMSTRONG, NITOFLOR HARDTOP FOSROC, , SIKAFLOOR® –

2 SYNLTOP, IRONITE COMPANY OF INDIA LTD,

62. LOCKS/LATCH GODREJ, HARRISION, PLAZA, DORMA, DORSET

63. WIRE MESH HAVER STANDARD INDIA PVT LTD, GRAND METAL

CORPORATION, STERLING ENTERPRISES, TRIMURTY WELDED

MESH, TIGER

64. NUTS, BOLTS AND SCREWS

(STEEL)

KUNDAN, PRIYA, ATUL, PUJA

65. POLY-SULPHIDE/SILICON

SEALENT

PIDILITE, FOSROC, TUFFSEAL, CHOKSEY CHEMICALS,

66. DASH FASTNERS HILTI, FISCHER, BOSCH, CANON

67. S.S. RAILING JINDAL STAINLESS STEEL LTD., ICICH INDUSTRIES, ESSAL,

DORMA

68. EPDM GASKET HANU/ANAND/LESCUYER

69. GRASS PAVER UNISTONE, ULTRA, HINDUSTAN,K.K. KJS CONCRETE

70. FIBRE GLASS SHEET SIMCRYL, SIMBA

71. R.C.C. PIPES (NP-2) LAKSHMI, SOOD & SOOD, JAIN & CO, DIWAN SPUN PIPES

72. C.I. DOUBLE FLANGED

SLUICE VALVES

KIRLOSKAR, IVC, BURN

73. C.I. DOUBLE FLANGED NON-

RETURN VALVES

KIRLOSKAR, SANT,KARTAR

74. BALL VALVES ZOLOTO, IBP, ARCO

75. BEVELED EDGE MIRROR MODIGUARD, ATUL

76. UPVC WINDOW/DOORS FENESTA, REHAU, POLYWOOD

77. PPR PIPES SFMC,SAFE,POINEER INDUSTRIES

78. FIRE GLASS FOR VISION SAINT GOBAIN, ASHAI INDIA,MODI

-28-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

PANNELS

79. FIRE DOOR GODREJ/SHAKTI/NAVAIR

80. ROLLING SHUTTER RAMA ROLLING SHUTTER, JYOTI ROLLING SHUTTER,

ANAND INDUSTRIES, SHRI RAM ROLLING SHUTTER

81. CPVC PIPE & FITTINGS AJAY FOLOWGUARD,ASHIRWAD FOLOGUARD

82. PRELAMINATED PARTICLE

BOARD

CENTURY PLY, ECO BOARD, BHUTAN BOARD, ACTION

TESA

83. FLUSH DOOR CENTURY PLY BOARD, DURO, ALPRO GREEN PLY

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

WORLD PRIVATE LIMITED, PLANET PLASTICS, SRI KAMAKSHI

TRADERS, SREYAH NOVEL INC.

85. DUCTILE IRON PIPE (WATER

SUPPLY)

ELECTRO STEEL, KESSO,KDUPL, ELECTRO SPUN

86. FACTORY MADE SECTION

WINDOW

ISI MARK PRODUCT ONLY,

87. M.S. DOOR FITTINGS ASHISH, OXFORD, GARG, ADARSH

88. TEXTURED EXTERIOR

PAINT

SPECTRUM, ACRO, SANDTEX, REVLONTEX

89. FRP CHAJJA & DOORS FIBERWAYS, ASHOO MODEL ARTS

90. PVC DOORS RAJSHREE, FINOLEX PLASTICS

91. CB LOCKS GODREJ, DORSET, HARRISON

92. SS DOOR / WINDOW

FITTINGS

HETTICH, GODREJ, DORSET, HARRISON

93. CALCIUM SILICATE FALSE

CEILING

AROLITE, METACIL OF MASCOT INDUSTRIES

94. GYPSUM BOARD FALSE

CEILING

AROLITE, ARMSTRONG, INDIA GYPSUM PVT. LTD., SAINT

GOBIN INDIA PVT. LTD., VANS GYPSUM PVT. LTD.

95. GRG FALSE CEILING DIAMOND INTERNATIONAL, METACIL OF MASCOT

INDUSTRIES, VANS GYPSUM PVT. LTD.

