Sunteți pe pagina 1din 76

1

INDE
X
rd
NIT No. : 18/AE/NCSD-I/2019-20 (3 call)
Name of Work : Up-gradation of GPRA Quarters, Civil Lines, Nagpur. SH :
Providing and making modular kitchen at Type-V quarter old
rd
GPRA, Civil Lines, Nagpur 2019-20. (3 call)

Estimated Cost : Rs. 3,94,687 /-


Earnest Money : Rs. 7,894/-
Security Deposit : 2.5% of the tendered value
Performance Guarantee : 5% of the tendered value
Time of Execution : 3 (Three) Months
SI. No. Description Page
1. Index 1
PART –A
2. Notice Inviting Tender (CPWD-6) & Instructions for 3-9
Contractor for e-tendering
3. Integrity Pact 10-17
4. Tender and Contract (CPWD-7/8) 18-20
5. Schedule ‘A’ to ‘F’ 21-29
6. Bank Guarantee Bond 30
7. List of Approved Makes of Materials 31-33
8. Additional Conditions 34-41
9. Minimum Quality Assurance Plan 42
PART –B
10. Special Conditions 43-48
11. Conditions for Design Mix Concrete 49-50
12. Particular Specification 51-54
13. Guarantee Bond for Water Proofing Work 55-56
14. CON Circulars 57-60
15. Schedule of Quantities 61-63
16. Price Bid 64
Certified that this NIT contains 1 to 64 (One to Sixty Four) pages only excluding
front and Back cover page and Part-A and Part-B page)
This NIT is approved for Rs. 3,94,687 /-Only.

Lkgk;d vfHk;ark
Ukkxiqj dsUnzh;
Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE
2
mieaMy-A ds-
yks-fu-fo-]
ukxiqj

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE
BLANK
CPWD
Annexure - 21
CPWD-6 FOR e-TENDERING
1. The Executive Engineer NCD-II, CPWD, Nagpur on behalf of President of India
invites Percentage Rate bids (CPWD-7) on single bid system from approved & eligible
registered contractors (Composite) of CPWD for the following work: -
Name of Work : Up-gradation of GPRA Quarters, Civil Lines, Nagpur.
SH: Providing and making modular kitchen at Type-V quarter old GPRA, Civil
rd
Lines, Nagpur 2019-20. (3 call)

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. The work is estimated to cost Rs. 3,94,687/- .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 3 (Three) Months from the date of start as defined
in schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with
the phasing, if any, indicated in the bid documents.
4. (i) The site for the work is available or the sit e for the work shall b e made available in parts
as specified below:-
(ii) The archit ectural & 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. When bids are invited in three stage system and if it is desired to submit revised financial bid then it
shall be mandatory to submit revised financial bid. If not submitted then the bid submitted earlier shall
become invalid.
9. Earnest Money 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,
NCD- II, CPWD, Nagpur shall be scanned and uploaded to the e-tendering website within the period
of bid submission). The original EMD should be deposited either in the office of Executive
Engineer inviting bids or division office of any Executive Engineer, CPWD within the
period of bid submission. (The EMD document shall only be issued from the place in which the
office of receiving division office is situated). The EMD receiving Executive Engineer shall issue a
receipt of deposition of earnest money deposit to the bidder in a prescribed format (enclosed)
uploaded by tender inviting EE in the NIT. This receipt shall also be uploaded to the e-tendering
website by the intending bidder upto the specified bid submission date and time.
A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50% of
earnest money or Rs. 20 lakhs 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.
Copy of Enlistment Order and certificate of work experience and other documents as specified in the
press notice shall be scanned and uploaded to the e-tendering website within the period of bid
submission. However, certified copy of all the scanned and uploaded documents as specified in press
notice shall have to be submitted by the lowest bidder only within a week physically in the office of
tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of those bidders, whose
original EMD deposited with any division of CPWD and other documents scanned and uploaded are
found in order.

The bid submitted shall be opened at 03:30 PM on 30.10.2019


10. The bid submitted shall become invalid and e-Tender processing fee shall not be
refunded if:
(i) The bidders is found ineligible.
(ii) The bidder does not deposit original EMD with division office of any Executive
Engineer, CPWD (The EMD document shall only be issued from the place in which the
office of receiving division office is situated).
(iii) The bidder does not upload scanned copies of all the documents stipulated in the
bid document including the copy of receipt for deposition of original EMD.
(iv) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest bidder in
the office of tender opening authority.
(v) If a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section/sub head in
percentage rate tender, the tender shall be treated as invalid and will not be
considered as lowest tenderer.
11. The contractor whose bid is accepted will be required to furnish performance guarantee of 5% (Five
Percent) of the bid amount within the period specified in Schedule F. This guarantee shall be in the form of
cash (in case guarantee amount is less than Rs. 10,000/-) or Deposit at Call receipt of any scheduled
bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any
Scheduled Bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed
Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with
the prescribed form. In case the contractor fails to deposit the said performance guarantee within the period
as indicated in Schedule
‘F’, including the extended period if any, the Earnest Money deposited by the contractor shall be
forfeited automatically without any notice to the contractor. The earnest money deposited along with
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
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 specificallyAddition
provided for in the contract documents. Submission of a bid by a
………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE
bidders implies that he has read

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE
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.
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 works shall remain open for acceptance for a period of Fifteen (15) days from the date
of opening of bids, if any bidders withdraws his bid before the said period or issue of letter of acceptance,
whichever is earlier, or makes any modifications in the terms and conditions of the bid which are
not acceptable to the department, then the Government shall, without prejudice to any other right or remedy,
be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the bidders shall not be allowed to
participate in the rebidding process of the work.

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) Standard C.P.W.D. Form 7 or other Standard C.P.W.D. Form as applicable.
c) A new provision of Integrity Pact has been introduced in the GCC 2014. 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.
Annexure - 22
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING
FORMING PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE
The Executive Engineer, Nagpur Central Division II, CPWD, Nagpur invites on behalf of
President of India, Online Percentage Rate bids (CPWD-7) on single bid system from
approved & eligible registered contractors (Composite) of CPWD for the following work:-

Last date & time

Estimated cost put to


Sl. NIT No. Name of Work & Date & Time

Period of Completion
Earnest Money
of online
No. Location submission opening of
of bid, copy of Bid/Tender

Bid/Tender
receipt of
deposition of
original EMD
and other
documents as
specified in the
bid document.
1. Up-gradation of GPRA

3 (Three) Month
Up to At
18/AE/NCSD Quarters, Civil Lines,
-I/2019-20 Nagpur. SH:- Providing
rd and making modular
(3 call)
kitchen at Type-V quarter 03:00 PM on 03:30 PM on
old GPRA, Civil Lines, 30.10.2019 30.10.2019
rd
Nagpur 2019-20. (3
call)

1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should
only submit his bid if he considers himself eligible and he is in possession of all the documents
required. The CPWD enlisted contractor whose work has been rescind under clause-3 of
GCC during last 2 years period shall not be eligible for tender for this work.
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.t enderwizard.com/CPWD or www.cpwd. gov.in free of cost.
4. 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.
5. Those contractors not registered on the website mentioned above, are required to get
registered beforehand. If needed they can be imparted training on online bidding process as per
details available on the website.

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

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE
7. On opening date, the contractor can login and see the bid opening process. After opening of bids
he will receive the competitor bid sheets.
8. Contractor can upload documents in the form of JPG format and PDF format.

9. Contractor must ensure to quote rate of each item. The column meant for quoting rate in
figures appears in pink colour and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is left blank
the same shall be treated as “0”.
Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item shall be
treated as “0” (ZERO).
However, If a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section / sub head in percentage
rate tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.

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) Enlistment Order of the Contractor valid till date of submission of
tender.
ii) Copy of receipt for deposition of original EMD issued from division office of
any Executive Engineer, CPWD. (The EMD document shall be issued from the
place in which the office of receiving division office is situated).
iii) Treasury Challan/Demand Draft/Pay order or Banker`s Cheque/Deposit at
Call Receipt/Bank Guarantee of any Scheduled Bank against EMD.
iv) GST Registration Certificate of the State in which the work is to be taken up,
if already obtained by the bidder.
If the bidder has not obtained GST registration in the State in which the work
is to be taken up, or as required by GST authorities then in such a case the
bidder shall scan and upload following under taking along with other bid
documents.
“lf work is awarded to me, I/we shall obtain GST registration Certificate of
the State, in which work is to be taken up, within one month from the date of
receipt of award letter or before release of any payment by CPWD, whichever
is earlier, failing which I/We shall be responsible for any delay in payments
which will be due towards me/us on a/c of the work executed and/or for any
action taken by CPWD or GST department in this regard.
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 online bid.
20A. 14 Information and Instruction for Executive Engineer for e-tendering
1. The Executive Engineer of all divisions of CPWD should receive the original EMD
for tender of other division.
2. The NIT approving authority/EE at the time of issue of NIT shall also fill and upload
the following prescribed format of receipt of deposition of original EMD along with NIT:-

Receipt of deposition of original EMD


(Receipt No…………..*……………../Date…………*……………..)
1. Name of Work : Up-gradation of GPRA Quarters, Civil Lines, Nagpur. SH : Providing and
making modular kitchen at Type-V quarter old GPRA, Civil
rd
Lines, Nagpur 2019-20. (3 call)
2. NIT No. : 18/AE/NCSD-I/2019-20 (3rd call)

3. Estimated Cost : Rs. 3,94,687/-


4. Amount of Earnest Money Deposit : Rs. 7,894/-
5. Last Date of Submission of Bid : 30.10.2019
(* To be filled by EMD Receiving Officer)

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


2. Form of EMD …………………………#...................................................................
3. Amount of Earnest Money Deposit ………………………#....................................
4. Date of Submission of EMD ………………………#...............................................

Signature, Name and Designation of EMD


receiving officer (EE/AE(P)AE/AAO)
alongwith Office stamp
(# To be filled by EMD Receiving EE)
3. The Executive Engineer receiving EMD in original form shall examine the EMD deposited
by the bidder and shall issue a receipt of deposition of earnest money to the agency in a
given format uploaded by tender inviting EE. The receipt may be issued by the
AE(P)/AE/AAO.
4. The Executive Engineer receiving original EMD shall also intimate tender inviting Executive
Engineer about deposition of EMD by the agency by email/fax/telephonically.
5. The original EMD receiving Executive Engineer shall release the EMD after verification
from the e-tendering portal website (www.tenderwizard.com.tender free view>Advance
search>awarded tenders) that the particular contractor is not L-1 tenderer and work is
awarded.
6. The tender inviting Executive Engineer will call for original EMD of the L-1 tenderer from
EMD receiving Executive Engineer immediately.
1

INTEGRITY PACT CPWD

To,
………………………..,
………………………..,
………………………..
rd
Sub: NIT No. 18/AE/NCSD-I/2019-20 (3 call) for the work : Up-gradation of GPRA
Quarters, Civil Lines, Nagpur. SH : Providing and making modular kitchen at Type-V
rd
quarter old GPRA, Civil Lines, Nagpur 2019-20. (3 call)

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

Assistant Engineer
INTEGRITY PACT CPWD

To,
ASSISTANT ENGINEER,
NCSD-I, CPWD,
Nagpur.

Sub: Submission of Tender for the work of : Up-gradation of GPRA Quarters, Civil Lines, Nagpur.
SH : Providing and making modular kitchen at Type-V quarter old GPRA, Civil Lines, Nagpur 2019-20.
rd
(3 call)

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
wit h terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

To be signed by the bidder and same


signatory competent / authorized to sign the relevant
contract on behalf of CPWD.
INTEGRITY PACT CPWD

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

BETWEEN
President of India represented through Executive Engineer, NCD-II, CPWD, Nagpur
(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:
1

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.
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.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all
payments he has made, is committed to or intends to make to agents, brokers
or any other intermediaries in connection with the award of the Contract.

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


outlined above or be an accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
indulge in fraudulent practice means a willful misrepresentation or omission of
facts or submission of 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).
1

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.
INTEGRITY PACT CPWD

3) If the Bidder/Contractor can prove that he has resorted / recouped the damage
caused by him and has installed a suitable corruption prevention system, the
Principal/Owner may, at its own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors


1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a
commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be
responsible for any violation(s) of the principles laid down in this agreement/Pact
by any of its Subcontractors/ sub-vendors.