Note:- Contractor has to bring samples as per above preferred brands only and Engineer in Charge shall

approve one sample out of the samples brought by the contractor. The contractor has to use material of that

approved sample only. No claim in this regard shall be entertained.

-29-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

GENERAL SPECIFICATION

1. The contractors are advised to get acquainted with the proposed work and its site and also study

the Architectural Drawings, specification and additional conditions carefully before tendering. No

claim of any sort shall be entertained on account of any site conditions and ignorance of

specifications and additional conditions.

2. The work shall be carried out as per CPWD specifications 2009 Vol.-I to II with upto date

correction slips unless otherwise specified in the nomenclature of individual items or in the

specification and additional conditions, where specification are silent, the decision of Engineer-in-

Charge shall be final and binding on contractors.

3. Equivalent word wherever mentioned means same quality, same guarantee and variation in market

rates of material are not more than 5%.

4. The rates quoted by the contractor shall be taken as net and nothing extra shall be paid on any

account i.e. royalty, cartage, sales tax and stacking at required place etc.

5. The rates for different items of work shall apply for all heights and depths leads and lifts unless

otherwise specified in the agreement or specifications applicable to the agreement.

6. The rate for all items of work, shall unless otherwise clearly specified include cost of all labour,

material and other inputs involved in the execution of the items.

7. Products manufactured by the reputed firms and approved by Engineer-in-Charge shall only be

used. Articles classified, as ‘first quality’ by the manufacturer shall be used unless otherwise

specified. In case articles bearing ISI certification are not available in the market, quality of

samples brought by the contractor shall be judged by standards laid down in the relevant CPWD

specifications. For the items not covered by CPWD specifications relevant BIS standards shall

apply. The sample of materials to be brought at site for use in work shall be got approved from the

Engineer-in-Charge before actual execution of work.

8. The quantities of each item shall not exceed beyond the agreement quantities without prior

permission of Engineer-in-Charge.

9. Factory made materials shall be procured only from reputed & approved manufactures or their

authorized dealers and the decision of Engineer-in-charge shall be final and binding

10. Wherever work is specified to be done or material procured through specialized agencies, their

names shall be got approved well in advance from Engineer-in-charge. Failure to do so shall not

justify delay in execution of work. It is suggested that immediately after award of work, contractor

should negotiate with concerned specialized agencies and send their names for approval to

Engineer-in-charge. Any material procured without prior approval of Engineer-in-charge in writing

is liable to be rejected. Engineer-in-charge reserved his right to get the materials tested in

laboratories of his choice before final acceptance. Non-Standard material shall not be accepted.

11. Full quantity of material(s) required for finishing items and cement based putty (applied @

14.58 kg/10 sqm. for average thickness 1 mm), purchased from authorised dealers with their

cash memos shall be deposited with the J.E. concerned well before commencement of work.

12. Acrylic smooth exterior painting/ plastic emulsion painting/ distempering over walls shall

only be carried out with application of roller.

13. The material such as paints, varnish, distempers, water proofing cement paint and primers etc. as

required shall be of approved brand and manufacturers, and of required shade and confirming in all

-30-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

respects to the relevant I.S. specifications, such materials of either of the following companies

shall only be brought to the site of work.

(a) Dry Distemper confirming

IS-427 latest edition (only

1.5 kg tin packs will be

allowed) (Interior)

i) Berger Paint

ii) Goodlass Nerolac Paints

iii) Jenson & Nicholson (Jensolin Acrylic Distemper)

(b) Synthetic Enamel Paint

(only 4 litres packs will be

allowed)

Luxol Hi-gloss of berger make, Full gloss hard drying Ultra white of

KNPL, Apcolitelusture finish white of Asian Paints make, Dulux

gloss of ICI make, Jenson & Nicholson Brolac Hi-gloss

Polyurethane Enamel.

(c) Plastic Emulsion Paint

(only 4 litres packs will be

allowed) (Interior)

Luxolslik of bergerpaint,Velvet Touch of ICI, allscape of

kansaiNerolac paint, Royal of Asian Paint make, Jenson &

Nicholson Special Effects Luxury Sheen Emulsion.

(d) Oil Bound Distemper

confirming to IS-427 latest

edition (only 5 kg packs will

be allowed) (Interior)

Bison Acrylic distemper of Berger, Nerolac premium washable of

KNPL, Acrylic washable Tractor brand of Asian paints make.

Maxilite of ICI paints, Jenson & Nicholson (Jensolin Acrylic

Distemper).

(e) Water Proof Cement paint.

(only 25 kg packs will be

allowed) (Exterior)

Durocem of Berger paints make, Super snowcem decorative of

snowcem India Ltd. Make Gattucem of Asian Paints, Farcocem of

ICI paint, Jenson & Nicholson Robbiacem Super Cement Paint.

(f) Acrylic emulsion paint

(only 4 litres packs will be

allowed) (Exterior)

i) Snowcryl XT of Snowcem paint

ii) Wheather coat smooth of Berger paints

iii) Whethershield of ICI paints

iv) Apex of Asian paints

v) Safeguard Acrylic Exterior Emulsion of Jenson & Nicholson

(g) Cement primer

(Only 20 litres packs will be

allowed)

B.P. (alkali resistant) water thinable of Berger paint make, Primolite

water thinableGoodlassNerolac paint make, Cemprover of Snowcem

paint, Cement primer of Asian paint make, Jenson & Nicholson

Water Thinable Cement Primer (Ext &Int).

14. a) The manufacturing date and batch No. will be inscribed or printed on packs/containers by

manufacturers are acceptable for all the above said materials. Fresh material shall be brought

at site as far as possible and materials more than 04 Months old from the date of manufacturing

will be rejected.

b) The contractor shall have to get the shades of all types of paints, distempers, water proofing

cement paint etc. approved from the Engineer-in-charge before procurement of materials.

15. The contractor shall be required to produce samples of all materials sufficiently in advance to

obtain approval of the Engineer-in-charge. Subsequently the materials to be used in the actual

execution of the work shall strictly conform to the quality of samples approved. In case of

variation, such materials shall be liable to rejection.

16. All materials to be obtained from Govt. stores or otherwise shall be got checked from the junior

Engineer-in-charge of work, on receipt of the same at site before use.

17. The contractor shall get the water tests with regard to its suitability for use in the works and get

written approval from the Engineer-in-charge before he proceeds with the use of same for

execution of work. Nothing extra shall be paid to the contractor on this account.

-31-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

18. Testing of materials:-

a) In case there is any discrepancy in the frequency of testing as given in the list of mandatory

test and that in the individual sub-head of work as per the CPWD specification 2009 Vol-I &

II with upto date correction slips the higher of the two frequencies shall be followed and

nothing extra shall be payable to the contractor on this account.

b) Samples of all fittings and fixture to be provided shall be got approved from the Engineer-in-

charge before this is used in the work.

c) If so desired by the Engineer-in-charge samples at random shall be collected and sent for the

laboratory test required as per relevant C.P.W.D., specifications or ISI standard at CPWD

testing lab. I.P. Bhawan or Delhi P.W.D. test lab or at Sh. Ram Test House, Delhi or National

test House, Ghaziabad or All govt. Institutes, Indian Institutes of Technology, National

Institutes of Technology, Central and State research Centres, Centrally and State funded

laboratories stands approved or Standard Testing Laboratory, Plot No.782, Kanjhwla

Industrial Area, Delhi-110081 approved by Office of CE/NDZ-II vide No.23(3)/EE(P)/NDZ-

II/New Product Presentation/2020/565 dated 17.03.2020, M/s ACE Test House, Khasra

No.1048/1088, Pepsi Wali Gali, Near Laxmi Narayan Mandir, Village Bhalaswa, Delhi-

110033 & Arihant Analytical Laboratory Pvt. Ltd., 272, Phase-IV, Sector-57, HSIIDC,

Kundli, Sonepat-131028 (Haryana) approved by Office of CE/NDZII vide

No.23(3)/EE(P)/NDZ-II/New Product Presentation/2020/1935 dated 27.10.2020 & or and all

incidental charges in connection with the test including cost of samples shall be borne by the

contractor. The laboratory testing fees, shall be borne by the department if samples

passes the test and by the contractor if the sample fails in the test.