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

3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed
Pact between the Principal/Owner and the bidder, along with the Tender or violate
its provisions at any stage of the Tender process, from the Tender process.

Article 6- Duration of the Pact


This Pact begins when both the parties have legally signed it. It expires for the
Contractor/Vendor 12 months after the completion of work under the contract or till the
continuation of defect liability period, whichever is more and for all other bidders, till
the Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and continue to
be valid despite the lapse of this Pacts as specified above, unless it is
discharged/determined by the Competent Authority, CPWD.

Article 7- Other Provisions


1) This Pact is subject to Indian Law, place of performance and jurisdiction is the
Head quarters of the Division of the Principal/Owner, who has floated the
Tender.

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

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


the partners or by one or more partner holding power of attorney signed by all
partners and consortium members. In case of a Company, the Pact must be signed
by a representative duly authorized by board resolution.
INTEGRITY PACT CPWD
4) Should one or several provisions of this Pact turn out to be invalid; the remainder
of this Pact remains valid. In this case, the parties will strive to come to an
agreement to their original intensions.

5) It is agreed term and condition that any dispute or difference arising between the
parties with regard to the terms of this Integrity Agreement / Pact, any action taken
by the Owner/Principal in accordance with this Integrity Agreement/ Pact or
interpretation thereof shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS


All rights and remedies of the parties hereto shall be in addition to all the other legal
rights and remedies belonging to such parties under the Contract and/or law and the
same shall be deemed to be cumulative and not alternative to such legal rights and
remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact
will have precedence over the Tender/Contact documents with regard any of the
provisions covered under this Integrity Pact.

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:
Hkkjr ljdkj GOVERNMENT OF INDIA
dUnzh; ykd fuekZ.Zk foHkkx CENTRAL PUBLIC WORKS DEPARTMENT

eq[; vfHk;ark Chief Engineer:- Chief


jkT; STATE :- Maharashtra Engineer, CPWD, Nagpur

“kk[kk BRANCH :- B & R eaMy DIVISION :- NCD-II

vapy ZONE :- WZ-II mieaMy SUB-DIVISION :- NCSD-I,


Nagpur.

flfoy dk;ksZsZ dss fy, izfr”kr@en nj fufonk ,oaa lafonk


Percentage Rate Tender & Contract for works

dk;Z ds fy, fufonk %Tender for the work of :- Up-gradation of GPRA Quarters, Civil Lines,
Nagpur. SH : Providing and making modular kitchen at Type-V quarter old GPRA, Civil Lines, Nagpur
rd
2019-20. (3 call)

To be submitted by 3.00 PM on 30.10.2019 to Assistant Engineer, NCSD-I, CPWD, Nagpur


(i) To be opened in presence of tenderers who may be present at 3.30 PM on 30.10.2019 in
the office of The Assistant Engineer, NCD-II, CPWD, Nagpur
Issued to …#…..
(Contractor)
Signature of officer issuing the documents …#…..

Designation Executive Engineer …#…..


Date of issue: #

fufonk TENDER

eSus@geus dk;Zd fy, fufonk vke=.k lpuk] vuqlph&d] [k] x] ?k] M- vkSj p] ykxw
fofunsZ'k] uD'ks ,oa fMtkbu] lkekU; fu;e ,o funsZ'k Bd d mic/k fof'k"V 'krZ] nj vuqlph ,o
vU; dkxtkr rFkk Bd dh 'krkZ e fn; x, fu;e rFkk fufonk dkxtkr e mfYyf[kr vU; ckrksa dks i< o tkp fy;k gSA
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E &
F
Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of
Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules
referred to in the conditions of contract and all other contents in the tender document for the
work.
eSa@ge] ,rr~}kjk Hkkjr ds jk"Vªifr ds fy, vuqlwph *p* fofufnZ"V le; ds ;Fkk&ek=kvksa dh
lHkh lcf/kr fofunZ'kk] fMtkbuk] uD'kk d vuq:i rFkk lkekU; fu;ekoyh d fu;e&1 Bsds d 'krks± d
vkSj 'krsZa h [kaM&11 esa
fu"iknu gsrq fufonk nsrk gwa@nsrs
gSA
Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE
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.

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE
ge fufonk dks] blds [kksys tkus dh fu/kkZfjr rkjh[k ls
nl@iUnzg@rhl@iSrkyhl@lkB@¼10@15@30@45@60½ fnu ;fn fufonk;sa 1 cksyh i)fr ls vkeaf=r dh
x;h gkas @;fn fufonk;sa 2 cksyh@ fyQkQs i)fr ls vkeaf=r dh

x;h gkas rks rduhdh cksyh [kqyus dh rkjh[k ls u C cs


¼90½ fnu rd@;fn fufonk;sa fof'k"V fuek.kZ dk;Z ds fy,
3 cksyh@ fyQkQs i)fr ls vkeaf=r dh x;h gkas rks rduhdh cksyh [kqyus dh
rkjh[k ls ,d lkS chl f nu
¼120½ fnu rd ¼tks ykxw u gks mls dkV nsa½ ds fy, [kqyk 'krk
,oa fuca/kuksa esa] fdlh izdkj
saZ
j[kus rFkk bldh dk ifjorZu djus ds fy, lger gSaA

We agree to keep the tender open for Fifteen (15) days from the due date of its opening in case
of single bid system / Sixt y (60) days fro m the date of opening of technical bid in case bids
are invited on 2 or 3 bid envelop system. (Strike out as the case may be) and not to make any
modification in its terms and conditions.

A sum of Rs. 7,894/- 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 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.

blds vfrfjDr eaS@ge lger gSa fd mi;ZqDr c;kuk jkf'k ;k fu"iknu xkajVh tCr
gks tkus ds ekeys esa eq>s@gesa dk;Z dh iqu% fufonk izfØ;k esa Hkkx
ysus ls jksd fn;k tk,xkA
Further, I/We agree that in case of forfeiture of Earnest Money or Performance Guarantee as
aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.
1

eSa opu nsrk gwa rFkk iqf"V djrk gwa@ge opu nsrs gSa rFkk iqf"V djrs gSa fd ik=rk ds fy, leku
fuekZ.k dk;Z dks cSd Vw cSd vk/kkj ij ,d vU; Bsdsnkj
}kjk ugha djok;k x;k gSA blds vykok ;fn bl izdkj dk
mYy?ku foHkkx dh tkudkjh e vkrk gS rks eq>s@gesa Hkfo"; esa dsyksfufo fufonk nu l ge'kk d
ofpr dj fn;k tk,xkA lkFk gh] dk;Z d izkjHk gku dh rkjh[k l igy bl izdkj dk mYy?ku
dh
;fntkudkjh e vkrk gS rk bthfu;j dk c;kuk jkf'k fu"iknu
foHkkxxkjVh dh
Hkkjlk/kd
tCr dju dh Lor=rk gkxhA tek@dk;Z lexz jkf'k
I/We undertake and confirm that eligible similar work(s) has/have not been got executed
through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I/We shall be debarred for tendering in CPWD in future forever. Also, if such a
violation comes to the notice of Department before date of start of work, the Engineer-in-Charge
shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.
eSa@ge ,rr~}kjk ? djr gSa fd eS@ge fufonk dkxtkrk] uD'kk vkSj dk;Z l vU vfHkys[k
xqIr@xkiuh; ds :i e j[kx vkSj mul izkIr@yh xbZ tkudkjh fdlh dk] ftUgs eSa
dkxtkr
lfpr vU; gksa] l fHkUu fdlh dk] ugh crk,x ;k tkudkjh dk fdlh a
dju d fy, izkf/kd`r ,l :i
esa iz;ksx
ugh djx tk jkT; dh lqj{kk ds fy,
izfrdy gkA
I/We hereby declare that I/We shall treat the tender documents drawings and other records
connected with the work as secret/confidential documents and shall not communicate
information/derived there from to any person other than a person to whom I/We am/are
authorized to communicate the same or use the information in any manner prejudicial to the
safety of the State.

rkjh[k Dated .................... Bsdsnkj ds gLrk{kj Signature


of Contractor
Mkd irk Postal Address
lk{kh Witness :
irk Address:
mithfodk
Occupation : Lohd`fr / ACCEPTANCE
eS Hkkjr ds jk"Vªifr dh vksj ls rFkk muds fy, #: - -------------------------- ¼:i,
----------
---------------------------------------------------------------------------------------------½ dh
jkf”k ds fy, mi;qZDr fufonk ¼v/kksfyf[kr i=ksa ds vuqlkj ifjofrZr½ Lohdkj
djrk gwaA
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
)

uhps fn, x, i= bl Bsdk djkj dk fgLlk gksaxsA


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

ii)

iii) Hkkjr ds jk"Vªifr dh vksj ls rFkk muds


2
fy,
For & on behalf of the President of India.
gLrk{kj Signature

..............................................
rkjh[k Dated …….................... inuke Designation
............................................
flfoy dk;®Z^ dh vuqlwfp;kaa PROFORMA OF
SCHEDULES
vuqlwph ^d* SCHEDULE ‘A’
ek=kvksa dh vuqlwph ¼layXu½
Schedule of quantities Enclosed
vuqlwph ^[k* SCHEDULE ‘B’
Bsdsnkj dh fuxZr dh tkus okyh lkefxz;ksa dh vuqlwph
Schedule of materials to be issued to the contractor

Øe- l- en ek= ftl nj ij lkefxz;k Bdnkj dk fuxZr


S.No. fooj.k k izHkkfor gkxh og nj LFkku
Description of item Quantity vadksa ,oa “kCnksa Place of Issue
esa

Rates in figures & words at which


the material will be charged to the
1 2 3 4 5
-----NIL--------
(Material required for the work shall be arranged by the Contractor)

vuqlwph ^x* SCHEDULE ‘C’


Bsdsnkj dks HkkM+s ij fn, tkus okys vkStkj ,oa la;=
Tools and plants to be hired to the contractor

Øe- l- fooj.k HkkM+k fuxZr


S.No. Description izHkkj izfrfnu LFkku
1 2 Hire charges3 per day 4
-----NIL--------
(shall be arranged by the Contractor)

vuqlwph *?k* SCHEDULE ‘D’


dk;Z ds fy, fo'k"k vi{kk,@nLrkot] ;fn dkbZ gk] dh vfrfjDr vuqlph
Extra schedule for specific requirements/documents for the work, if any. NIL
General Conditions, Additional Conditions, Additional Specifications,
List of approved make etc. Enclosed
vuqlwph ^M* SCHEDULE ‘E’
Reference to General
Conditions of contract : - General Condition of Contract of 2014 CPWD form -7 modified and
corrected upto last date of online submission of bid.
dk;ZZ dk uke/Name of Work :- Up-gradation of GPRA Quarters, Civil Lines, Nagpur. SH
rd
: Providing and making modular kitchen at Type-V quarter old GPRA, Civil Lines, Nagpur 2019-20. (3
call)

dk;Z dh vuqqekfur ykxr Estimated cost of work : Rs. 3,94,687/-


(i) /kjksgj jkf”k Earnest money Rs 7,894/- (to be returned after receiving
performance guarantee)
(ii) fu"iknu xkjVh 5% of tendered value
Performance guarantee
(iii) izfrHkfr fu{ksi Security Deposit 2.5% of tendered value
vuqlwph ^p* SCHEDULE ‘F’

lkekU; fu;e ,oa fn'kkfunsZ'k%


General Rules & Directions

fufonk vkea=.k djus okyk izkf/kdkjh


Officer inviting tender - Assistant Engineer, NCD-II , CPWD, Nagpur

dk;Z dh enksZ dh ek=k ds fy, vf/kdre izfr”kr ftlls vf/kd


fu"ikfnr enksa ds fy, njksa dk fu/kkZj.k [k.M 12-2 vkSj 12-3
ds vuqlkj gksxk
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

ifjHkk"kk;sa%& Definitions:
2(v) Hkkjlk/kd bthfu;j
Engineer-in-Charge Assistant Engineer NCD-II, CPWD, Nagpur
2(viii) Lohdkj drkZ izkf/kdkjh
Accepting Authority Assistant Engineer, NCD-II, CPWD, Nagpur

2(x) vfrfjDr vkSj ykHkksa dks iwjk djus ds


fy, lkefxz;ks dh ykxr ij izfr'krrk
Percentage on cost of materials and
labour to cover all overheads and profits 15%
2(xi) njks dh ekud vuqlph
Standard schedule of Rates DSR 2018 with upto date
correction slips & Market Rate
2(xii) foHkkx
Department Central Public Works Department

9(ii) ekud ds-yks-fu-fo- Bsdk QkeZ


------------------------------------------------
Standard CPWD Contract Form - GCC-2019, CPWD Form-7 modified
& Corrected upto last date of online submission
of bid

[k.M Clause 1
(i) Lohd`fr Ik= tkjh gku dh rkjh[k l fu’iknu xkjVh ds izLrqrhdj.k
ds fy, vuqer le;] fnuksa e
(i) Time allowed for submission of Performance Guarantee
from the date of issue of letter of acceptance, in days 07 Days
(ii) le; o`f)] fnuks es
(ii) Maximum allowable extension with late fee @ 0.1% per
day performance Guarantee Amount beyond the period
provided in (i) above 03 Days

[k.M Clause 2 [k.M 2 ds rgr izfrdj fuf'pr djus okyk izkf/kdkjh


Addition ………..………………
As per Prevailing
Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE
delegated
Authority for fixing compensation under clause 2 power.