19. As desired by the Engineer-in-charge samples at random shall be collected and sent for the

laboratory test required as per relevant C.P.W.D. specifications or ISI Standard at National test

House approved laboratory and all incidental charges in connection with the tests including cost of

samples shall be borne by the contractor. The laboratory testing fees, shall be borne by the

department if samples passes the test.

20. Wherever any reference to any Indian Standard Specifications occur in the documents relating to

this contract, the same shall be inclusive of all amendments issued thereto or revision thereof, if

any, upto the date of receipt of tender.

21. The building work shall be carried out in the manner complying in all respects with the

requirement of relevant bye-laws of the local body under the jurisdiction of which the work is to be

executed. The work of water supply and internal sanitary installation, external water supply &

drainage and electrical work shall be carried out as per bye-laws of the local body and the

contractor shall produce necessary completion certificate wherever required from such authority

after completion of work. Nothing extra shall be paid on this account. The contractor shall

associates specialized agencies for sanitary and water supply. The work is to be carried through

licensed plumber and sanitary installation agency. For electrical work special conditions for

electrical work may be seen.

22. The contractor shall be responsible for the protection of sanitary, water supply and drainage

fittings and other fittings and fixtures against pilferage’s and breakage during the period of

installation and thereafter until the building is handed over.

23. Any damage done by the contractor to any existing work structure/services during the course of

execution of the work shall be made good by him at his own cost.

-32-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

24. No payment shall be made to the contractor for any damage caused by rain, snow fall,floods or any

other natural causes whatsoever during the execution of work. The damage caused towork shall

have to be made good by the contractor at his own cost and no claim on thisaccounts shall be

entertained.

25. The contractor shall be fully responsible for the safe custody of the material issued or brought by

him to site for doing the work.

26. Statutory deductions on a/c of VAT, income tax and surcharge as applicable shall be made from

the gross amount of the bill.

27. 1% Water charges shall be recovered on the gross value of work done, if Government water is

used at the work.

28. 1% Electric charges shall be recovered on the gross value of work done, if Government Electricity

is used at the work.

29. Condition for cement:

The contractors shall procure P.P. Cement (confirming to IS:1489) as required in the work,

from reputed manufacturers of cement, having a production capacity of one million tonnes or

more, such as ACC, Birla, L&T, Ambuja, CCI, Jaypee, & J.K. Cement i.e. agencies approved

by Ministry of Industry, Government of India and holding license to use ISI certification mark

for their product. Samples of cement arranged by the contractor shall be taken by the Engineer-

in-charge and may be got tested in accordance with provisions of relevant BIS codes. In case

test results indicate that the cement arranged by the contractor does not conform to the relevant

BIS codes, the same shall stand rejected and shall be removed from the site by the contractor at

his own cost within a week’s time of written order from the Engineer-in-charge to do so.The

cement shall be brought at site in bulk supply of approximately 5 tonnes or as decided by the

Engineer-in charge.

The cement godown of the capacity to store a minimum of 200 bags of cement shall be

constructed by the contractor at site of work for which no extra payment shall be made. Double

lock provision shall be made to the door of the cement godown. The keys of one lock shall

remain with the Engineer-in-charge or his authorized representative and the key of the other

lock shall remain with the contractor. The contractor shall be responsible for the watch & ward

and safety of the cement godown. The contractor shall be responsible for the watch & ward and

safety of the cement godown. The contractor shall facilitate the inspection of the cement

godown by the engineer-in-charge at any time.

The contractor shall supply free of charge the cement required for testing. The cost of tests shall be

borne by the contractor/Department in the manner indicated below:-

i) By the contractor, if the results show that the cement does not conforms the relevant BIS

codes.

ii) By the Department, if the results show that the cement conforms to relevant BIS codes.

The actual issue and consumption of cement on work shall be regulated and proper accounts

maintained as provided in clauses 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.

-33-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

Cement brought to site and cement remaining unused after completion of work shall not be

removed from site without written permission of the Engineer-in-charge.