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE
[k.M Clause 2 d D;k [k.M 2 d ykxw gksxkA
Whether Clause 2A shall be applicable No

[k.M Clause 5 dk;Z vkjEHk djus dh rkjh[k dh x.kuk ds


fy, Lohd`fr Ik= tkjh gksus dh rkjh[k ls
fnuksa dh la[;k
Number of days from the date of issue 7 Days
of letter of acceptance for reckoning date of start

[k.M Clause 5.1 ykxw ugh / Not


Applicable

Table of Mile-stone / y{;ehy&iRFkj lkj.kh


Mile-stones As per Table given below / y{; uhps nh xbZ
lkj.kh vuqlkj

Time Amount to be with-


Sl. Physical Progress / Financial allowed held in case of non
No. Progress (from date of achievement of
start) milestone
1. Completion of 25% of work (Financial In the event of not
progress ) 8 Days achieving the necessary
progress as assessed,
2. Completion of 50% of work (Financial 1.25% of the tendered
progress ) 15 Days value of work will be
with-held for failure of
3. Completion of 75% of work (Financial
22 Days each milestone.
progress ).

4. Completion of all remaining work in all


respects. 3 Month
dk;Z fu"ikfnr djus ds fy, vuqeR; le;
Time allowed for execution of work 3 (Three) Months

fu.kkZ;d izkf/kdkjh
Authority to decide
1- le; foLrkj
Extension of time Assistant Engineer, NCSD-I, CPWD,
Nagpur / Superintending Engineer, Nagpur
Central Circle as case may be
2- miyfC/k;ks dk iqu% vuqlfpdj.k
Resheduling of mile stones Assistant Engineer, NCSD-I, CPWD,
Nagpur / Superintending Engineer, Nagpur
Central Circle as case may be
3 dk;Z ijk djus ds fy, mfpr
vkSj rkfdZd le; o`f) nsus
okyk izkf/kdkjh
Shifting of date of start in case of delay in handing over Assistant Engineer, NCSD-I,
CPWD,
of site Nagpur

[k.M Clause 6, 6A
[kM ykx & ¼6 ;k 6d½@Clause applicable –(6 or 6A)
Clause 6

[k.M Clause 7
vf=e Hkqxrku d fy, ik= gku d fy,
vfre ,l
Hkqxrku d ckn dqy Hkqxrku
,df=r lkefxz;k d
vfxzek d lek;ktu lfgr fd;k tku okyk dqy dk;Z Rs.
1.31 Lakh
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
[k.M Clause 7A

No Running Account Bill shall be paid for the work till the applicable Whether Clause 7A shall
labour licenses, registration with EPFO, ESIC and BOCW Welfare be applicable “Yes”
Board, whatever applicable are submitted by the contractor to the
Engineer-in-charge & any sub contractor engaged should also have
Provident Fund code.
[k.M Clause 10 A
List of testing equipment to be provided by the contractor at site lab.

----------- As per required ----------


[k.M Clause 10 B
(ii)
Whether Clause 10 B (ii) shall be applicable No

[k.M Clause Not Applicable


10C
Component of Labour expressed as percent of total value of w ork 25%
[k.M Clause Applicable
10CA

Sl. Material covered Nearest Materials (other than cement, Base Price of all Corresponding
No under this clause reinforcement bars and the structural Materials covered period
steel) for which All India Wholesale under clause 10
Price Index to be followed CA*
1. Cement OPC* Rs. 3,506/- per MT Oct. -2018
Cement. PPC* Rs. 3,406/- per MT Oct. -2018
2. Steel reinforcement
TMT bars Fe500D Rs. 44,250/- per MT Oct. -2018
primary producers.

[k.M 10xx [k.M 10xx mu lafonkvksa ij ykxw


gksxk ftlesa dk;Z lekiu dh vof/k]
vxys dkye esa n'kkZ;h xbZ vof/k ls
vf/kd vuqcaf/kr gSA Not Applicable
Clause 10CC Clasue 10CC to be applicable in contracts with stipulated
period of completion exceeding the period shown in the
next column
ewY; o`f) ds fy, vU; lkexzh] Je] ih-vks-,y vkfn ds
?kVdksa dh vuqlwph
Schedule of component of other Materials, Labour, POL etc. for price escalation

fuekZ.k dk;Z lkexzh ds fy, flfoy ?kVd ¼[kaM 10


x ds vUrxZr 'kkfey lkefxz;ksa dks
NksM+dj½@oS/kqr dk;Z esa dqy ewY; ds izfr’kr ds
:i esa iznf’kZr
Component of Civil - (Except material covered under clause 10CA)/Electrical
construction materials expressed as percent of total value of work Xm…… NIL……...%
Je ds ?kVd ds dqy ewY; dh izfr’kr ds :i esa iznf’kZr
Component of Labour expressed as percent
NIL
of total value of work Y…………………..%
ih-vks-,y ds ?kVd&dk;Z ds dqy ewY; ds izfr’kr ds :i esa iznf’kZr
NIL
of total value of work Z…………………..%
[k.M Clause 11 dk;Z fu"iknu ds fy, vuqikyu fd,
tkus okys fofunsZ'k
Specifications to be followed for execution of work CPWD Specification 2009, Vol-I &
II with upto date correction slips

[k.M Clause 12 Type of Work Maintenance Work


12.2 & 12.3 fopyu lhek] ftlds ijs
[k.M 12-2 rFkk 12-3 Hkou
fuekZ.k dk;Z ds fy, ykxw
gksaxs
12.2 & 12.3 Deviation limit beyond which clause 12.2 & 12.3 shall 30%
apply for building work
12.5 (i) fopyu lhek] ftlds ijs [kaM 12-2
rFkk
12-3 uhao dk;Z ds fy, ykxw
gksxsa
Deviation limit beyond which clause 12.2 & 12.3 30%
shall apply for foundation work (except earth work)
12.5 (ii) Deviation limit for items in earth work subhead 100%
of DSR or related items

[k.M Clause 16
?kVh gqbZ njs fu/kkZfjr djus dh fy, l{ke izkf/kdkjh SE/NCC/CPWD/Nagpur;

Competent Authority for deciding reduced rates

[k.M Clause 18
List of mandatory machinery, tools & plants to be As per actually required at
deployed by the contractor at site:- site

[k.M 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 Commitee:

For Claim below Rs.25 Lakhs For Claim above Rs. 25 Lakhs

Chairman Director (Works cum TLQA)


CE (WZ) V
O/O ADG (WR-II), Bhopal
1) EE, NCD-I, Nagpur. 1) Director (Works cum TLQA)
Member O/O ADG (WR-II), Bhopal.
2) EE (P) PCC, Pune.
2) SE(P), CZ, Bhopal.
Presenting Officer EE, NCD-II, CPWD., Nagpur. SE, NCC, CPWD, Nagpur.
[k.M CLAUSE 36 (i) : -
Requirement of Technical Representative(s) and Recovery Rate

Sr. Minimum Discipline Designation Minimum Number Rate of which recovery


No Qualification of (Principal experience shall be made from the
Technical Technical/ contractor in the event
Representative Technical of not fulfilling
Representative) provision of Clause
36(i)

Figures Words
1 Graduate
Engineer
or ------ Not Applicable ------
Diploma holder

Assistant Engineers retired from Government services that are holding Diploma will
be treated at par with Graduate Engineers.
CLAUSE 37

GST, Building and other Construction Workers Welfare Cess or any other tax, levy or Cess
in respect of input for or output by this contract shall be payable by the contractor and
Government shall not entertain any claim whatsoever in this respect except as
provided under Clause 38. (OM NO. DG/CON/298 dt. 29.09.2017)

CLAUSE 38

All tendered rates shall be inclusive of any tax, levy or cess applicable on last
stipulated date of receipt of tender including extension if any. No adjustment i.e. increase
or decrease shall be made for any variation in the rate of GST, Building and Other
Construction Workers Welfare Cess or any tax, levy or cess applicable on inputs.
However, effect of variation in rates of GST or Building and Other Construction Workers
Welfare Cess or imposition or repeal of any other tax, levy or cess applicable on output
of the works contract shall be adjusted on either side, increase or decrease.
Provided further that for Building and Other Construction Workers Welfare Cess or any tax
(other than GST), levy or cess varied or imposed after the last date of receipt of tender
including extension if any, any increase shall be reimbursed to the contractor only if
the contractor necessarily and properly pays such increased amount of taxes/levies/cess.
Provided further that such increase including GST shall not be made in the extended period
of contract for which the contractor alone in responsible for delay as determined by
authority for extension of time under Clause 5 in Schedule F (OM NO. DG/CON/299 dt.
27.11.2017)
[k.M Clause 42
(i) d½ lheUV vkSj fcVqeu dh vuqekuey
ek=k fu/kkZfjr dju d fy, vuqlph@fooj.k dsykfufo }kjk eqfnzr fnYyh nj
vuqlph -2018
(i) (a) Schedule/statement for determining theoretical Delhi Schedule of Rates 2018 with upto
quantity of cement & bitumen on the basis of date correction slips.
(ii) vuqekueyd ek=kvk e vuqeR; fopyu
Variations Permissible On Theoretical Quantities
d½ lhesUV
(a) Cement
ftu dk;kZ d fy, fufonk e
vuqekfur eY; :- 5 yk[k ls 3% plus/minus
vf/kd u gks
For works with estimated cost put
to tender not more than Rs. 5 lakhs

ftu dk;kZ d fy, fufonk e 2 % plus/minus


vuqekfur eY; :- 5 yk[k ls
vf/kd gks
For works with estimated cost put to 2.5% plus only & nil on minus side
tender more than Rs. 5 lakhs
[-k½ fcVqeu lHkh
dk;ksZ ds fy, (b)Bitumen for
all works
x½ bLikr izR;d O;kl] dkV vkSj J.kh
d fy, iuoZyu vkSj
ljpukRed bLikr dkV
(c) Steel Reinforcement and structural steel
sections for each diameter, section and 2% plus/minus
category.
?k½ lHkh vU;
lkefxz;ka
(d) All other materials Nil

vuqeR; fopyu ls vf/kd dh ek=kvksa


ds fy, olwyh njsa
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Øe l- en ftl ij Bsdsnkj ls
vadks vkSj 'kCnksa esa og nj
Sl No. fooj.k olyh dh tk,xh
Description of item Rates in figures and words at Which recovery shall
be
vuqeR; fopyu l vuqeR; fopyu l ?
vf/kd kVk;k
mi;kx mi;kx
Excess beyond permissible Less use beyond

1. Cement (OPC) N.A. Rs. 3,857/- per MT

Cement (PPC) N.A. Rs. 3,747/- per MT

2. Steel reinforcement N.A. Rs. 48,675/- per MT


1

Form of Earnest Money Deposit


Bank Guarantee Bond

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

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


Engineer-in-Charge") in the sum of Rs. ......................... (Rs. in words
................................................. ) for which payment well and truly to be made to the said Engineer-
in-Charge the Bank binds itself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this ................. day of ..............
20…..... THE CONDITIONS of this obligation are:

(1) If after tender opening the Contractor withdraws, his tender during the period of validity
of tender (including extended validity of tender) specified in the Form of Tender;

(2) If the contractor having been notified of the acceptance of his tender by the Engineer-
in- Charge:
(a) Fails or refuses to execute the Form of Agreement in accordance with the Instructions
to contractor, if required;
OR
(b) Fails or refuses to furnish the Performance Guarantee, in accordance with the provisions
of tender document and Instructions to contractor,

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 29.04.2020 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
submission of tender.
Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P). EE
LIST OF APPROVED MAKE OF MATERIALS
(FOR CIVIL WORKS)

Note : 1. Unless otherwise specified, the brand/make of the material as specified in the
item nomenclature or in the particular specifications or in the list of approved
materials attached in the tender, shall be used in the work.
2. The Contractor shall obtain prior approval from the Engineer-in-Charge before
placing order for any specific Brand/ Make of material.
3. Whenever the specified brand of material is not available then, the Engineer-in-
Charge may approve any material equivalent to that specified subject to a
definite proof being offered by the Contractor for its equivalence and its non-
availability to his satisfaction.