30. Condition for steel: The contractor shall procure steel reinforcement bars confirming to relevant BIS codes form main

producers approved by Ministry of steel and secondary producers or re-rollers having valid BIS

license. For TMT bars confirming to relevant BIS code, procurement shall be made from main

producers and secondary producers having valid BIS license. 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. Samples shall also be taken and got tested by the Engineer-in-charge as per

the provisions in this regard in relevant BIS codes. In case the test results indicate that the steel

arranged by the contractor does not conform to BIS codes, the same shall stand rejected and shall

be removed from the site of work by the contractor at his cost within a week’s time from written

orders from the Engineer-in-charge to do so.

31. Condition as per Office Memorandum No. DG/SE/CM/CON/Misc./02 dated 16.03.2016

i. The contractor shall not store/dump construction material or debris on metalled road.

ii. The contractor shall et prior approval from Engineer-in-charge for the area where the

construction material or debris can be stored/beyond the metalled road. This area shall not cause

any obstruction to the free flow of traffic/inconvenience to the pedestrians. It should be ensured by

the contractor that no accidents occure on account of such permissible storage.

iii. The contractor shall take appropriate protection measures like raising wind breakers of

appropriate height on all sides of the plot/area using CGI sheets or plastic and /or other similar

material to ensure that no construction material dust fly outside the plot area.

iv. The contractor shall ensure that all the trucks or vehicles of any kind which are used for

construction purposes/or are carrying construction material like cement, sand and other allied

material are fully covered. The contractor shall take every necessary precaution that the vehicles

are properly cleaned and dust free to ensure that enroute their destination, the dust, sand or any

other particles are not released in air/contaminate air.

v. The contractor shall provide mask to every worker working on the construction site and

involved in loading, unloading and carriage of construction material and construction debris to

prevent inhalation of dust particles.

vi. The contractor shall provide all medical help, investigation and treatment to the workers

involved in the construction of building and carry of construction material and debris relatable to

dust emission.

vii. The contractor shall ensure that C&D waste is transported to the C&D waste site only and due

record shall be maintained by the contractor.

viii. The contractor shall compulsory use of wet jet in grinding and stone cutting.

ix. The contractor shall carry out on –road-inspection for black smoke generating machinery. The

contractor shall use cleaner fuel.

x. The contractor shall ensure that the construction material is covered by tarpaulin. The contractor

take all other precaution to ensure that no dust particles are permitted to pollute air quality as a

result of such storage.

-34-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

Additional Conditions

1. Since the work is to be carried out in the residences of Hon’ble Member of Parliaments of Lok Sabha

/RajyaSabha , the work cannot be suspended even for one day after starting it. The Engineer-in-charge

have liberty to forfeit earnest money & performance guarantee deposited by the agency, after one day

notice through site order book, in the event of suspension of work.

2.

3.

The site shall be made available in parts as it is received from client. Each time the site is available, the

contractor shall be intimated through site order book or in writing and the contractor is to start the work within 3 days of such intimation, through failing which the action under clause 3 may be taken without

any further notice under clause 3.

The malba/garbage generated at site due to construction activities shall be removed from thesite

immediately & shall be disposed off by the contractor to the approved dumping site identified by the

Engineer-in-charge, failing of which Rs. 500/- per day shall be deducted per Bungalow/Flat from payment

due to contractor. Moreover the malba is to be brought down through stair cases and will not be allowed to

be thrown directly on the ground. The surplus soil/earth shall be disposed off as per the directions of

Engineer-in-charge separately.

4. It is also understood that work is to be executed in vacant/occupied flats/bungalows and the work will be

executed as per the convenience of the allottee and while organizing the manpower and material this

aspect will be kept in view, and no claim on this account will be made but extension of time will be granted without levy of compensation for the delay caused due to the site being not available.

5. If because of any reasons work has to be stopped in any of Bungalows/Flats, it shall be responsibility of

contractor to bring the facts to the notice of the either field staff or Engineer-in-charge, failing which the

said period shall not be accounted for Hinderance period.

6. The contractor has to work in restricted area and in restricted time due to security reasons. He shall be bound by the instructions of security staff and Engineer-in-charge in this respect & no claim shall be

entertained due to imposed restrictions of time.