MATERIALS: BRAND / MAKE


1. Acid/Alkali Resistant Tile Somany, Nitco, Kajaria, OASIS
2. Acrylic Emulsion Paint Asian, ICI, Berger, Nerolac.
3. Aluminium Composite Panel Alpolic, Aluco Bond, Reynobond, Euro bond,
Al-strong, Aludecor.
4. Aluminium Extrusions Hindalco, Indalco, Jindal.
5. Aluminum Sections Hindalco, Indalco, Jindal.
6. Annealed Float Glass Saint Gobain, Modi Guard, Hindustan Pilkington
7. A.A.C. Block Decolite
8. Board & Plywood Duro, Kitply, Century, Asis.
9. Calcium silicate board/tile Aerolite, Ramco-Hilux
10. Centrifugally Cast Iron Pipe & Fittings Neco, RIF, SKF, Kapilansh
11. Ceramic/Rectified Tiles First quality tiles of :- Kajaria, Somany, Orient Bell,
RAK. OASIS, Asian Granito Tiles.
12. Chequrred tiles/Parking tiles Ultra, Nitco, Raj-Tiles, Somani/ Asian Granito Tiles.
13. CP fittings Kingston, Johnson, Jaquar, Marc, EssEss, Cera,
Prima, Dhawan.
14. CPVC Pipes Astral Flowguard, Ashirvad, Prayag.
15. Cement ACC, Ultratech, Vikram, Shree Cement, Ambuja,
Jaypee Cement, Century Cement, JK Cement.
16. Designer coloured cement concrete floor Ultra, Nitco, Raj-Tiles, Paul bricks.
tiles for external used / Concrete paver
blocks.
17. Epoxy Primer & Paints Berger, Pidilite, CICO.
18. Fibre Glass Shelf Kamal, Bath King.
19. Float Glass Modi Float, Saint Gobain, Tata.
20. Flush Doors (ISI Mark only) Kutty flush door, Anchor, Kitlam, National,
Pashupati Plywood (A1 & MP Wood brand), Jain
wood Industries.
21. FRP Shutters Fibre Glass Engineers, Raipur, Aashoo, Jain wood
Industries. M/s. Selected Products Co. Haryana.
22. Galvanized/Stainless Steel Anchor Arrow, Hilti, Fischer
Fasteners
23. G. I. pipes Tata, Jindal, Swastik, Zenith
24. Gun Metal Gate Valve Zoloto, Leader, SAINT
25. Gypsum Board False Ceiling Boral Gypsum, India Gypsum, USG,
St. Gobain(Gyproc)
26. Hardner Hard crete of Snowcem India, MC Deritop F.H.
27. Hydraulic Door Closer Hardwyn, Godrej, Dorma.
28. Hydraulic Floor spring Hardwyn, Godrej, Dorma.
29. Laminate Marino,Greenlam, Decolam, Century, Formica,
Asislam.
30. Melamine Polish Melamine Gold of Asian Paint, Wudfin of pidilite,
Timbertone of ICI Dulux.
31. Metal False Ceiling Luxalon, Armstrong, Daikin, New Age False Ceiling
32. Mineral Fibre Ceiling Armstrong, Daikin, New Age False Ceiling
33. M. S. Pipe Electro Steel, Apollo (ISI).
34. Clay tiles on Roof Kenjai, Johnson.
35. Marine Plywood / BWP Ply Kitply, Duro, Archidply, Century
36. Oil Bound Distemper Asian (Tractor), ICI (Maxi lite), Berger(Bison),
Nerolac (NAD)
37. Sanitary fittings Parryware, Hindware, Cera, Johnson, Somany,
Prayag.
38. PPR Pipes SFMC, Safe, Pioneer.
39. Plastic Connection Pipe Parryware, Kamal Delux .
40. Ply Wood Archid, Kitply, Green ply, Asis, Anchor.

41. Pre-coated GI sheet for roofing Jindal Saw, Tata Blue Scope, Nippon Denro.

42. Polymer Modified Cementitious grout Bal-Endura, Pidilite, Ceco.


43. Pre-laminated Particle Board IS : 12823 Action TESA, Kitlam, Archid Ply, Asis, Green Lam
(Gr-I, Type-II)
44. Primer Asian, ICI DuLux, Nerolac
45. PTMT Fittings Prayag.
46. PVC Rain Water Pipe & Fitting Finolax, Supreme, Plasto.
IS:13592 Type A
47. PVC Shutter Rajshri, Sintex, Akal America, Jain wood
Industries.
48. PVC Tank (ISI Marked) Sintex, Star, Lotus, Plasto, Supreme.
49. R. C. C. Pipes (NP-2) Lakshmi, Sood & Sood, Jain & Co., Nagpur Cement
Product.
50. R.C.C. Door frames Ventura, Bothra, Mahalaxmi.
51. Solid Plastic Seat Cover for EWC EWC standard seat cover white of
Parryware/Hindware/ Neycer, Cera, Prayag.
52. Stainless Steel Jindal Stainless Steel, Salem Steel
53. Stainless steel Sink with or without Nirali, Hindware, Frankee, Cobra, Prayag.
Draining board.

54. Structural Silicon Sealant Dow Corning, Wacker, GE.


55. Structural steel section TATA, SAIL, RINL, Jindal.

56. Super plasticizer MC Baucheme, Sika, Fosroc

57. Synthetic Enamel Paints ICI, Asian, Berger, Nerolac.


58. SS Railing Metallica India, Stark steel Fabricator, Mobel
Hardware, ICICH Industries, Essal.
59. S. S. Door hardware Neki, Dorma, Prayag.
60. Terrazzo tiles Mehtab, Nitco, Raj tiles, Bharat
61. Textured Exterior wall paint Snowcem, ICI dulux, Asian.
62. Towel Ring/Towel Rod/Towel Rack. Marc, Jaquar, Ess-Ess.
63. Tubular Section Windows M/S classic Engineers & Fabricator, Raipur, M/s JK
Enterprises, Jaipur.
64. TMT Bars SAIL, TATA STEEL LTD., RINL, JINDAL STEEL &
POWER LTD., JSW STEEL LTD.
65. UPVC Pipes Prayag.
66. Vitrified Tiles First quality full body tiles of orient Bell, Kajaria,
Rak Ceramics, Johnson, NITCO, Cengres. OASIS,
Asian Granito Tiles, Somany, Asian Granito.
67. Waste Pipe Kamal with brass checknut,Viking
68. Water Proofing Compound (Liquid) Pidiproof Ltd., Cico, Impermo, M/s Perma Const.
Aids Pvt. Ltd., Tikitar Danosa.
69. Water Proofing Membrane Tikidan, Asian.
70. Water proofing : Craen fillar, Crean Asian Paints.
Seal
71. Wire mesh Sterling, Trimurty welded mesh.
72. Wire mesh shutter A1 Teak, MP wood, Jain wood.
73. White Cement JK, Birla.
74. Factory made wooden panelled A-1 teak, Jain wood Industries, MP Wood
shutter/wiremesh shutters and frames products.
75. Fire Resistant Glass SCHOTT PYRAN-S
76. Toughned Glass SCHOTT PYRAN-S
The materials which are not included in the above list shall be approved by the NIT approving
authority.
Additional Conditions
1.0 Acquaintance with site and Architectural drawings.
1.1 The contractor(s) shall get himself acquainted with nature and extent of the work
and satisfy himself about the availability of materials from kiln or approved quarries
for collection and conveyance of materials, suitable location for construction of
godown, store, camp, transport facilities the extent of leads and lifts.
1.2 The work shall be carried out in accordance with the architectural drawings,
Electrical & Mechanical drawings and structural drawings etc. All the drawings, shall
have to be properly correlated before executing the work. In case of any difference
noticed between drawings, final decision, in writing of the Engineer-in-Charge shall
be obtained by the contractor. Samples shall be prepared before starting particular
items of work for prior approval of the Engineer-in-Charge and nothing extra will be
payable on this account.
2.0 Specifications :-

2.1 Unless otherwise specified, CPWD Specifications as mentioned in clause 11 under


schedule ‘F’ with upto date correction slips till the date of receipt of tender shall be
followed in general. Any additional item of work if taken up subsequently shall also
conform to the relevant CPWD specifications mentioned above.
2.2 Wherever any reference to any Bureau of Indian Standard Specifications occurs in
the documents relating to this contract, the same shall be inclusive of all
amendments issued there to or revisions thereof, if any, up to the date of receipt of
tenders.

2.3 Work shall be carried out in professional manner with finished product serving the
intended purpose with specified strength, durability and aesthetics.

2.4 The contractor shall prepare all the needed shop drawings well in advance and get
them approved before placing the order and execution of the item.

2.5 Full quantity of material(s) required for finishing items and cement based putty
(applied@14.58 kg/10sqm. for average thickness 1mm), purchased from authorized
dealers with their cash memos shall be deposited with the J.E. concerned well
before commencement of work .

2.6 Acrylic smooth exterior painting /plastic emulsion painting/ distempering over walls
shall only be carried out with application of roller.

2.7 a) The contractor shall deposit along with cash memos, the materials like 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.
3.0 INTERPRETING SPECIFICATIONS

In interpreting the specifications, the following order of decreasing importance shall be


followed in case of contradictions :
a. Nomenclature of items given in the schedule of quantities in the tender.

b. Particular Specifications

c. Additional Conditions

d. Special conditions

e. Contract & Clauses as per Standard CPWD GCC form 2014.

f. C.P.W.D. Specifications as mentioned in clause 11 under schedule ‘F’ and MORT&H


Specifications with upto-date correction slips.

g. Relevant I.S. Codes or specification.

h. Directions of Engineer-in-charge shall be applicable where none of the above is to be


applied.

4.0 Rates

4.1 Tendered rates shall be inclusive of all taxes and levies payable under the respective
statutes.

4.2 The rates for all items of work, shall unless clearly specified otherwise, include cost of
all labour, materials and other inputs, hand tools and plants involved in the execution
of the item.
4.3 Unless otherwise provided in the Schedule of quantities the rate tendered by the
contractor shall be all inclusive and shall apply to all heights, lifts, leads and depths to
the building and nothings extra shall be payable to him on this account.

4.4 Unless otherwise specified in the schedule of quantities, the rates for all items of work
shall be considered as inclusive of pumping out or bailing out of water, if required for
which no extra payment will be made. This will include water encountered from any
source such as rains, floods, sub soil water table being high and /or due to any other
cause whatsoever.
4.5 The tenderer shall abide by the rules and regulations of respective GST/ Works
Contract Tax Act etc. Necessary deductions on account of taxes shall be made on the
gross value of the work done from the bills of the contractor as per the provisions of
above stated Acts. Necessary certificates, if required, for tax deduction at source shall
be issued to the contractor by the Engineer in Charge. However acceptability of the
certificate by the concerned authority shall not be responsibility of Engineer-in-charge.
The decision of the Engineer in Charge regarding quantum of tax to be deducted at
source shall be final and binding on the contractor.
4.6 The contractor shall comply with proper and legal orders and directions of the local or
public authority of municipality and abide by the rules and regulations and pay all fees
and charges which he may be liable. Quoted rates shall be considered inclusive of all
such fees and charges.
5.0 Material :

5.1 All the materials to be used on works shall bear BIS certification mark unless otherwise
the make is specified in the item or special conditions appended with this tender
document. In case BIS mark materials or the materials mentioned in the tender
documents are not available, as per opinion of Engineer-in-Charge, which shall be final,
the material to be used shall conform to CPWD specifications applicable in the tender or
BIS Code. In such case Engineer-in-Charge shall satisfy himself about the quality of such
material and give his approval in writing. Only articles classified as first quality by the
manufacturers shall be used unless otherwise specified. All material not having ISI mark
shall be tested as per relevant BIS specification. The Engineer-in-Charge may relax the
condition regarding testing of the quantity of the materials required for the work if small.
In all cases of use of ISI marked materials proper proof of procurement of materials from
authentic manufacturers shall be provided by the contractor to the entire satisfaction of
Engineer-in-Charge.
5.2 The contractor shall procure all the materials in advance so that there is sufficient
time for testing and approving of the material and clearance of the same before use in
work. The testing of the materials shall be performed at any laboratory approved by
the Engineer-in-Charge.

5.3 The contractor shall bring sample of materials for approval of the Engineer-in-charge.
Sample of approved materials must be kept at site for inspection/comparison with
materials to be used in work. All materials shall be delivered with manufactures test
certificates and technical catalogues, instructions manuals, wiring diagram etc. as
required.

5.4 Samples of various materials required for testing shall be provided free of charge by
the contractor. Testing charges, if any for the first sample shall be borne by the
department. All other expenditure required to be incurred for taking the samples,
conveyance, packing etc. shall be borne by the contractor himself. In case the sample
does not satisfy the provision specified, the cost of testing of subsequent samples also
be borne by the contractor.

5.5 The quantities of various material/items may vary from the quantities given in
schedule of work. The agency shall bring the various items & materials as per actual
requirement at site at the time of execution of work. Excess quantities shall not be
accepted & paid by the department.

5.6 The agency has to make his own arrangement for storage and custody of materials.
No separate storage accommodation shall be provided by the department. Watch and
ward of the stores and their safe custody shall be the responsibility of the contractor.

5.7 The contractor shall, at his risk and cost, make all arrangements and shall provide all
facilities as the Engineer-in-Charge may require for collecting, and preparing the
required number of samples for such tests at such time and to such place or places as
may be directed by the Engineer - in –Charge and bear all charges and cost of testing
unless specifically provided for otherwise elsewhere in the contract or specifications.
6.0 Inspection at Manufacturer’s site:
6.1 For items/equipment requiring initial inspection at manufacturer’s works’ the contractor
will intimate the date of testing of equipments/material at the manufacturer’s works
before dispatch. The department also reserves the right to inspect the fabrication job
at factory and the successful tenderer has to make the arrangement for the same. The
successful tenderer shall give sufficient advance notice regarding the dates proposed
for such tests/inspection to the department’s representative(s) to facilitate his
presence during testing/fabrication. The Engineer-in-charge at his discretion may
waive off such testing/fabrication. The cost of the Engineer’s first visit to the factory
will be borne by the Department. If subsequent visits are required on account of
failure on the part of Contractor, the same shall be charged to him.

7.0 Electric Connection & Supply

7.1 The contractor shall make his own arrangements for obtaining electric connections, if
required and make necessary payments directly to the department concerned.

7.2 The department shall in no way be responsible for either any delay in getting electric
connection for execution of the work or not getting connection at all. No claim of any
kind whatsoever on this account shall be entertained from the contractor.

8.0 The contractor shall leave such necessary holes, opening etc. for laying/burrying in
the work, pipes, cables, conduits, clamps, boxes and hooks for fan clamps etc. as may
be required for electric, sanitary, air conditioning, fire fitting, P.A. system, telephone
system, C.C.T.V., system etc. and nothing shall be paid for the same. The contractor
shall leave such recesses, holes, openings, etc., as may be required for the electric
and other related works. (For this purpose any required inserts, sleeves, brackets,
conduits, base plates, clamps etc. shall be arranged by the contractor and fix the
same at the time of casting of concrete, stone work & brick work, if required, and
nothing extra shall be payable on this account). Any Damage done to the building
during the execution shall be made good immediately at his own cost to the entire
satisfaction of the Engineer-in-Charge.
9.0 The chasing, cutting and making holes in the masonry and / or cement concrete and /
or RCC works shall be done carefully without causing any damage to the structure. As
far as possible, mechanical cutters & core cutting machines shall be used in a
workman like manner, for concealing the pipelines and fittings. The chases / holes, so
made, shall be made good with the cement mortar of mix 1: 3 (1cement: 3 fine sand)
after testing of the pipe lines for leakage. The cost of cutting cores in RCC, cutting
holes in masonry & making good the same shall be inclusive in the respective item of
drainage/water supply lines.
10.0 Co-operation & Co-ordination with other agencies:

[ 10.1 The contractor for this work shall plan his work in such a manner so that the work (S)
of other contractor (S) is /are not affected in any way. The work should be planned in
a systematic manner so as to ensure proper co-ordination of various disciplines viz.
sanitary & water supply, drainage, rain water harvesting, electrical, fire fighting,
information technology, communication & electronics and any other services.

10.2 Conduits for electrical wiring/cables will be laid in such a way that they leave enough
space for Concreting and do not adversely affect the structural members. Nothing
extra over the agreement rate shall be paid for the same.

10.3 The successful tenderer shall co-ordinate with other contractors and agencies
engaged in the construction of building, if any, and exchange freely all technical
information so as to make the execution of this works contract smooth. No
remuneration should be claimed from the department for such technical cooperation.
If any unreasonable hindrance is caused to other agencies and any completed portion
of the work has to be dismantled and re-done for want of cooperation and
coordination by the successful tenderer during the course of work, such expenditure
incurred will be recovered from the successful tenderer if the restoration work to the
original condition or specification of the dismantled portion of the work was not
undertaken by the successful tenderer himself.

10.4 Other agencies will also be executing simultaneously the works like other buildings,
electrical cable laying, street lighting and horticulture works etc. for the same project
along with this particular work. The contractor shall extend necessary facilities for the
same and cooperate with such contractors. No claim in the matter shall be
entertained.

10.5 The Contractor shall take all necessary precautions to prevent any nuisance or
inconvenience to the owners, tenants or occupants of the adjacent properties and to
the public in general. The Contractor shall take all care, as not to damage any other
adjacent property or other services running adjacent to the plot. If any damage is
done, the same shall be made good by the Contractor at his own cost and to the
entire satisfaction of the Engineer-in-Charge. The Contractor shall use such
methodology and equipments for execution of the work, so as to cause minimum
environmental pollution of any kind during construction. Further, the Contractor shall
take all precautions to abide by the environmental related restrictions imposed by
Maharashtra Pollution Control Board, Govt. of Maharashtra.

10.6 Utmost care shall be taken to keep the noise level to the barest minimum so that no
disturbance as far as possible is caused to the occupants / users of adjoining
buildings. No claim what so ever on account of site constraints mentioned above or
any other site constraints, inadequate availability of skilled, semi-skilled or unskilled
workers in the near vicinity, non-availability of construction machinery spare parts and
any other constraints not specifically stated here, shall be entertained from the
Contractor.

10.7 The contractor shall conduct his work, so as not to interfere with or hinder the
progress or completion of the work being performed by other contractor(s) or by the
Engineer-in-Charge and shall as far as possible arrange his work and shall place and
dispose of the materials being used or removed so as not to interfere with the
operations of other contractors or he shall arrange his work with that of the others in
Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P). EE
an acceptable and in a proper co-ordinated manner and shall perform it in proper
sequence to the complete satisfaction of others.

11.0 Safety Measures :-


11.1 The contractor shall also provide necessary barricade, informatory boards, lights and
flagmen at either end of the execution area and at such intermediate points as
required &as directed by the Engineer-in-charge at no extra cost.

11.2 The contractor shall maintain in good condition all work executed till the completion of
the entire work entrusted to the contractor under this contract & nothing extra shall
be paid on this account.

11.3 For form work use of solid timber and products involving solid timber shall not be
permitted.

11.4 Any damage to work resulting from rains or from any other cause until the work is
taken over by Department after completion of work shall be made good by the
contractor at his own cost.
11.5 Any damage made by men, machinery, vehicles (LMVs or HMVs), or any way to the
public/private property such as services of electricity, water, telephone, LAN, road and
path during execution of the work shall be repaired/redone by the Agency/Contractor.
If contractor fails to repair/redone damage, the work shall be done on his risk as per
the direction of the Engineer in charge. No any cost claim shall be entertained on this
account.

11.6 All safety equipment such as Safety Helmets, Safety shoes, gloves, Safety belt etc.
shall be made available to site Engineers, Supervisors, labourers, masons fitters etc.

12.0 Handling of Material/Waste :-


12.1 Unserviceable materials shall have to be removed and disposed off to places as
decided by the Engineer-in-charge. Scarified rubbish of brick aggregates of WBM etc.
shall be spread on the shoulders / on the slope of embankments and suitably
compacted for which nothing extra shall be paid.
12.2 The contractor shall take instructions from the Engineer-in-charge for stacking of
materials in any place. Double handling of materials or excavated earth if required at
any stage, shall have to be done by the contractor at his own cost. No excavated earth
or building material shall be stacked on areas where other buildings, roads services of
compound walls are to be constructed.
13.0 The contractor & his work people shall observe all relevant rules regarding security
promulgated in which work is to be carried out by the controlling authority of the
area.
14.0 For water supply, in case the contractor is required to make his own arrangement
then including boring of tube well, if necessary, and nothing extra shall be paid by the
Department for arrangement of water or on its treatment as per requirements laid
down in IS: 456 / 2000 Para 5.4 or CPWD Specification 2009 Volume-I to II with upto
date correction slips.
1

15.0 In case of any calamity or injury to any labour/ workmen etc. or loss / wastage of
materials due to nature or insurgency, contractor shall have to bear the cost of
compensation and no claim to this effect shall be entertained by the department.
16.0 The contractor shall keep himself ready for execution of any item / items of work /
part of the item of work on emergent notice given by the Engineer-in-charge on day
to day basis during rainy season at no extra cost.

17.0 The contractor shall provide at his own cost suitable weighing and measuring
equipments /instruments as may be necessary at site for checking purposes. All such
equipments /instruments shall be got tested for calibration in advance from laboratory
approved by the Engineer-in- Charge.

18.0 The work on item of internal finishing must be started as soon as the structure is
completed.

19.0 The fittings used for items of water supply & sanitary works shall be of same make for
all items from amongst the makes mentioned in the items.

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

21.0 The contractor shall give a performance test of the entire installation (S) as per
standing specifications before the work is finally accepted and nothing extra
whatsoever shall be payable to the contractor for the test.

22.0 Some restrictions may be imposed by the security staff etc. on the working and for
movement of labour, materials etc. The contractor shall be bound to follow all such
restriction / instructions including issue of identity cards to all persons authorized by
him to do work / visit the work site and nothing shall be payable on this account.

23.0 No claim for idle establishment & labour, machinery & equipments, tools & plants and
the like, for any reason whatsoever, shall be admissible during the execution of work
as well as after its completion.
24.0 CLEANLINESS OF SITE

24.1 The Contractor shall not stack building material /malba /muck/ rubbish on the land or
road of the local development authority or on the land owned by the others, as the
case may be. So the muck, rubbish etc. shall be removed periodically as directed by
the Engineer-in-Charge, from the site of work to the approved dumping grounds as
per the local byelaws and regulations of the concerned authorities and all necessary
permissions in this regard from the local bodies shall be obtained by the Contractor.