7. Contractor shall provide name, father’s name, residential address and other details i/c photo as may be

required by the security staff for issue of photo pass to the labour deployed on work. The Department shall

arrange only passes for getting into the building only, if required.

8. The contractor shall be responsible for behaviour and conduct of his workers. No worker with doubtful

integrity or having a bad record shall be engaged at site of work by the contractor.

9. The contractor shall make his own arrangement for getting the permission to ply the trucks from the traffic

police.

10. Other agencies may also simultaneously be executing the work of electrification, Horticulture or external

services and other building works for the same bldg. alongwith thiswork. The contractor shall especially co-

ordinate and cooperate with the other agency carrying out this work and no claim in this regard will be

entertained.

11. Some restrictions may be imposed by the security staff etc. on the working and or movement of labour and

materials, etc, the contractor shall be bound to follow all such restrictions/instructions and nothing shall be payable on this account.

12. The contractor shall take all precautions to avoid accidents by exhibiting necessary caution boards. He shall

be responsible for all damages and accidents caused due to negligence on his part. No hindrance shall be

caused to traffic during the execution of the work by storing materials on the road.

-35-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

13. Due to restriction on driving slow moving vehicles/hand driven rickshaws in NDMC areas, the contractor

has to make his own arrangement of motorized transportation & nothing extra shall be paid on this account.

Legal action shall be taken against violation.

14. The dismantling wherever required shall be done in a manner so that no other portion ofthe building or its

fixtures are damaged. If any damage are done to the building it shall be made good by the contractor at his

own cost and no claim what so ever shall be entertained on this account.

15. The rooms/sites where the work is to be executed on any day shall be got approved from the representatives

of the Engineer-in-charge at the site of work. No work shall be carried out in any room site without the

approval of the representative of the Engineer-in-charge at the site of work. Such works carried out without

the approvals of the representative of the Engineer-in-charge shall be rejected and will not be measured and

paid for.

16. The contractor shall prepare one sample of all items which should be got approved from the Engineer-in-

charge. Only on acceptance of sample work, contractor will be allowed to commence the work and (sample

is to be preserved by contractor till the whole work is completed). The quality of work should be as per

approved samples.

17. The contractor should note that all the items of work to be taken up in any room shall be under taken one

after the other and completed, in reasonable time allotted for the same by the Engineer-in-charge and got noted by Junior Engineer-in-charge from the residents. Any items left over in any building will be got done

at his cost and risk without any further notice (Entry made in the site order book by JE or AE or EE will be

considered as notice to this effect) to the contractor after days from the date of entry in the site order book.

18. In order that the contractor may take daily instructions, a register docuted by Division office will be

maintained at the Enquiry Office. The JE will note down the work in flats/bungalows to be attended to and

the dates of which the work in these flats/bungalows is to be started. An authorized representative of the

contractor will, therefore, have to visit the Enquiry Office daily and note down the instruction in the

register. This register shall also be duly numbered and shall only be issued through Engineer-in-charge of

work.

19. Every precaution must be taken to see that the tenant’s furniture/furnishings is properly covered with

tarpaulin etc. If necessary, furniture/furnishings shall be removed from the site while carrying out the repair

and white washing work, in that case furniture/furnishing will be placed back. Any damage done during the

course of execution of work, to the tenant’s property i/c furniture/furnishing by the contractor’s labour shall

be compensated at contractor’s cost.

20. All doors, windows, floors, furniture, electrical fittings and other articles shall be cleaned free from dust,

splashes and damages. Sufficient covering for the days work shall be shown to the representative of the

Engineer-in-charge before the contractor is allowed to proceed with the work. Splashes and droppings of the

white washings, colour washing, distempering, painting etc. on walls, floors, doors and windows, glass

panes, down take pipes, furniture, shall be removed by the contractor at his own cost and the surface

cleaned simultaneously after the completion of the days work in individual room or bungalow or premises

where the work is done without waiting for the actual completion of all the other items of work in contract.