24.2 Nothing extra shall be payable on this account. In case, the Contractor is found
stacking the building material /malba as stated above, the Contractor shall be liable to
pay the stacking charges / penalty as may be levied by the local body or any other
authority and also to face penal action as per the rules, regulations and bye-laws of
such body or authority. The Engineer–in-Charge shall be at liberty to recover, such
sums due but not paid to the concerned authorities on the above counts, from any
sums due to the Contractor including amount of the Security Deposit and
performance guarantee in respect of this contract agreement.

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P). EE
Minimum Quality Assurance Plan
A Quality Assurance plan will be submitted by the contractor both in respect of
incorporating details as given below for the approval of Engineer-in-Charge.

1. Number of required tests and frequency of testing as indicated in the mentioned in


clause-11 under schedule ‘F’ & Provisions of BIS Code and Standard Practices shall be
followed as per directions of the Engineer-in-Charge.

2. Machinery and other Tool & Plants required to be deployed at site by the contractor.
Time schedule by which each machinery & Tool & Plants is to be brought at site shall be
indicated.

3. A field laboratory to be setup by the contractor at site of work as per direction of the
Engineer-in-Charge. All the testing equipments required shall be arranged by the
contractor and shall be clearly mentioned.

4. The work shall be executed as per Specifications mentioned in clause-11 under schedule
‘F’ with upto date correction slips. If CPWD specification is not available for particular
item then the relevant BIS code or manufacturers specification shall be followed.

5. A proper shuttering schedule showing quantity of shuttering to be brought at site either


in one lot or at different stages of work to be submitted by the contractor to

6. It will be deemed that work so measured, checked and paid is of the required quality
and standard, both in respect of ingredients as well as the intended functions it is
supposed to perform. In other words, the work would not only meet the required
specifications but also the workmanship as per sound engineering practices.
SPECIAL CONDITIONS
CONDITIONS FOR ARRANGING CEMENT / STEEL BY CONTRACTOR

1.0 CONDITIONS FOR CEMENT


1.1 The contractor shall procure Portland Pozzolana Cement (conforming to IS: 1489 Part-
I), as required in the work, from reputed manufacturers of cement, such as A.C.C.,
Ultra tech, Vikram, Shree Cement, Ambuja, Jaypee Cement, Century Cement and J.K.
Cement or from any other reputed cement Manufacturer having a production capacity
not less than one million tonnes per annum as approved by EE, WZ-II for that sub
region.
The tenderer may also submit a list of names of cement manufacturers which they
propose to use in the work. The tender accepting authority reserves right to accept or
reject name (S) of cement manufacturers (S) which the tenderer proposes to use in
the work. No change in the tendered rates will be accepted if the tender accepting
authority does not accept the list of cement manufacturers, given by the tenderer,
fully or partially.
The supply of cement shall be taken in 50 kg bags bearing manufacturer’s name and
ISI marking. Samples of cement arranged by the contractor shall be taken by the
Engineer-in-Charge and got tested in accordance with provisions of relevant BIS
codes. In case test results indicate that the cement arranged by the contractor does
not conform to the relevant BIS codes, the same shall stand rejected and it shall be
removed from the site by the Contractor at his own cost within a week’s time of
written order from the Engineer-in-charge to do so.
1.2 The cement shall be brought at site in bulk supply of approximately 50 tonnes or as
decided by the Engineer-in-Charge.
The cement godown of the capacity to store a minimum of 2000 bags of cement or
required capacity as decided by Engineer-in-charge shall be constructed by the
contractor at site of work for which no extra payment shall be made.
1.3 Double lock provision shall be made to the door of the cement go-down. The keys of
one lock shall remain with the Engineer-in-Charge or his authorised representative
and the keys of the other lock shall remain with the contractor. The Contractor shall
be responsible for the watch and ward and safety of the cement go-down. The
Contractor shall facilitate the inspection of the cement go-down by the Engineer-in-
Charge at any time.
1.4 The cement shall be got tested by the Engineer-in-charge and shall be used on the
work only after satisfactory test results have been received. The constractor shall
supply free of charge the cement required for testing including its transportation cost
to testing laboratories. The cost of tests shall be borne by the Contractor/Department
in the manner indicated below :
(a) By the Contractor, if the results show that the cement does not conform to relevant
BIS codes.
(b) By the Department, if the results show that the cement conforms to relevant BIS
codes.
1.5 The actual issue and consumption of cement on work shall be regulated and proper
accounts maintained as provided in clause 10 of contract. The theoretical consumption of
cement shall be worked out as per procedure prescribed in clause 42 of the contract and
shall be governed by conditions laid therein. In case the cement consumption is less than
theoretical consumption including permissible variation, recovery at the rate so prescribed
shall be made. In case of excess consumption no adjustment need to made.
1.6 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.
1.7 The damaged cement shall be removed from the site immediately by the contractor
on receipt of a notice in writing from the Engineer-in-charge. If he does not do so
within 3 days of receipt of such notice, the Engineer-in-charge shall get it removed
at the cost of the contractor.
2.0 SPECIAL CONDITIONS FOR STEEL

2.1 The contractor shall procure TMT bars of Fe 500D grade from primary producers
such as SAIL, Tata Steel Ltd., RINL, Jindal Steel & Power Ltd. and JSW Steel Ltd. or
any other producer as approved by CPWD who are using iron ore as the basic raw
material/input and having crude steel capacity of 2.0 Million tones per annum and
above.
In case of non-availability of steel from primary producers the NIT approving
authority may permit use of TMT reinforcement bars procured from steel producers
having Integrated Steel Plants (ISPs) using iron ore as the basic raw material for
production of crude steel which is further rolled into finished shapes in-house having
crude steel capacity of 0.5 Million tonne per annum and more. A separate list of
producers for this category shall be approved by the ADG concerned for their sub
region under intimation to the Directorate, CPWD/CE,CSQ.

In case of non-availability of steel from Primary Producers as well as ISPs then the
accepting authority may also permit use of TMT reinforcement bars procured from
secondary producers. In such cases following conditions shall be fulfilled.

a) The grade of the steel shall be Fe 500D as per BIS 1786-2008.

b) The secondary producers must have valid BIS licence to produce HSD bars
conforming to IS 1786 : 2008. In addition to BIS licence, the secondary
producer must have valid licence from either of the firms Tempcore, Thermex,
Evcon Turbo & Turbo Quench to produce TMT Bars.

c) The TMT bars procured from primary producers shall conform to


manufacture’s specifications.
d) The TMT bars procured from secondary producers shall conform to the
specifications as laid by Tempcore, Thermex, Evcon Turbo & Turbo Quench as
the case may be.

e) TMT bars procured either from primary producers or secondary producers, the
specifications shall meet the provisions of IS 1786 : 2008 pertaining to Fe 500D
grade of steel as specified in the tender.

2.2 The Contractor shall have to obtain and furnish test certificates to the Engineer-in-
charge in respect of all supplies of steel brought by him to the site of work.

2.3 Samples shall also be taken and got tested by the Engineer-in Charge as per the
provision in this regard in relevant BIS codes. In case the test results indicate that
the steel arranged by the Contractor does not conform to the specifications as defined
under para (2.1) (d) & (2.1) (e) above, the same shall stand rejected and shall be
removed from the site of work by the Contractor at his own cost within a week time
of written orders from the Engineer-in-Charge to do so.

2.4 The steel reinforcement shall be brought to the site in bulk supply of 10 tonnes or
more or as decided by the Engineer-in-Charge.

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

2.6 For checking nominal mass, tensile strength, bend test, re-bend test etc.
specimen of sufficient length shall be cut from each size of the bar at random at
frequency not less than that specified below. :

Size of bar For consignment below 100 For consignment over


tonnes 100 tonnes

Under 10 mm dia One sample for each 25 One sample for each 40
tonnes or part thereof tonnes or part thereof.

10 mm to 16 mm dia bars One sample for each 35 One sample for each 45
tonnes or part thereof Tonnes or part thereof.

Over 16 mm dia bars One sample for each 45 One sample for each 50
tonnes or part thereof. Tonnes or part thereof.
2.7 The Contractor shall supply free of charge the steel required for testing including its
transportation to testing laboratories. The cost of tests shall be borne by the
Contractor.
2.8 The actual issue and consumption of steel on work shall be regulated and proper
accounts maintained as provided in clause 10 of the contract. The theoretical
consumption of steel shall be worked out as per procedure prescribed in clause 42 of
the contract and shall be governed by conditions laid therein. In case the
consumption is less than theoretical consumption including permissible variations
recovery at the rate so prescribed shall be made. In case of excess consumption no
adjustment need to be made.
2.9 The Steel brought to site and the steel remaining unused shall not be removed from
site without the written permission of the Engineer-in-charge.
2.10 For the purpose of payment, the actual weight of reinforcement steel shall be
worked out as below :
To arrive at unit weight for the purpose of payment three random samples each of 1
meter length shall be collected for each diameter of re-bar from every consignment
received at site. Actual weight of three specimens for each diameter shall be taken
and average weight calculated and recorded. The average weight so arrived at shall
be compared with the theoretical weight of that particular diameter of rebar. Actual
or theoretical weight whichever is less shall be considered for making payment for
that consignment. However final payment shall be made on the basis of weighted
average of all the consignment. The decision of the Engineer-in-charge as regards
the random samples and average weight shall be final and binding on the contractor
and no claim of any kind shall be entertained in this regard.
2.11 In case contractor is permitted to use TMT reinforcement bars procured from
secondary producers then :
(i) Reduction in the base price of TMT reinforcement bars shall be as indicated
under schedule ‘F’, along with the based price.
(ii) The rate of providing & laying TMT reinforcement bars as quoted by the
contractor in the tender shall also be reduced by Rs. 10.45 per kg.
3.0 WATER PROOFING TREATMENT (Procedure of Execution of the specialized
Items 6.1.1.)
Experience of having successfully completed Two similar work each of value not less
than Rs.8,64,000/- one similar work of value not less than Rs.1 1,52,000/- during last
seven years ending last day of the month previous to the one in which bids are
invited.
3.1 The water proofing items should be got done through one of the following firms as
given below:
1. M/s. Water Proofing Corporation of Hindustan, Jama Masjid, Panaji, Goa.
2. M/s. Modern Water Proofing Co., No. 10 Trygler, 3 Dominic Colony, Ortem,
Malad (W), Mumbai 400 064.
3. M/s. New Bharat Water Proofing Corporation, No. 37, Mohan Nagar, New
Bapunagar, Ahmedabad 380 024.
nd
4. M/s. Indian Water Proofing Co., Atankar Cinema Building, 2 floor,
Pune 411 001.
5. M/s. National Water Proofing Co., C/o Shri K.B. Shau, Opp. Ram Mandir Road,
Sadar, Nagpur 440 001.
6. M/s. Bhagwati Water Proofing Co., 410, Pratiksha Complex, Maha Lakshmi
Char Rasta, Paldi, Ahmedabad – 380007.

3.2 In case if it is not possible for the contractor to engage one of the above mentioned
firms for the water proofing works, he shall submit his proposals of engaging a
specialized firm in this work.

3.3 Even if the firms as mentioned above or otherwise as per Para 25.1 above is proposed
to be engaged, the contractor shall furnish the following particulars while submitting
the tender.
(a) The name of the specialized firm.
(b) The trade names of the product which would be used.
(c) List of works where the treatment has been given.
(d) Quantity of chlorides and sulphides used in the product.

4.0 GUARANTEE FOR WATER PROOFING TREATMENT


Five years guarantee in prescribed proforma attached must be given by the contractor
for the water proofing treatment. In addition 10% (Ten percent) of the cost of these
items would be retained as guarantee to watch the performance of the work
executed. However, half of this amount (withheld) would be released after two
monsoon seasons after the completion of the work, if the performance of the work
done is satisfactory. If any defect is noticed during the guarantee period, it should be
rectified by the contractor within Seven days and, if not attended to, the same shall
be got done by other agency at the risk and cost of the contractor. In any case the
guaranteeing firms during the guarantee period should inspect and examine the
treatment once in every year and make good any defect observed. However, the
security deposit can be released in full, if bank guarantee of equivalent amount for
5(Five) years is produced and deposited with the department.