In case, the contractor fails to comply with the requirement of this condition the Engineer-in-charge shall

have the right to get this work done at the risk and cost of the contractor either departmentally or through

another agency. The representative of the Engineer-in-charge will mention in the site order book, before employing the labour at contractor’s cost.

a) For splashes of internal white wash/distemper etc. = Rs. 500/- per bungalow/flats.

b) For splashes of paint marks = Rs. 1,000/- per bungalow/flats

c) For splashes of external white wash/colour wash/water proofing cement paint = Rs. 500/- per

bungalow/flat.

21. The contractor will not have any claim in case of any delay by the Engineer-in-Charge in removal of trees

or shifting, removing of telegraph, telephone or electric lines (overhead or underground), water and sewer

-36-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

lines and other structure etc., if any which may comeinthe way of the work. However, suitable extension of

time can be granted to cover such delay.

22. The contractor shall clean the site thoroughly by removing scaffolding, surplus materials, rubbish,

equipments left out of his work and shall dress the site around the building to the complete satisfaction of

the Engineer-in-charge before the work is treated as complete.

23. The contractor shall have to make his own arrangement for housing facilities for staff and labour away from

construction site and shall have to transport the labour to and fro between construction site and labour camp

at his own cost. No labour huts will be allowed to be constructed at the project site except a few temporary sheds for chowkidars and storekeepers. The decision about how many sheds can be allowed for chowkidars

and storekeepers at project site shall rest with the Engineer-in-charge and the contractor shall have no claim

on this account”.

24. The contractor shall necessarily use the surface vibrator for compaction of concrete in floor slab etc. for placement of concrete at various levels tower crane of appropriate size, capacity and boom length or

concrete pump shall necessarily be deployed by the contractor. However, mechanical hoist can be used by

the contractor for lifting other construction materials.

25. Before starting the work the contractor shall chalk out a programme in consultation with the Junior

Engineering/Asst. Engineer-in-charge so as to inform the occupants at least one week in advance. The

contractor shall have to adhere to this programme failing which he shall be held responsible for any

inconvenience caused to the occupants. In order to ensure that the work is carried out according to the

programme drawn, the contractor shall ensure adequate supply of the material and employ required labour

strength for execution of work. In case contractor fails to arrange/employ adequate labour and stick to the

programme, the Engineer-in-charge may supplement the labour, at the cost of the contractor after issue of one day’s notice to the contractor. No claims for ideal labour on any account shall be entertained. The

contractor shall put his authorised representatives daily at the site of work and Enquiry Office for receiving

instructions from AE/JE and other inspecting officials from the department. His name and signature shall be

attested by the contractor and kept on the record with the department.

26. All Sub-Standard material if brought by contractor shall be rejected and shall have to be removed by him at

his cost from the site immediately and this office will not be responsible for the safe custody of the same.

And Engineer-in-charge shall have powers to get it disposed in case of failure by contractor at the risk and

cost of contractor.

27. The Sub-standard work shall be rejected out right and shall not be measured and no claim what soever, shall

be entertained in this regard. The decision of the Engineer-in-charge shall be final and binding in this

regard.

28. Nothing extra shall be paid to the contractor for excess consumption of materials in case of the materials

arranged by him.

29. Painting brushes, old dhoties, oil etc. and other petty contingencies shall be arranged by the contractor at his own cost.

30. a) The contractor shall deposit alongwith cash memos, the materials like Dry distemper, O.B.D.

Varnishes, synthetic enamel paint, plastic emulsion, water proofing cement paint, primer etc. in full

quantity before start of the work.

b) The material shall be supplied at the concerned office with Junior Engineer-in-charge of work and will

be issued to the contractor for work from Enquiry office bungalows wise.

c) The material is to be purchased from the authorized dealer and cash memos to this effect is to be

produced alongwith material. It should be ensured that the material is taken from authorized dealers and

supported with challans of the manufacture.

31. The material such as paints, varnish, distempers, water proofing cement paint and primers etc. as required

shall be of approved brand and manufacturers, and of required shade and confirming in all respects to the

-37-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

relevant I.S. specifications, such materials of either of the following companies as per list attached shall

only be brought to the site of work.

32. Empty containers of the paints primer distemper OBD etc. issued to the contractor in a lot by the JE in-

charge of the work will be returned to the JE by the contractor before the issue of paints etc. in next lot

failing which no further materials will be issued on completion of the work, the JE-in-charge will return the

empty container. However the empty containers shall be removed from the site of work/store after final bill

is passed and paid.