5.0 MATERIALS OBTAINED FROM DISMANTLEMENT


5.1 The contractors in course of their work, should understand that all materials (e.g.
stone and other materials) obtained in the work of dismantling, excavation etc. will be
considered Government’s property and may be issued to the contractor if required for
use in this work at rates approved by the S.E.
6.0 MATERIAL BROUGHT BY THE CONTRACTOR
6.1 The contractors shall have to deposit, the approved paints of required colour and
shade as per actual requirement of the work to be done, with the Engineer-in-Charge
at his departmental stores at the site of work.
6.1.1 The paint will be issued to the contractor from time to time according to his
requirements for the work in the same manner as the issue of materials stipulated to
be issued departmentally.
Similar procedure shall be followed for water proofing compound.

6.2 The day-to-day receipt and issue quantity account of water proofing compound,
paints etc. shall be maintained by the Junior Engineer and signed daily by the
contractor or his authorised agent.
6.3 Empty containers should not be removed without the written permission of the
Engineer-in-charge.
7.0 TESTING OF MATERIALS

7.1 With a view to avoid controversy about quality of cement concrete as revealed in the
test results of 7 days cubes falling short of the prescribed standards by over 10% to
20% and pending testing of balance 3 cubes for 28 days as final confirmatory
acceptance test, crushed samples of cement concrete from the failed 7 days cubes
should be preserved in a sealed bag.
7.1.1 In case of concrete and reinforced concrete work, the contractor shall be required to
make arrangement for carrying out compressive strength tests at his own cost. He
shall render all assistance for the preparation of cubes, safe custody of the same,
proper curing and carriage up to the laboratory where the test is to be performed, the
cube tests can be performed at any laboratory approved by the Engineer-in-Charge.
8.0 Any cement slurry added over base surface (or for continuation of concreting) for
bond, if added, its cost shall be deemed to have been included in the respective
items, unless otherwise, specifically stated, and nothing extra shall be payable nor
extra cement considered in the cement consumption on this account.
9.0 Only Stainless Steel screws shall be used unless otherwise specified.

10.0 All the mandatory test born by the contractor.


CONDITIONS FOR RCC WORKS DESIGN MIX CONCRETE

Following parameters shall be adopted for mix design in a Moderate Exposure.

1. Nominal Maximum size of aggregate 20 mm angular as per C.P.W.D.


specification
2. Degree of quality control Good
3. Type of Exposure Moderate
4. Maximum water cement ratio 0.50
5. Cement content a) 330 kg/cum of concrete for M-25 Grade

b) 340 kg/cum of concrete for M-30 Grade

6. Type of cement used. PPC conforming to IS:1489 Part-I

7. Sand Coarse sand as per C.P.W.D.


specifications.

8. Chemical Admixture As per IS : 9103

9.1 For concrete mix design, laboratory tests with PPC cement will be carried out by the
contractor through approved laboratories/institutions approved by the Engineer-in-
charge. For this purpose the various ingredients for mix design shall be sent to the
lab/test houses or Institutions and the samples of such ingredients sent shall be
preserved at site. The trial mix shall be prepared with approved aggregates, cement
and water. The concrete batching plant to be employed in the work shall be used for
preparing the trial mix to simulate actual field conditions.

Design mix shall be prepared without adding any admixture and minimum cement
content of design mix as specified in the item is based on without adding any
admixture. Admixture may be added to achieve desired workability for which nothing
extra shall be paid to the contractor.

9.2 In respect of projected balconies, projected slabs at roof level and projected verandah,
the payment for the R.C.C. work shall be made under the item of R.C.C. slabs. The
payment for centering and shuttering of such items shall similarly be paid under the
item of centering and shuttering of R.C.C. slab. Nothing extra shall be paid for the side
shuttering at the edges of these projected balconies and projected verandahs. All the
exposed edge shall, however, be finished as per specifications and nothing extra shall
be paid for this.
1

9.3 Only steel form work (Centering and Shuttering) conforming to CPWD specifications
2009 Vol.-I shall be used. Nothing extra shall be payable for steel form work.

9.4 The rate quoted by the agency shall be net and nothing extra shall be payable on
account of change of quantities of concrete ingredients like coarse sand aggregates and
admixtures etc. as per the approved mix design. If cement used as per approved mix
design is less than that as stipulated in the item i.e. 330Kg/cum for M-25 and 340
Kg/cum for M-30 grade of RMC/DMC respectively then recovery for less use of cement
than stipulated in the item shall be made @Rs. 7.57 per kg of cement and nothing extra
shall be payable for use of cement more than 330 kg/cum or 340 Kg/cum of
R.M.C./Design Mix Concrete of M-25 and M-30 grade respectively.
PARTICULAR SPECIFICATIONS

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

1.1 All stone aggregate and stone ballast shall be of hard stone variety to be obtained
from approved quarries at Panchgaon Distt. Nagpur or any other source to be got
approved by the Engineer-in-charge.

1.2 Coarse Sand should be obtained from Kanhan River Distt. Nagpur or any other
source to be got approved by the Engineer-in-charge and screened as required. The
same shall be clean and sharp angular grit type. If the sand brought to site is dirty it
must be washed in clean water.

1.3 Fine sand should be obtained from Kanhan River Distt. Nagpur or any other
source to be got approved by the Engineer-in-charge and screened as required. The
same shall be clean and sharp angular grit type. If the sand brought to site is dirty it
must be washed in clean water

1.4 Cast iron pipe and fittings without ear shall be used. However, pipes and fitting with
ears may be accepted without any extra payment. In such cases, clamps are not
required for and no extra payment will be made for fixing the pipes.

2.0 EMBEDDING OF PIPES, CONDUITS ETC.


2.1 The brick work for the portions of the external wall of W.C. through which pipes are
taken, will be done after the pipes are fixed as far as practicable.

2.2. All crossings, embedments etc. in walls and floors for water supply, drainage and
sanitary pipes, fittings etc. shall be provided as per previously prepared detailed
drawings for individual walls and floors so as to avoid cuttings of brick work and
floors. All such areas shall be made good during finishing and nothing extra shall be
paid for this.

3.0 SPECIFICATIONS FOR MOORUM

3.1 The contractor has to bring moorum required for filling in the road work, from
sources, approved by the Engineer-in-Charge. The filling material shall be moorum
obtained from pits of weather disintegrated rocks free from organic matters and
should preferably contain siliceous material and natural mixture of clay of calcareous
origin. The size of moorum shall not be more than 20mm.

3.2 The moorum brought to site shall be directly used for filling and no claim for double
handling shall be entertained. Filling shall be done in regular horizontal layers, each
not exceeding 20cm, in depth. The moorum shall be free from all roots, grass and
rubbish and all lumps and clods, if any, shall be broken. Each layer shall be
consolidated by breaking clods, watering and ramming with steel rammers. The top
surface of finally finished area shall be dressed.

3.3 Before filling is started the contractor shall remove rank vegetation, grass,
brushwood, shrubs and building rubbish etc. from the area and nothing extra shall be
paid for on this account.
4.0 The contractor shall at all time carry out the works on the road in a very systematic
manner without interference to the flow of traffic and consistent with the satisfactory
& timely execution of the work. For all works, the contractor shall maintain a passage
for traffic either along a part of the existing carriage-way under improvement or along
temporary diversion constructed close to the road for this purpose as directed by
Engineer-in-Charge for which nothing extra shall be paid.

5.0 The item of concreting/premixing shall be started / executed strictly under prior
written approval of the Executive Engineer at appropriate time indicating the
quantities and reaches /length (BP No. / K.M.) In case the Contractor violates the
directions, the responsibility shall evolve on him and shall be liable for any
consequences of wastage / damage / loss / non-payment etc.

6.0 STAINLESS STEEL RAILING/HANDRAILS:

6.1 GENERAL

The co2ntractor shall apply all materials, labour, tools, ladders, scaffolding and other
equipments necessary for the completion and protection of all stainless steel work.

6.2 MATERIAL

All stainless steel pipes and plates shall confirm to AISI 316 in Chromium 16%, Nickel
10%, Molybdenum 2% and carbon content will be 0.08% maximum and the relevant
clauses associated with this grade of steel to be followed.

6.3 SURFACE FINISH

Surface finish of all the stainless steel materials will be in 240 grit satin finish / matt
finish.

6.4 ACCESSORIES

Fixing will be done by stainless steel expansion bolts of approved size and make as
per approval of Engineer-in-Charge and welding to be done by using organ welding
rods and the surface being duly finished and cleaned by K2 passivation, which is nitric
acid plus floric acid solution treatment by which the chances of corrosion will be
eliminated and any burn out makes on the metal will also be eliminated.

6.5 COATING MASS

All stainless steel material will have to be coated by a solution of Inox to avoid finger
in prints and avoidance of settlement of environment / atmospheric dust.

6.6 MEASUREMENT

All the stainless steel finished parts shall be weighed correct to a gram and paid on
weight basis.
6.7 RATE
The rate shall include the cost of all the materials, machinery and labour involved in
all the operations described above including cartage, lifts and all taxes like Sales Tax /
VAT, Excise duty, Octroi etc. as applicable.

Any incidental additional requirements for execution of this item to the satisfaction of
Engineer-in-Charge shall also be treated as included in the item and shown in
attached drawing and nothing extra will be paid for such extra work.

7.0 FIXING OF SCI/CI PIPE

7.1 The SCI/CI pipes and G.I. pipes, wherever necessary, shall be fixed to RCC columns,
beams etc. with rawl plugs, or appropriate fasteners as approved by Engineer-in-
Charge, and nothing extra shall be payable on this account. GI pipes shall be,
wherever made to pass through wall / concrete, then it shall be done using protective
sleeves alround the pipes to protect it from damage, nothing extra shall be payable
on this account.

7.2 Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories
should confirm to bye-laws and specifications of the Municipal Body/Corporation
where CPWD Specifications are not available. The work of water supply, internal
sanitary installation and drainage etc. shall be carried out as per local Municipal
Corporation or such local body bye-laws. The contractor shall get the materials
(fixtures/fittings) tested by the Municipal body/Corporation authorities wherever
required at his own cost and after completion of work shall produce necessary
completion certificates from such authorities.
8.0 FLOORING, SKIRTING, VENEERING, DADO, TILE WORK, TREADS& RISERS
OF STEPS, JAMBS, SILLS & SOFFITS

8.1 Nothing extra shall be payable for using combination of marble, granite and kota in
the required pattern at various locations to make line and level unless otherwise
specified.

8.2 Flooring in toilets, verandah, kitchen, courtyard and at other places if required shall
be laid to the required slope/gradient as per the directions of the Engineer-in-Charge
and nothing extra shall be paid on account of the same.

8.3 The pattern, spacing and locations of joints shall be as per drawings and direction of
the Engineer-in-Charge and nothing extra shall be paid on account of the same.
1

9. RATES

9.1 The rates quoted by the Contractor are deemed to be inclusive of site clearance,
setting out work, profile, setting lay out on ground, establishment of reference bench
mark(s), installing various signage, taking spot levels, survey with total station,
construction of all safety and protection devices, compulsory use of helmet and safety
shoes, and other appropriate safety gadgets by workers, imparting continuous
training for all the workers, barriers, preparatory works, construction of clean,
hygienic and well ventilated workers housings in sufficient numbers as per drawing
supplied by Engineer in charge, working during monsoon or odd season, working
beyond normal hours, working at all depths, height, lead, lift, levels and location, etc.
and any other unforeseen but essential incidental works required to complete this
work. Nothing extra shall be payable on this account and no extension of time for
completion of work shall be granted on these accounts.

9.2 All ancillary and incidental facilities required for execution of work like labour camp,
stores, fabrication yard, offices for Contractor, watch and ward, temporary ramp
required to be made for working at the basement level, temporary structure for plants
and machineries, water storage tanks, installation and consumption charges of
temporary electricity, telephone, water etc. required for execution of the work, liaison
and pursuing for obtaining various No Objection Certificates, completion certificates
from local bodies etc., protection works, testing facilities / laboratory at site of work,
facilities for all field tests and for taking samples etc. during execution or any other
activity which is necessary (for execution of work and as directed by Engineer-in-
Charge), shall be deemed to be included in rates quoted by the Contractor, for
various items in the schedule of quantities. Nothing extra shall be payable on these
accounts. Before start of the work, the Contractor shall submit to the Engineer-in-
Charge, a site / construction yard layout, specifying areas for construction, site office,
positioning of machinery, material yard, cement & other storage, fabrication yard, site
laboratory, water tank etc.

9.3 For completing the work in time, the Contractor might be required to work in two or
more shifts (including night shifts). No claim whatsoever shall be entertained on this
account, not with-standing the fact that the Contractor may have to pay extra
amounts for any reason, to the labourers and other staff engaged directly or indirectly
on the work according to the provisions of the labour and other statutory bodies
regulations and the agreement entered upon by the Contractor with them.

9.4 All material shall only be brought at site as per program finalized with the Engineer-
in-Charge. Any pre-delivery of the material not required for immediate consumption
shall not be accepted and thus not paid for.
GUARANTEE TO BE EXECUTED BY CONTRAC TOR
FOR REMOVAL OF DEFECTS
AFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS.

This agreement made this day of Two


Thousand between son of (hereinafter
called the guarantor on one part) and President of India (hereinafter called Government of
the other part).

WHEREAS THIS agreement is supplementary to a contract (hereinafter called


the contract) dated and made between the GUARANTER OF THE ONE part
and the GOVERNMENT of the other part, where by the contractor, interalia, undertook to
render to buildings and structures in the said contract recited completely water and leak
proof.

AND WHEREAS THE GUARANTER agreed to give a guarantee to the effect that
the said structures will remain water and leak - proof for five years from the date of giving
the water proofing treatment.

NOW THE GUARANTER hereby guarantees that water proofing treatment


given by him will render the structures completely leak - proof and the minimum life of such
water proofing treatment shall be five years to be reckoned from the date after the
maintenance period prescribed in the contract.
Provided that the guarantor will not be responsible for leakage caused by
earthquakes or structural defects or misuse of roof or alterations and for such purpose :

a) misuse of roof shall mean any operation which will damage proofing treatment, like
chopping of firewood and things of the same nature which might cause damage to
the roof,

b) alteration shall mean construction of an additional storey or a part or construction


adjoining to existing roof, where by water-proofing treatment is removed in parts :

c) the decision of the Engineer-in-Charge with regard to cause of leakage shall be final.

During this period of guarantee the guarantor shall make good all defects and
in case of any defects being found, render the building water proof to the satisfaction of
Engineer-in-Charge at his cost and shall commence the work for such rectification within
seven days from the date of issue of the notice from the Engineer-in-Charge calling upon him
to rectify the defects, failing which the work shall be got done by the Department by some
other contractor at the GUARANTER’S cost and risk. The decision of the Engineer-in-Charge
as to the cost, payable by the Guarantor shall be final and binding.
That if Guarantor fails to execute the water proofing or commits breach
thereunder, then the Guarantor will indemnify the principal and his successors against all
loss, damage, cost expense or otherwise which may be incurred by him by reason of any
default on the part of GUARANTER in performance and observance of this supplementary
agreement. As to the amount of loss and / or damage and/or cost incurred by the
Government, the decision of the Engineer-in-Charge will be final and binding of the parties.

IN WITNESS WHERE OF these presents have been executed by the obligor


and by and for and on behalf of the PRESIDENT OF
INDIA on the day, month and year first above written.

SIGNED, sealed and Delivered by (OBLIGOR) in the presence of :

1.

2.

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA by


in the presence of :

1.

2.
1

.E· -=- - -
OFFICE M(MORAN DUM
SE/TAS/GST{ 0 7
ISSUFO B Y Al.ITHORT'I' or DIRECTOR G fl ERI\1., CPWO
I OATf() :

Sub:- Clrifit at ion cf GT -Reg:.rd in(!:

::o n sld r ln lh •·<riourep •e.sen<t o n r'n tl e b•i t he l.l J I Ic er As oi C tions of d ffEren t t l)ic•·" .-111 J 'licw
to
1ll t l!i3tP till' pr(l bl:·' c .:l DV (Mt rn i us been o e- 11J.:d to dc ot t"i! f:: ll c-wlns uidl"lir,, d c to
f!!)t•, !
..,p:::; tlon C•l G:Ju th <1nd er\•1c: JX' GS ) wi: eff?.ct f r o.., 01 Oi !CP This is In su rses.ion to thi5 office
O.M. No 5£./TM./GSl/05 Dated 27{09/Z0l7;-

Work Position

Meth :> d o·r.ll<.•ilo lilln of he <!1;'1·( '•VI II 5Uilr-it the d :n oi-il i' lor?. ·, it h Analv i 0T r ,, ,.- ,
"'"' ·(·1 ere...et ;. .,.., "'l'lkl .:-a ·ul att :Jn sh P.PI a l nn.>, wit h necessar f • v lhr· ticatco;
>:>lic;>t; c: lo r e:•lta uc >t.u roll'll ''' ;> I CC·h tc E rl& neP.r iu .h;roB·
• I ijll' h u bstltu:e t tems
/d ·.-tctlcn lterrs t P)•u-- ;J Mpdgl C:a!tulatlon Sheet
the permlssl b e li rr it,
Just•f ica:to ns c:c 1. "W
e ec ted ,1n r t l'H!
C<l 'tlrliIIC\:r<:rl o' C:i:>T ··---!--'---'-';-'-
'.\'i: c tlec: frc
o· /':J .,. ot'

l_
"X"= (Wc--
*'[_..-

__ ·r= (X•t:
/dJ lit !lnW ' ""j $: I('n .\'yll "D
Gr os:-; t<: t.rt l if" e· ,fl" :J' ·1g 1 'ZO'•['f•DI
-mu;:--
cc t•.
NU ll' - 11) M J i t OIV In!; 'il Of ;:),14J5 CO >id;!lfC fer 'f'•! f"• ilJI ;: ;-u Cll Hi011 o' (51 ;o
lt·-1 1
e• dir lal'<J u r il wo k12 d ou t.
(2J i model :3lcul<llon ;, !'lfJI tu blc on I•·, fer CST fll J ;;• :, o-• '•Vor k c;> n ;r;c
c:s.

Thil •ssL es 'JJ th thil t)rCiWI OG,


<.:I'WO.
()
upcr 'ntcASI
lSQ :::PWO. Ni r lal) :;Jo,"'·'"·
Ne·" :::,
NolSS{G.ST/SE(TA!>)/CPWD/2017/ 2 58- llli d ;,ted
·r. 8'/11/2017

Copy to;-
1. .It t hf: !iJ(;"\ 1 <111 t -::- AOUs, 11 thP Cf '$ CP'-VD/ 4
ln·I P"NDt c;r,c:-n ttu· \lh ""' V\VIJ ''. Jr. > • tC o
t n'or<'ll l:l pi-

s.pcrin:dlr, t" "' :rAs:

AE(P). EE
2

::..,• .• • • • • }=
Addition ..

AE(P). EE
SCHEDULE OF QUANTITIES

Name of Work : Up-gradation of GPRA Quarters, Civil Lines, Nagpur. SH: Providing and
making modular kitchen at Type-V quarter old GPRA, Civil Lines,
Nagpur
rd
2019-20. (3 call)

Item Description Unit Quantit Rate Amount


No. y
Sub Head : 1 : WOOD AND P.V.C.
WORK
1.1 Providing wood work in frames of
doors, windows, clerestory
windows and other frames,
wrought framed and fixed in
position with hold fast lugs or
with dash fasteners of required dia
& length ( hold fast lugs or dash
fastener shall be paid for
separately).
1.1.1 Second class teak wood cum 0.006 130183.05 781.00

1.2 Providing and fixing cupboard sqm 80.50 2871.10 231124.00


shutter with 19 mm thick one side
decorative and other side
balancing lamination factory
pressed BWP grade marine ply as
per IS 710 of approved brand
including 2mm thick PVC edge
banding tape with hot glue by
edge bending machine etc. with
auto closing loaded hinges
(hydraulic type) etc. complete as
per direction of Engineer-in-
charge. (payment of providing and
fixing auto closeing hinges shall
be paid separtely)

1.3 Providing and fixing stainless


steel fancy handle of approved
make fixed with SS screws etc.
complete as per direction of
Engineer-in-charge
1.3.1 200 mm each 120 150.60 18072.00

Addition ………..………………

Deletion …………………….…
NIL
Correction ………………….…
.
Over Writing ……………….…
AE (P). EE
1.4 Providing and fixing stainless stee each 176 220.85 38870.00
soft closing spring hinges at 0
degree hinges (hydralic type) of
approved make/brand to cupboard
shutter with full threaded steel
screws including making
necessary recess in board and
finished etc. complete as per
direction-in-charge.

1.5 Providing and fixing stainless one 40 747.80 29912.00


steel soft closing heavy type set
telescopic drawer channels of
approved make 500 mm long with
screws etc.complete as per
directions of Enginer-in-charge.

1.6 Providing and fixing readymade kg 120.00 390.55 46866.00


304 grade stainless steel Modular
kitchen basket and accessories
such as right angle basket (plain
Cup & Saucer, plant, partion,
Bottle rack, Thali, Cutlery)
kitchen utensil basket, Dinner set
basket, kitchen grain basket,
Multipurpose basket as per site
requirement including finishing
(wherever required) and fittings.
The same shall be fixed with
necessary stainless steel nuts &
bolts, Stainless Steel screws &
telescopic channel etc. as per
direction of Engineer-in-charge.
(For payment purpose only weight
of Stainless steel basket shall be
considered excluding weight of all
fixing accessories such as nuts,
bolts, fasteners telescopic basket
channels shall be paid separately.)

1.7 Providing and fixing 2mm thick metr 241.00 36.15 8712.00
16 to 19mm wide PVC edge e
binding tape of approved quality
for cupboard/wardrobe shutter
including necessary synthetic
resin hot pressed to edges on
binding machine etc. complete as
per direction Engineer- in-chrage
Total for Sub Head : 1 : WOOD AND P.V.C. WORK 374337.00
Sub Head : 2 : ALUMINIUM WORK
2.1 Providing and fixing aluminium
work for doors, windows,
ventilators and partitions with
extruded built up standard tubular
sections/ appropriate Z sections
and other sections of approved
make conforming to IS: 733 and
IS: 1285, fixing with dash
fasteners of required dia and size,
including necessary filling up the
gaps at junctions, i.e. at top,
bottom and sides with required
EPDM rubber/ neoprene gasket
etc. Aluminium sections shall be
smooth, rust free, straight, mitred
and jointed mechanically
wherever required including cleat
angle, Aluminium snap beading
for glazing / paneling, C.P. brass /
stainless steel screws, all complete
as per architectural drawings and
the directions of Engineer-in-
charge. (Glazing, paneling and
dash fasteners to be paid for
separately) :
2.1.1 For fixed portion
12.1.1. Anodised aluminium (anodised kg 48.00 423.95 20350.00
1 transparent or dyed to required
shade according to IS: 1868,
Minimum anodic coating of grade
AC
15)
20350.00
Total Rs. 394687.00
PRICE BID

Central Public Works Department

rd
NIT No. 18/AE/NCSD-I/2019-20 (3 call)
Name of Work:- Up-gradation of GPRA Quarters, Civil Lines, Nagpur.
SH : Providing and making modular kitchen at Type-V quarter old GPRA, Civil
rd
Lines, Nagpur 2019-20. (3 call)

PRICE
BID
Name of the Contractor
percentage
above or
% in
Sr.No. Name of component Estimated cost below the Total Cost
Figures
estimated
cost

1 Civil Work 3,94,687.00

GRAND TOTAL 3,94,687.00

S-ar putea să vă placă și