33. The Executive Engineer has got the right to accept or reject the tender as whole or partof it and no claims

what so ever will be entertained on this account.

34. The contractor and/or his authorized representative should inspect the site order book every day and got the

compliance noted by the JE./AE./Engineer-in-charge.

35. No T & P shall be supplied by the Department.

36. Due to Security reason the contractor shall have to arrange time table of labour according to the security

requirement staff and Engineer-in-charge instructions. The contractor should see the site before tendering.

37. The contractor shall have to bring Samples of all brands as provided in the preferred list of building materials, fittings and other articles required for execution of the work and the Engineer in Charge shall

approve one sample out of the samples as brought by contractor after satisfying himself and contractor &

Engineer in charge shall put their signature as token of acceptance and such samples shall be preserved till

finalization of bill of the work.

38. Where ever in this NIT VAT, Service Tax & Sale Tax mentioned may be read as GST.

39. Authenticated copies of bills of the materials which has to be entered in the M.A.S./Site Register viz steel,

cement, bitumen, paint, water proofing etc. should be submitted by the contractor with each running/final

bills for payments.

40. In case of urgency work can be got executive anywhere in the jurisdiction of division as per the direction of

Engineer-in-Charge.

-38-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

NOTE: -

This Contractor is valid only for specified

working place / place of duty.

This Contractor is fully responsible for any

misuse of this card beyond duty hours / days.

The contractor bears responsibility for the

character of card holder worker.

SL. NO………..

WORKER IDENTITY CARD

Name of Agency

with Address :-

Telephone No. / Mobile: -

Registration No: -

VALID UPTO: -

………………….

Name of worker: -

Present Address: -

Permanent Address: -

Identification Mark: -

Place of Duty: -

Signature of Worker: -

Signature of Contractor: -

-39-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

PERFORMA OF VERIFICATION OF CPWD CONTRACTOR WORKERS

Name of work: -

Agreement No.: -

Agency Name of Worker: -

Father’s / Husband Name: -

Age: -

Present Address: -

Permanent Address: -

Period of Duty in Delhi: -

Two references in Delhi

With Present & Permanent

Address (with one other than

Contractor with telephone Nos.)

(Signature of Worker) (Signature of Contractor)

Note: - Worker / Contractor to submit attested photocopy of the Identification of the refers.

-40-

Addition ………..………………

Deletion …………………….…

NIL

Correction ………………….…

.

Over Writing ……………….…

AE-III.

NIT No.: 61/2021-22/PaWD-III/AE-III/Delhi

Schedule of Quantity

Name of Work: A/R & M/O 196 MP’s Flats at South Avenue under Sub.Div.-III of PaWD-III, New

Delhi, dg. 2021-22. (SH: Providing & fixing wooden flooring in Flat no. 89, South Avenue).

Sl. No. Description Qty. Unit Rate Amount

1 Providing and laying 12 mm thick AC-5, grade

laminate wooden flooring & skirting of

Vista/Virgin or equivalent make and made

having 0.2 mm thick direct laminate on top of

specially developed substrate core (high

density fibre board) of plank size as per

manufacturer's specification having smart

lock, joint tongue and groove construction

including top of skirting should be sealed

with 4mm thick teak wood lipping. The under

layer has to be a 0.2 mm thick alkali resistant

polyethylene sheet of density 30-32 kg.

per cum on top to secure the floor. The work

shall be carried out as per manufacturer's

installation procedure and as per direction of

Engineer-in-charge. 120 Sqm 1497.00 179640.00

2 Providing and fixing T-moulding profile (Door

profile) of Vista/Virgin make or equivalent

wherever required and as per site requirement

and complete as per direction of Engineer-in-

charge. 20 Metre 241.95 4839.00

3 Providing and fixing 16mm thick laminated

wooden beading over laminated wooden

skirting complete. The work shall be carried

out as per manufacturer’s installation procedure

and as per the direction of Engineer-in-charge. 200 Metre 112.25 22450.00

Total 206929.00

Assistant Engineer

Sub Div-III, PaWD-III

South Avenue, CPWD

New Delhi